Download as pdf or txt
Download as pdf or txt
You are on page 1of 231

This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA

LIMITED. They are merely loaned on the borrower’s express


agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
Tag No / Item
Sl. No. Code ITEM DESCRIPTION Quantity

Design, Survey, engineering, manufacture,


procurement of bought out items/components,
assembly at shop, inspection, testing at
manufacturer's works, documentation, supply,
packing and delivery of Optical fibre
Communication (SDH) system, Clocks, EPABX
system, CCTV system cameras and NVR, Video
1 Conferencing System, Telephones, Test
Instruments, Mandatory Spares etc. including
WARRANTEE AND COMMISSIONING SPARES,
Consumables and all related items as per job
specification no B049-000-16-51-SP90, drawing,
standards, enclosed EIL standard
Specifications, Instructions To Vendor, data
sheet etc. attached or referred.

STM-16 equipment with various interfaces,


STM-16 - EOW/IP, Clocks as per G-813, etc. as per details
1.01 70 Nos.
0001 provided in the Job Specification attached with
the MR Clause No.:5.3.

SDH NMS complete with hardware / software /


licenses at Mumbai and Kota in Server
SDH - NMS
1.02 configuration as per details provided in the Job 2 Nos.
– 0001
Specification attached with the MR Clause
No.:4.6.2-t & 5.3.4.

SDH NMS complete with hardware / software /


licenses at Manglya, Piyala and Bina in Client
SDH - NMS
1.03 configuration as per details provided in the Job 3 Nos.
- 0002
Specification attached with the MR Clause
No.:4.6.2-u & 5.3.4.

Local Craft Terminal with required software for


SDH - NMS
1.04 SDH system as per MR specification Clause 2 Nos.
- 0003
No.:4.6.2-v at Mumbai and Kota.

1.05 CLK – Primary Clock (Cesium) at Mumbai as per MR 1 No.


0001 Specification Clause No.:5.3.2-d

1.06 CLK – Secondary Clock (GPS) at Bijwasan as per MR 1 No.


use.EIL-1641-507. A4-210 x 297.

0002 Specification Clause No.:5.3.2-d

EPABX system (Type C for 100 analog lines


expandable to 200 & 100 IP lines expandable to
EPABX-
1.07 150 IP lines) with MDF, IDF, etc all complete and
0001
integration as per MR Clause No.:5.4 at Mumbai 2 Nos.
and Bina

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 2 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
EPABX system (Type A for 40 analog lines
expandable to 50 & 50 IP lines expandable to 70 IP
EPABX-
1.08 lines) with MDF, IDF, etc all complete and 6 Nos.
0002
integration as per MR Clause No.:5.4 at Manmad,
Manglya, Kota, Bharatpur, Piyala and Bijwasan.

EPABX system (Type B for 30 for analog lines


expandable to 40 & 30 IP lines expandable to 50 IP
EPABX-
1.09 lines) with MDF, IDF, etc all complete and
0003
integration as per MR Clause No.:5.4 at, Washala, 5 Nos.
Sanghvi, Gujri Malarna and Mathura.

EPABX NMS complete with hardware / software /


EPABX - licenses at Mumbai as per details provided in the
1.10 1 No.
0004 Job Specification attached with the MR Clause
No.: 4.6.2-t & 5.4.

EPABX- IP telephones at various locations as per MR


1.11 375 Nos.
0005 Clause No.:5.5

EPABX- Analog telephones at various locations as per MR


1.12 116 Nos.
0006 Clause No.:5.5.

Explosion proof telephone (with Acoustic Booths,


Howler, Flashing Beacon, etc.) at attended
EPABX-
1.13 stations as per details provided in the Job 17 Nos.
0007
Specification attached with the MR Clause
No.:5.5.

Video Conferencing endpoint Equipment (VCE)


with external (25 sites) MCU with a PC
(Workstation) as per details provided in the Job
1.14 VCE- 3 Nos.
Specification attached with the MR Clause
0001
No.:5.6 and integration with VCE system at
Mumbai, Kota and Bijwasan.

Video Conferencing endpoint Equipment (VCE)


with inbuilt (5 sites) MCU as per details provided
1.15 VCE- in the Job Specification attached with the MR 13 Nos.
0002 Clause No.:5.6 and integration with VCE system
at various locations as per MR.

Video Conferencing 65” HD LED (Industrial


1.16 VCE- grade) monitor at Mumbai as per MR Clause 1 No.
0003 No.:5.7.1-v.
use.EIL-1641-507. A4-210 x 297.

Video Conferencing 55” HD LED (Industrial


1.17 VCE- grade) monitor at various locations as per MR 11 Nos.
0004 Clause No.:5.7.1-v.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 3 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
CCTV NVR’s with 21” monitor and Video
Management Software, Storage (100TB),
CCTV NVR-
1.18 licences (64 as a minimum) including 13 Lots.
0001
configuration of existing CCTV cameras as per
MR Clause No.:5.7.

CCTV Viewing cum Alarm 65” HD LED (Industrial


CCTV NVR-
1.19 grade) monitor with workstation at Mumbai as 1 No.
0002
per MR Clause No.:5.7.1-v.

CCTV Viewing cum Alarm 55” HD LED (Industrial


CCTV NVR-
1.20 grade) monitor with workstation at various
0003
locations as per MR Clause No.:5.7.1-v. 12 Nos.

CCTV – IP based CCTV Camera (Fixed type) as per MR


1.21 83 Nos.
0004 Clause No.:5.7.

CCTV – IP based CCTV Camera (PTZ type) as per MR


1.22 54 Nos.
0005 Clause No.:5.7.

Test Instruments as per MR Clause No.:6.5.

(Test Instruments 1 LOT shall be supplied each


at seven locations: Mumbai, SV-02, Manmad,
Manglya, Kota, Piyala, Bijwasan)

1 LOT consist of following Items

TST INST - • OTDR – 1 nos.


1.23 7 Lot
0001
• Laser source – 1 nos.

• Power meter – 1 nos.

• Pig Tail Cleaner (non-alcoholic) – 1 nos.

• Laser Source for OFC (range min 1 km) – 1


nos.

Layer -2 (8 Ports) Managed Ethernet Switch at


1.24 SWT each unattended stations as per MR Clause 57 nos.
-0001 No.:4.6.2-x.

Layer -2 (48 Ports) Managed Ethernet Switch at


1.25 SWT- each attended stations as per MR Clause 13 nos.
use.EIL-1641-507. A4-210 x 297.

0002 No.:4.6.2-x.

Total end-to-end solution Leased lines (for voice


1.26 LL- and data) between Mumbai and Kota of 20 Mbps 1 Lot.
0001 as per MR Clause No.:6.8.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 4 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
Total end-to-end solution Leased lines (for voice
1.27 LL- and data) between Kota to Bijwasan of 20 Mbps 1 Lot.
0002 as per MR Clause No.:6.8.

Supply of all Installation materials including all


cables, connectors, junction box, HDPE conduit,
patch cords, pigtails, warning mats, LAN
INSMAT
1.28 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0001
Specification attached with the MR.

State : Maharashtra

Supply of all Installation materials including all


cables, connectors, junction box, HDPE conduit,
patch cords, pigtails, warning mats, LAN
INSMAT
1.29 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0002
Specification attached with the MR.

State : Madhya Pradesh

Supply of all Installation materials including all


cables, connectors, junction box, HDPE conduit,
patch cords, pigtails, warning mats, LAN
INSMAT
1.30 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0003
Specification attached with the MR.

State : Rajasthan

Supply of all Installation materials including all


cables, connectors, junction box, HDPE conduit,
patch cords, pigtails, warning mats, LAN
INSMAT
1.31 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0004
Specification attached with the MR.

State : Uttar Pradesh

Supply of all Installation materials including all


cables, connectors, junction box, HDPE conduit,
patch cords, pigtails, warning mats, LAN
INSMAT
1.32 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0005
Specification attached with the MR.

State : Haryana

Supply of all Installation materials including all


use.EIL-1641-507. A4-210 x 297.

cables, connectors, junction box, HDPE conduit,


patch cords, pigtails, warning mats, LAN
INSMAT
1.33 extenders, etc. as per details provided in the Job 1 Lot
SUPP-0006
Specification attached with the MR.

State : New Delhi

Installation and Commissioning Services for the


2.
Complete Telecom System

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 5 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
Installation, integration, documentation, termination,
earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.1 1 Lot
SER-0001 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : Maharashtra

Installation, integration, documentation, termination,


earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.2 1 Lot
SER-0002 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1 at MMBPL Rerouted SV-2, SV-3,SV-4.

State : Maharashtra

Installation, integration, documentation, termination,


earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.3 1 Lot
SER-0003 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : Madhya Pradesh

Installation, integration, documentation, termination,


earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.4 1 Lot
SER-0004 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : Rajasthan
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 6 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
Installation, integration, documentation, termination,
earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.5 1 Lot
SER-0005 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : Uttar Pradesh

Installation, integration, documentation, termination,


earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.6 1 Lot
SER-0006 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : Haryana

Installation, integration, documentation, termination,


earthing of panels, etc, Transportation, site
acceptance testing, trial run & commissioning,
handing over to Client for fully functional optical
INSMAT system, EPABX system, CCTV system cameras &
2.7 1 Lot
SER-0007 NVR, VCE System and Leased Lines as per the MR
clause No.:6.4 for all the items covered under serial
no. 1.

State : New Delhi


use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 7 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
Unit rates for addition / deletion
(Not part of base price. This value shall not be
considered for Price evaluation criteria.)
a. Supply of SDH STM-16
b. Installation, Commissioning and integration of SDH STM-
16 with the proposed SDH network
c. Supply of IP PTZ CCTV with housing accessories
d. Installation & Commissioning of IP PTZ CCTV Camera
along with housing accessories
e. Supply of IP Fixed CCTV Camera with housing
accessories
f. Installation & Commissioning of IP Fixed CCTV Camera
along with housing accessories
g. Supply of IP PTZ Ex-proof CCTV Camera along with
housing accessories
h. Installation & Commissioning of IP PTZ Ex-proof CCTV
Camera along with housing accessories.
i. Supply of SDH Work Station (NMC) along with all software
j. Installation & Commissioning of SDH Work Station (NMC)
along with all software
k. Supply of STM-1 Transceiver, Short-haul
l. Supply of STM-1 Transceiver, Long-haul
m. Supply of STM-4 Transceiver, Short-haul
n. Supply of STM-4 Transceiver, Long-haul
o. Supply of STM-16 Transceiver, Short-haul
p. Supply of STM-16 Transceiver, Long-haul
3 q. Supply of IP Telephone
r. Installation & Commissioning of IP Telephone
s. Supply of Indoor Analog Telephone
t. Installation & Commissioning of Indoor Analog Telephone
u. Supply of Ex-proof Analog Telephone
v. Installation & Commissioning of Ex-proof Analog
Telephone
w. Supply of 6m camera pole
x. Per meter rate for Supply of PVC conduit
y. Per meter rate for Supply of HDPE conduit
z. Per meter rate for Supply of GI conduit
aa. Supply of Optical to Ethernet Convertor
bb. Per meter rate for Supply of OFC (ITU-T G.652, 12 fibres)
cc. Per meter rate for Supply of unarmoured CAT-6 cable
dd. Per meter rate for Supply of armoured CAT-6 cable
ee. Supply of 50m Cat-6 cable for CCTV cameras in flame
retardant PVC conduit
ff. Installation, Commissioning of 50m Cat-6 cable for CCTV
cameras in flame retardant PVC conduit.
gg. Supply of POE injector.
use.EIL-1641-507. A4-210 x 297.

hh. Supply of White light illuminator.


ii. Manday Training rate for SDH System at OEM factory
jj. Manday Training rate for EPABX System at OEM factory
kk. Manday Training rate for CCTV System at OEM factory
ll. Manday Training rate for SDH at Site
mm. Manday Training rate for EPABX at Site
nn. Manday Training rate for CCTV at Site.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 8 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
oo. Supply of DC-DC converter.
pp. Supply of 55: LED TV.
qq. Supply of 65” LED TV.
rr. Supply of 48 port Layer 2 Ethernet switch.
ss. Supply of 8 port POE Ethernet switch.
tt. Supply of Client workstation.
uu. Supply of CCTV NVR server
vv. Supply of Pre-Amplifier (EDFA)
ww. Supply of Booster Amplifier (EDFA)

Training as per Clause 6.1 of job Specification


(B049-000-16-51-SP90) attached with MR Clause
4 TRNG 1 Lot
No.:6.1.
(shall be considered for evaluation)

(Post Warranty Maintenance Contract shall be


5 considered for evaluation but ordering for the same
will be separate from the main system order).

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for first
5.1.1 1 Lot
0001 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State : Maharashtra

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for first
5.1.2 1 Lot
0002 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State : Madhya Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
use.EIL-1641-507. A4-210 x 297.

CPWMC- Mumbai and 1 RE in Kota) for all systems for first


5.1.3 1 Lot
0003 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State : Rajasthan

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 9 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for first
5.1.4 1 Lot
0004 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State : Uttar Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for first
5.1.5 1 Lot
0005 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State : Haryana

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for first
5.1.6 1 Lot
0006 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State :New Delhi

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.1 1 Lot
0007 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : Maharashtra
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 10 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.2 1 Lot
0008 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : Madhya Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.3 1 Lot
0009 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : Rajasthan

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.4 1 Lot
0010 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : Uttar Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.5 1 Lot
0011 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : Haryana
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 11 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for
5.2.6 1 Lot
0012 second year after completion of warranty period,
as per requirements specified in the bid document
Clause No.:6.9.

State : New Delhi

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.1 1 Lot
0013 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Maharashtra

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.2 1 Lot
0014 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Madhya Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.3 1 Lot
0015 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Rajasthan
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 12 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.4 1 Lot
0016 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Uttar Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.5 1 Lot
0017 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Haryana

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for third
5.3.6 1 Lot
0018 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: New Delhi

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.1 1 Lot
0019 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Maharashtra
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 13 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.2 1 Lot
0020 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Madhya Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.3 1 Lot
0021 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Rajasthan

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.4 1 Lot
0022 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Uttar Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.5 1 Lot
0023 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Haryana
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 14 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fourth
5.4.6 1 Lot
0024 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: New Delhi

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.1 1 Lot
0025 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Maharashtra

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.2 1 Lot
0026 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Madhya Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.3 1 Lot
0027 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Rajasthan
use.EIL-1641-507. A4-210 x 297.

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 15 of 16
CLIENT : M/s BPCL
This document, drawing, and the design/ details given in this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower’s express
agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended
COMPREHENSIVE POST WARRANTY
MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.4 1 Lot
0028 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Uttar Pradesh

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.5 1 Lot
0029 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: Haryana

COMPREHENSIVE POST WARRANTY


MAINTENANCE CONTRACT (CPWMC) with
Resident Engineer (RE) in Mumbai & Kota for
complete Telecommunication System (i.e. 1 RE in
CPWMC- Mumbai and 1 RE in Kota) for all systems for fifth
5.5.6 1 Lot
0030 year after completion of warranty period, as per
requirements specified in the bid document Clause
No.:6.9.

State: New Delhi


use.EIL-1641-507. A4-210 x 297.

(Bidder’s Seal) (Bidder’s Signature & Date)

PLANT: MMBPL & BKPL SPECIFICATION NO. REV


ENGINEERS INDIA
TELECOM UP-GRADATION
LIMITED B049-000-YZ-MR-2470
NEW DELHI PROJECT D
Sheet 16 of 16
CLIENT : M/s BPCL
LIST OF ATTACHMENTS
Sl.
Document Title Document No. Rev Date Sheets
No.
Technical Compliance Statement
1. B049-000-16-51-CF-2470 B 19.04.2018 1
Vendor Data Requirement
2. B049-000-16-51-VD-2470 C 19.04.2018 2
Special Instructions to Vendor
3. B049-000-16-51-SI-2470 C 19.04.2018 3
Technical Questionnaire
4. B049-000-Y Z-TQS-2470 B 10.10.2017 1
Certificate for Logistic Support
5. B049-000-YZ-LSF-2470 C 19.04.2018 5
Job Specification for Telecom System
6. B049-000-16-51-SP90 D 19.04.2018 120
Indicative System Configuration Diagram
7. for Optical System (SDH) B049-000-16-51-3201 D 24.04.2018 2

Indicative Diagram for VCS Connectivity


8. B049-000-16-51-3202 B 11.10.2017 1
Indicative Diagram for EPABX Connectivity
9. B049-000-16-51-3203 C 24.04.2018 1
Indicative Diagram for CCTV NVR
10. Connectivity B049-000-16-51-3204 B 11.10.2017 1

Procedure for Optical Fibre Cable Testing


11. B049-000-16-51-SP82 A 06.09.2017 8
Specification for Quality Management
12. system requirements from Bidders 6-78-0001 `1 12.03.2015 7

Specification for Documentation


13. requirements from Suppliers 6-78-0003 1 12.03.2015 9

14. CCTV and NVR Distribution (Attachment-14) 14


15. Location Wise CCTV Details (Attachment-15) 15
16. OTDR Test Reports Summary (MMBPL & BKPL Existing Links) (Attachment-16) 23

PROJECT- MMBPL & BKPL PROJECT SPECIFICATION NO. REV.


ENGINEERS INDIA LTD.
NEW DELHI B049-000-YZ-MR-2470
CLIENT: M/s BPCL
Page 1 of 1
D
This drawing and the design it covers are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower’s
express agreement that they will not be reproduced, copied, exhibited, nor used except in the limited way and private use permitted by
any written consent given by lender to the borrower.
Doc. No. B049-000-16-51-CF-2470
Rev. B
Sheet 1 of 1

TECHNICAL COMPLIANCE STATEMENT

(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY


LETTERHEAD)

I, ON BEHALF OF M/s------------------CONFIRM THAT THE PROPOSAL OF --------------------

-------------------- QUOTED BY M/s --------------------------------------- FOR BPCL MMBPL &

BKPL TELECOM UP-GRADATION PROJECT AGAINST MATERIAL

REQUISITION/TENDER/PACKAGE No. -------------------------------------------------- IS IN

TOTAL COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL

SPECIFICATION AND NO DEVIATION, VARIATION OR RESERVATION

WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL OFFER. IT IS

FURTHER AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR OFFER

WILL BE REVIEWED BY EIL/BPCL DURING DETAILED ENGINEERING STAGE

AFTER ORDER AND ANY CHANGE (NOT LOWERING OF TECHNICAL

SPECIFICATION) REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SCOPE

AND SPECIFICATION INCLUDING AMENDMENT(S) (IF ANY) WILL BE

INCORPORATED BY US WITHOUT ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)


VENDOR DATA REQUIREMENT

AFTER PURCHASE
With ORDER Final
S. No. Description Quotes Date Documentation
/ Bid Prints Needed /As built
Execution Methodology, System
Description including configuration
1. 1
diagram, protection schemes

2. Proposed (Ethernet) channelling plan 1


Power consumption detail per unit
per station & Total Power for new
3. 1
Telecom System

4. Detailed BOM per station 1


5. List of Mandatory Spares ‘1
List of manufacturer recommended 2
6. years Operation & Maintenance 1
Spares
Technical Catalogue for each
7. equipment & system 1

Functional Design Specification


(FDS) including detailed system
design, system description with
drawings, equipment schedule,
power requirements, Optical Budget,
System availability, Equipment
Layout, rack layout, BOM,
8. Mandatory Spares, etc. for each 1* 6W 3S
station for each system i.e.

(a) Optical System (SDH)


(b) EPABX & Telephones
(c) CCTV System & NVR
(d) VCE System
(e) Leased Line
Technical Manuals of each type of
9. equipment. 1 5W

Factory Acceptance Testing (FAT)


10. Procedure 1* 12W

Integrated Factory Acceptance


11. Testing (IFAT) Procedure 1* 15W

Site Acceptance Testing (SAT)


12. Procedure 1* 18W

NOTES:
1. FOLD ALL DRAWINGS TO 216mm x 279mm AND ROLL TRANSPARENCIES.
2. BIDDER TO PROVIDE ALL TRANSPERANCIES AND PRINTED MATTER TO ENGINEERS INDIA LIMITED
(EIL- New Delhi) & BPCL - Mumbai.
ATTENTION – BIDDER PRINT CONTROL DEPARTMENT`

BIDDER DRAWING NO- ORDER NO:- 19.04.2018 SS SK PKS


MR NO. B049-000- YZ-MR-2470 10.10.2017 SS SK PKS
CLIENT: M/s BPCL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT- MMBPL & BKPL
NEW DELHI TELECOM UP-GRADATION DOC. NO. REV.
PROJECT
BIDDER- B049-000-16-51-VDR-2470 (1/2) C
This drawing and the design it covers are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower’s
express agreement that they will not be reproduced, copied, exhibited, nor used except in the limited way and private use permitted by
any written consent given by lender to the borrower.
VENDOR DATA REQUIREMENT

Maintenance manual comprising


of preventive maintenance, trouble
13. shooting procedure including 1 18W
failure analysis

Station folder, Maintenance folder,


14. Station inventory folder # 6+3S

15. Certificates from Statutory Bodies


for Ex-proof equipment, Test
1
Certificates.

1.0 Bidder must take care of the following while submitting drawings and documents for review
as indicated in Bidder Data requirement enclosed.

1.1 A blank space measuring 75mm W x 40 mm H shall be provided on all Bidders drawing for
marking review codes etc. by Engineers India Limited (EIL).

1.2 The review of Bidder drawings shall be done as applicable under the following review codes:

a) Review code 1 : No comments

b) Review code 2 : Proceed with manufacture/ fabrication as per commented


drawing. Revised drawing required.

c) Review code 3 : Document does not conform to basic requirements as marked.


Resubmit it for review.

2.0 Review of the Bidder drawings by EIL would be only to check compatibility with basic design
and concepts and would in no way absolve the manufacturer/fabricator of his responsibility to
meet applicable codes, specifications and statutory rules/regulations.

3.0 For drawings/documents indicated as FOR INFORMATION in the Vendor Data Requirement.
Bidder must mark FOR INFORMATION ONLY on the submitted drawing/documents.

LEGEND:

CATEGORIES PRECEEDED WITH ‘*’ WILL BE APPROVED FOR FABRICATION BY ENGINEERS


INDIA LIMITED. THE REMAINING DRAWINGS ARE NEEDED FOR INFORMATION ONLY.

A/C = AS COMPLETED, A/R= AS REQUIRED, W/S= WITH SHIPMENT, W= WEEKS, S=SOFT COPY.

# - After Trial run before final acceptance of the system by Owner/Consultant.

BIDDER DRAWING NO- ORDER NO:- 19.04.2018 SS SK PKS


MR NO. B049-000- YZ-MR-2470 10.10.2017 SS SK PKS
CLIENT: M/s BPCL DATE BY CHK APP
ENGINEERS INDIA LTD. PROJECT- MMBPL & BKPL TELECOM
NEW DELHI DOC. NO. REV.
UP-GRADATION PROJECT
BIDDER- B049-000-16-51-VDR-2470 C
(2/2)
This drawing and the design it covers are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower’s
express agreement that they will not be reproduced, copied, exhibited, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.
DOCUMENT No.
SPECIAL INSTRUCTIONS TO B049-000-16-51-SI-2470
VENDOR Rev. D
Page 1 of 4

SPECIAL INSTRUCTIONS TO VENDOR

D 19.04.2018 Issued for Bids SS SK PKS

Client comments incorporated


C 08.02.2018 SS SK PKS
& Issued for bids

Client comments incorporated


B 10.10.2017 SS SK PKS
& Issued for bids

A 25.08.2017 Issued for Client Comments SS SK PKS

Prepared Checked Approved


Rev. Date Details
by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
SPECIAL INSTRUCTIONS TO B049-000-16-51-SI-2470
VENDOR Rev. D
Page 2 of 4

I. GENERAL

1. Offer must be complete in all respect complying fully with the MR requirements
without exception/deviation. No price change whatsoever shall be allowed to the
bidder after submission of bid even if it results from any technical clarification. It may
be noted that all items included in this MR shall be ordered to a single bidder. Bidder
shall also note that all the quantities of various items indicated in this MR are indicative
and actual BOM shall be sole responsibility of the bidder in line with MR
requirements.

2. Any price change subsequent to the submission of the offer because of any technical
query or any other reason attributable to the bidder may lead to rejection of the offer.

3. Bidder shall submit clause-wise compliance to the Job Specification for Telecom
System (B049-000-16-51-SP90) as part of bid submission.

4. Bidder shall categorically sign and stamp each and every sheet of the Material
Requisition including:-

a) Vendor Data Requirements


b) Special Instructions To Vendor
c) Job specification for Telecom System
d) List of Attachments

5. Bidder shall furnish the Documents Control Index (DCI) submission schedule within 15
Days of the receipt of LOI / FOI.

6. Bidder shall submit the Technical Questionnaire (TQ) duly filled in along with the
offer. An offer without the filled in Technical questionnaire shall be considered as
incomplete and is liable to be rejected.

7. Bidder shall submit the price details against each item specified in this MR in the
separate price schedule sheet with unit rate. No information / description, technical or
non-technical, other than what is required as per price format shall be filled or
submitted. Unit rates as asked shall be provided separately.

8. Model numbers of each item including the accessories shall be indicated in the
Source of Supply (SOS) form.

9. Bidder shall furnish scope responsibility matrix for the division of responsibility as per
the format (PMR) attached with MR.

10. Offer shall be provided with technical catalogues of the offered models in English
language.

11. Bidder shall be responsible for selection of correct model of the


equipments/instruments to meet the purchaser's specifications. In case the model is

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
SPECIAL INSTRUCTIONS TO B049-000-16-51-SI-2470
VENDOR Rev. D
Page 3 of 4

required to be changed at a later stage, to meet the purchaser's specifications as per


the requisition, the same shall be done by the bidder without any price and delivery
implications.

12. The make and model number of the equipments as offered shall be field proven. It
shall be operating satisfactorily in similar applications (similar application means
Cross country underground pipelines used for transportation of liquid / gas petroleum
products / Crude or Power Transmission applications with minimum 5 hops in the last
seven years, which should have completed operation for a period of minimum 6
months as on date of tender). All items quoted in the PTR form shall have proven-ness
documentary proof. In absence of PTR filled information details documentary
proof, equipment offered shall not qualify for the technical evaluation.

13. Bidder to furnish documents to establish the proven facility of manufacturer. Also,
giving information with regard to the project for which SDH equipment had been
provided from the same facility from where equipment are being quoted for this project.

If a foreign manufacturer is supplying any equipment under this package, it shall have
operational service center in India.

14. The cost of post warranty comprehensive AMC for any particular year (including CAMC
for all the states) shall not be less than 2.5 % of total supply cost quoted by the bidder
for this tender.
In case:
i) The bidder quotes more than 2.5% of the contract value (supply part) as CAMC
charges, the quoted charges shall be retained as it is towards CAMC charges
for particular year and the same shall be considered for evaluation.

ii) If the bidder quotes less than 2.5% of the contract value (supply part) as CAMC
charges, then 2.5% of the contract value (supply part) shall be considered for
the evaluation purpose however the order shall be placed as per quoted rates
by the bidder.

15. Tripartite agreement for back to back guarantee support to be provided for sub-contract
supply items.

16. Bidder to propose sub-systems from the following approved vendor list only.
COMPANY approved makes for following items/systems are as follows:

Sr.
Equipment Make
No.
1 EPABX Alcatel Lucent/ Siemens/Tadiran (Coral)
2 VCS Camera Polycom/ CISCO
3 CCTV Camera Bosch/ Axis/ Honeywell/ Pelco/ Sony
4 Test Instruments EXFO/ JDSU/ VIAVI
5 IP phone Alcatel Lucent/ Siemens/
6 Analog Phone Alcatel Lucent/ Siemens/ Beetel
7 Explosion proof Phone FHF/ Lelas
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
SPECIAL INSTRUCTIONS TO B049-000-16-51-SI-2470
VENDOR Rev. D
Page 4 of 4

8 White LED for CCTV Cameras REDWALL/ Paragon Tech / Raytec /VIDEOTECH
9 Cabinet RITTAL/APW
10 FXO DINSTAR/ Matrix/ Grandstream/ Sangoma
11 FXS DINSTAR/ Matrix/ Grandstream/ Sangoma
12 LAN switch (Layer 3 ) 48 port CISCO/ HP/ JUNIPER/Allied Telesis
13 LAN switch (Layer 2 ) 48 port CISCO/ HP/ JUNIPER/Allied Telesis
14 LAN Switch (layer 2) 8 Port CISCO/ HP/ JUNIPER/Allied Telesis
15 DC-DC Convertor Phoenix contact / Meanwell / Delta/ Powertron
16 Cesium Clock OSCILLOQUARTZ/ GILLAM FEI/ SYMMETRICOM
17 Patch Cord FCI/ SUR LINK/ D-LINK/ 3M/Molex/Systimax/AMP
18 Media Convertor OTS / OSD/ RAD/ MRO TECK
19 Amplifier/Pre Amplifier ACCELINK / ETERN / IPG
20 Server/ Workstation HP / IBM / DELL
21 LED TV Sony / LG / Samsung

17. Offers will be evaluated as received on the basis of above points.

18. Bidder shall include inspection by EIL/ third party personnel at bidder's shop. For this
inspection, labour, consumable, equipment and utilities as required shall be in bidder's
scope.

All items shall be subjected to inspection by purchaser's representative at vendor's shop.


Vendor shall provide all facilities and assistance during such testing. Extra inspection
charges for arranging third party inspection agency, if any, shall be included by the
bidder in the basic quote itself.

Scope of Inspection shall be as per RFQ. Company Third Party Inspection (TPI)
agencies are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES
LTD/ITSIPL as amended time to time unless otherwise specified in the Special
Purchase Conditions.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TECHNICAL QUESTIONNAIRE

This questionnaire shall be duly filled in and submitted along with un-priced sets of offers to avoid
further queries and to ensure proper evaluation of your offer in time. If this is not complied with your
offer is liable to be rejected.

ANSWER ‘YES’ ‘NO’ OR ‘NOT APPLICABLE

BIDDER’S
S.No DESCRIPTION
RESPONSE
1. Have you filled in Proven Track Record form along with
supporting documents?

2. Have you filled Project Management & Responsibility form (PMR) &
Source of Supply (SOS) form?

3. Have you provided list of Vendor’s recommended 2 years of


Operation & Maintenance spares along with unit rates?

4. Have you considered

i. Resident Engineer in Warranty & CPWMC clause.


ii. Cost of Maintenance Spares in CPWMC clause.

5. Have you enclosed the relevant technical catalogue / literature in


ENGLISH language including model decoding details, drawing etc.
necessary for the evaluation of your offer?

6. Have you confirmed that the documents required as per the Vendor
Data Requirement will be supplied after placement of order?

7. Have you furnished the certificates from statutory bodies’ viz.


ATEX, BASEEFA, FM, CSA, CCoE/PESO approval etc. for the
Explosion Proof construction / Intrinsically Safe design of the
equipment wherever specified?

Note: If the answer is in negative, then furnish response thereof.

BIDDER DRAWING NO- ORDER NO:- 10.10.2017 SS SK PKS


MR NO. B049-000- YZ-MR-2470 25.08.17 SS SK PKS
CLIENT: M/s BPCL DATE BY CHK APP
B ENGINEERS INDIA LTD. PROJECT- MMBPL & BKPL TELECOM
NEW DELHI DATA SHEET NO. REV.
UP-GRADATION PROJECT
BIDDER- B049-000-YZ-TQS-2470 B
This drawing and the design it covers are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower’s
express agreement that they will not be reproduced, copied, exhibited, nor used except in the limited way and private use permitted by any
written consent given by lender to the borrower.
DOCUMENT No.
FORMATS FOR
LOGISTIC SUPPORT B049-000-YZ-LSF-2470
CERTIFICATE Rev. C
Page 1 of 5

CERTIFICATE FOR LOGISTIC SUPPORT

Format No. EIL 1641-1924 Rev. 1


DOCUMENT No.
FORMATS FOR
LOGISTIC SUPPORT B049-000-YZ-LSF-2470
CERTIFICATE Rev. C
Page 2 of 5

1.0 LOGISTIC SUPPORT CERTIFICATE

1.1 Bidder must furnish Certificate for providing necessary support services to Owner (M/s
BPCL) for Telecommunication System committing themselves to provide logistic to
purchaser in the format furnished along with.

1.2 In case of bought-out items, this certificate must be furnished for each of the Sub
bidders clearly indicating type, model no. etc. Certificates issued by the local agents
shall not be considered.

1.3 Certificates must be furnished from each manufacturer in case more than one
manufacturer is proposed for an item. However, it is expected that the bidder proposes
only one approved manufacturer for an item.

1.4 Certificate must be signed with seal by the official signatory on the Company’s
letterhead.

1.5 For IT Hardware (like Workstations, Network Switches and Server) 10 Years support shall
be provided.

1.6 For other telecom sub-system (like SDH, EPABX, CCTV Cameras and VCS) 10 Years support
shall be provided.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
FORMATS FOR
LOGISTIC SUPPORT B049-000-YZ-LSF-2470
CERTIFICATE Rev. C
Page 3 of 5

CERTIFICATE FOR LOGISTIC SUPPORT

(FOR TELECOM SUB-SYSTEM)

(To be signed by Manufacturer's (OEM) corporate level signatory on company's


letterhead)

I, on behalf of M/s______________________________ confirm that the


_______________________Model No.__________________ for quoted by
M/s_______________________________ for M/s BPCL against Material Requisition no.
B049-000-YZ-MR-2470 shall continue to be supported by us for a period of minimum 10
years. The quoted system shall not be withdrawn from Indian market as a matter of our
corporate policy.

I further confirm that in case of placement of order by BPCL on us, we shall continue to
support BPCL in providing back-up engineering, maintenance support and spare part support
for a period of 10 years from the date of placement of order.

SIGNATURE WITH SEAL


AUTHOURIZED, SENIOR
MANAGEMENT LEVEL (PRINCIPAL
CORPORATE LEVEL) SIGNATORY

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
FORMATS FOR
LOGISTIC SUPPORT B049-000-YZ-LSF-2470
CERTIFICATE Rev. C
Page 4 of 5

CERTIFICATE FOR LOGISTIC SUPPORT

(For IT Hardwares)

(To be signed by Manufacturer's (OEM) corporate level signatory on company's


letterhead)

I, on behalf of M/s______________________________ confirm that the


_______________________Model No.__________________ for quoted by
M/s_______________________________ for M/s BPCL against Material Requisition no.
B049-000-YZ-MR-2470 shall continue to be supported by us for a period of minimum 10
years. The quoted system shall not be withdrawn from Indian market as a matter of our
corporate policy.

I further confirm that in case of placement of order by BPCL on us, we shall continue to
support BPCL in providing back-up engineering, maintenance support and spare part support
for a period of 10 years from the date of placement of order.

SIGNATURE WITH SEAL


AUTHOURIZED, SENIOR
MANAGEMENT LEVEL (PRINCIPAL
CORPORATE LEVEL) SIGNATORY

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
FORMATS FOR
LOGISTIC SUPPORT B049-000-YZ-LSF-2470
CERTIFICATE Rev. C
Page 5 of 5

PERFORMANCE GUARANTEE CERTIFICATE

(To be signed by Bidder’s or Manufacturer's (OEM) corporate level signatory on company's


letterhead)

I, ____________________on behalf of M/s. ____________________________, certify that


in the event of placement of order for Telecommunication System by BPCL on us.

a) Telecommunication System complete with its Performance Certificate shall be


supplied by us.

b) M/s. _______________________, shall stand guarantee for the performance of


the Telecommunication System when installed along with the SDH System,
EPABX System & telephones, CCTV system with NVR and cameras, VCE
System and associated items at site.

c) Our involvement shall be ensured during Design, System Engineering, Testing


and Factory Acceptance Testing, Integrated Factory Acceptance Testing, Site
Commissioning and Site Acceptance Testing.

d) With the methodology proposed herein, we M/s ___________________ shall


stand guarantee for the complete Telecommunication System as per the specified
performance specifications.

SIGNATURE WITH SEAL


AUTHOURIZED, SENIOR
MANAGEMENT LEVEL (PRINCIPAL
CORPORATE LEVEL) SIGNATORY

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL UPGRADATION Rev. D
PROJECT Page 1 of 120

JOB SPECIFICATION

FOR

TELECOMMUNICATION SYSTEM

PROJECT: MMBPL & BKPL TELECOM UP-


GRADATIONPROJECT

CLIENT: BPCL

CLIENT COMMENTS INCORPORATED &


D 19.04.18 ISSUED FOR BIDS SS SK PKS
CLIENT COMMENTS INCORPORATED &
C 10.02.18 SS SK PKS
ISSUED FOR BIDS
CLIENT COMMENTS INCORPORATED &
B 10.10.17 SS SK PKS
ISSUED FOR BIDS
A 23.08.17 ISSUED FOR CLIENT COMMENTS SS SK PKS
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 2 of 120

TABLE OF CONTENTS

1.0 GENERAL ...................................................................................................................... 7


2.0 PROVENNESS REQUIREMENTS & TECHNICAL FORMS ............................................ 9
3.0 SCOPE OF WORK & SUPPLY .................................................................................... 16
4.0 DESIGN OBJECTIVES AND GUIDE LINES ................................................................ 26
5.0 SYSTEM / SUB-SYSTEM SPECIFICATIONS .............................................................. 39
6.0 GENERAL .................................................................................................................... 84
ANNEXURE-I (INDICATIVE MTO) .................................................................................... 102
ANNEXURE –II (VCS & CCTV LED DETAILS) ................................................................. 106
ANNEXURE –III(EXISTING CCTV CAMERA DETAILS) ................................................... 108
ANNEXURE-IV (INDICATIVE LIST OF INSTALLATION MATERIALS FOR CCTV) ......... 112
ANNEXURE-V (INDICATIVE LIST OF CAT6 CABLE REQUIREMENT FOR IP PHONES)114
ANNEXURE-VI (ETHERNET SWITCH DETAILS) ............................................................. 118

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 3 of 120

ABBREVIATIONS & TERMS

ACS : Access Control System

ATEX : ATmosphere EXplosives

(b) : Blank space

BASEEFA : British Approvals Service for Electrical Equipment for


Flammable Atmospheres

BER : Bit Error Rate

CCoE : Chief Controller of Explosives

CCTV : Closed Circuit Television

CD : Compact Disc

CDROM : Compact Disc Read Only Memory

CIMFR : Central Institute of Mining and Fuel Research

dB/db : Decibel

°C : Degree Centigrade

Dwg : Drawing

EIA : European Industries Association

EIC : Exchange Interface Card

EMI : Electromagnetic Interference

EOW : Engineering Order Wire

EPABX : Electronic Private Automatic Branch Exchange

ERTL : Electronics Regional Test Laboratory

ETSI : European Telecommunication Standard Institute

FAT : Factory Acceptance Testing

FDF : Fibre Distribution Frame

FRP : Fibre Reinforced Plastic

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 4 of 120

FTC : Fibre Termination Closure

HDD : Hard Disc Drive

ICAO : International Civil Aviation organization

IDF : Intermediate Distribution Frame

IEC : International Electro technical Commission

ISO : International Standardization Organization

ITU : International Telecommunication Union

Kbps : Kilo Bits per Second

LCD : Liquid Crystal Display

LCIE : Laboratorie Central Des Industries Electriques

LCT : Local Craft Terminal

LED : Light Emitting Diode

LO : Local Oscillator

MB : Mega Bits

MCU : Multi point Conferencing Unit

MDF : Main Distribution Frame

MUX : Multiplexer

NA : Not Applicable

NIT : Notice Inviting Tender

nm : nano meter

NMC : Network Management Center

NMS : Network Management System

NVR : Network Video Recorder

OEM : Original Equipment Manufacture

OFC : Optical Fibre Cable

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 5 of 120

PC : Personal Computer

PCM : Pulse Code Modulation

PESO : Petroleum Explosives Safety Organization

PMR form : Project Management and Responsibility form

POH : Path Over Head

PRC : Primary Reference Clock

PTR form : Proven Track Record form

Rev : Revision

RFI : Radio Frequency Interference

RH : Relative Humidity

RTU : Remote Terminal unit

SAT : Site Acceptance Testing

SCADA : Supervisory Control and Data Acquisition

SDH : Synchronous Digital Hierarchy

SIC : Subscriber Interface Card

SOH : Section Over Head

SOS form : Source of Supply form

STM : Synchronous Transport Module

TDM : Time Division Multiplexer

TLO : Trans Local Oscillator

UL : Underwriters Laboratories

UHD : Ultra High Definition

VAC : Volts AC

VC : Virtual Container

VCS : Video Conferencing System

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 6 of 120

VDC : Volts DC

VF : Voice Frequency

VGA : Video Graphics Adaptor

VCE : Video Conferencing End point Equipment

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 7 of 120

1.0 GENERAL

1.1 INTRODUCTION

BPCL is presently having a cross country pipeline length of 2208 KMs. BPCL cross
country pipeline passes through different terrain like forest, barren land, farm land,
urban area, river and sea etc. Mumbai-Manmad-Bijwasan Pipeline and Bina-Kota
Pipeline are having dedicated telecommunication networks along the pipelines.
Various applications used in pipelines like SCADA, CCTV, VCS, Phones, PLC are all
dependent on this dedicated telecom network of the Pipeline. Most of these systems
have high level of interdependence and rely on each other for proper working. These
telecommunication systems consist of various networks which have been deployed
over a time span of 2 decades. At present the whole telecom system comprises of
multiple and wide range of systems/platforms for all telecommunication needs of
pipelines. Telecom systems were installed in pipelines as and when the pipeline
section was commissioned and not having any single integrated system. This has
increased the complexity of the telecom system and its dependent systems. Further it
is also to be noted that some of the Telecom systems and their associated
technologies are old and facing end of life issues.
Some major problems with existing Telecom system are (i) integration of newer and
old technologies which were commissioned during pipeline commissioning in last two
decades, (ii) Lack of support for some of the sub-systems (VCS, CCTV), (iii) PDH
technology used in Mumbai-Manmad section is obsolete and also its spares are not
available, (iv) Existing EPABX are all non-IP and (v) some of the RTU are serial based
whereas all new RTU nowadays must be compatible with Ethernet.
In view of above, need is felt to revamp the Telecom system to cater to the current
requirements in terms of bandwidth and other aspects like SCADA, CCTV monitoring,
Voice Communication, Video Conferencing, Leased Line, etc.

This Document (B049-000-16-51-SP90) provides the technical requirements of the


Telecommunication system.

1.2 TERMS AND DEFINITIONS

BIDDER Agency (Bidder/Contractor) that makes the bid in its name and
takes the total responsibility for the job irrespective of support
from any other sub-agency.

SUB-VENDOR Sub-agency identified by the Bidder at the bid stage for


execution of a pre-defined part of the work.

BID Bidder’s offer

BID DOCUMENT This tender document.

CLIENT/ BPCL
OWNER

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 8 of 120

CONSULTANT Engineers India Limited (EIL)

1.3 BID OUTLINE REQUIREMENTS

1.3.1 Bidder is required to make a proposal in a format as outlined below (with each page of
the proposal properly numbered and duly authenticated) in order to achieve the
objective of maintaining uniform proposal structure from all the bidders. In addition to
the hard copies as required, bidder shall provide softcopies of his bid in CD form also.
All communication on this Bid, including those generated by the sub-vendor, and any
subsequent correspondence shall be through the Bidder only.

TELECOMMUNICATION SYSTEM

Part 1: TECHNICAL PROPOSAL

CHAPTER I COMPOSITION OF THE BID

This chapter is to describe the proposal in brief and the roles of various parties who
are involved in bidding this project, clearly defining the Bidder & Sub-Vendor (with
name, address, Contact details, etc.) In addition, the project organization structure
putting together various parties with inter-relationship shall also be submitted.

CHAPTER II: PROVENNESS REQUIREMENTS, TECHNICAL


FORMS& BID EVALUATION REQUIREMENTS

Bidder is required to submit filled up PTR, PMR and SOS forms as per this Bid
document.

CHAPTER III VENDOR DATA REQUIREMENT

Bidder is required to submit documents as per Vendor data requirement.

CHAPTER IV INFORMATION FROM BIDDER

Bidder is required to submit complete information for all systems and as asked from
him in various sections of this document.

CHAPTER V INDICATIVE BILL OF MATERIAL (For Information)

CHAPTER VI TECHNICAL BROCHURES

Bidder is required to submit Technical literature/pamphlets for offered item covering


full guaranteed technical specifications.

CHAPTER VII COMPANY PROFILE PAMPHLETS

CHAPTER VIII MISCELLANEOUS INFORMATION

Part: 2 COMMERCIAL PROPOSAL

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 9 of 120

1.3.2 The scope of work, supply, technical & commercial requirements are explicitly
provided in the Bid document. Bidder is required to study these requirements in detail
and make a proposal in an outline as defined above, completely meeting these
requirements. The offer must be complete in all respects leaving no scope for
ambiguity.

1.3.3 It is in the interest of Bidder to submit complete comprehensive proposal leaving no


scope for the Company to raise any further questionnaires as the proposal may only
be evaluated on the basis of what has been submitted by the bidder at the first
instance in order to adhere to very strict project schedule requirements.

2.0 PROVENNESS REQUIREMENTS & TECHNICAL FORMS

2.1 PROVEN TRACK RECORD (PTR) FORM

TO BE FILLED BY
S.No. DESCRIPTION
BIDDER
DETAILS OF ALL EQUIPMENTS, SUB-SYSTEMS AS
OFFERED FOR MMBPL&
BKPLUPGRADATIONPROJECT

1) STM-16 EQUIPMENT
1. Make & Model No.
2. Details of the Project where used earlier
3. Name of Owner
4. Name & address of Owner’s contact person
5. Telephone No. & Fax
6. Name of Manufacturer
7. Date, month & Year of commissioning of STM-16
Equipment
8. Any system breakdowns
9. Cause of breakdowns
10. Whether similar STM-16 Equipment offered for this project
(Yes/No)
11. Manufacturing facility from where STM-16 Equipment were
supplied for the earlier project
12. Manufacturing facility of STM-16 Equipment for this project
is same as per Sr. No. 11 above (Yes/No)

2) NETWORK MANAGEMENT SYSTEM (SDH) :


1. Make & Model No.
2. Details of the Project Where used earlier
3. Name of Owner
4. Name & Address of Owner’s contact person
5. Telephone & Fax No.
6. Name of manufacturer
7. Date, Month & Year of commissioning of NMS
8. Any system breakdowns
9. Cause of breakdowns

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 10 of 120

10. Whether similar Network Management System offered for


this project (Yes/No)
11. Manufacturing facility from where Network Management
System were supplied for the earlier project
12. Manufacturing facility of Network Management System for
this project is same as per Sr. No.11 above (Yes/No)

3) EPABX (IP BASED)


1. Make & Model No.
2. Details of the Project Where used earlier
3. Name of Owner
4. Name & Address of Owner’s contact person
5. Telephone & Fax No.
6. Name of manufacturer
7. Date, Month & Year of commissioning
8. Any system breakdowns
9. Cause of breakdowns
10. Whether similar EPABX Offered for this pipeline project
(Yes/No)
11. Manufacturing facility from where EPABX were supplied for
the earlier project

4) VCS SYSTEM
1. Make & Model No.
2. Details of the Project Where used earlier
3. Name of Owner
4. Name & Address of Owner’s contact person
5. Telephone & Fax No.
6. Name of manufacturer
7. Date, Month & Year of commissioning
8. Any system breakdowns
9. Cause of breakdowns
10. Whether similar VCS offered for this pipeline project
(Yes/No)
11. Manufacturing facility from where VCS system were
supplied for the earlier project
12. Manufacturing facility of VCS system for this pipeline
project is same as per Sr. No.11 above (Yes/No)

5) CCTV Cameras PTZ Fixed


1. Make & Model No.
2. Details of the Project Where used earlier
3. Name of Owner
4. Name & Address of Owner’s contact person
5. Telephone & Fax No.
6. Name of manufacturer
7. Date, Month & Year of commissioning
8. Any system breakdowns
9. Cause of breakdowns

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 11 of 120

10. Whether similar CCTV Cameras offered for this pipeline


project (Yes/No)
11. Manufacturing facility from where CCTV Cameras was
supplied for the earlier project
12. Manufacturing facility of CCTV Cameras for this pipeline
project is same as per Sr. No. 11above (Yes/No)

6) CCTV NETWORK VIDEO RECORDER (NVR)


13. Make & Model No.
14. Details of the Project Where used earlier
15. Name of Owner
16. Name & Address of Owner’s contact person
17. Telephone & Fax No.
18. Name of manufacturer
19. Date, Month & Year of commissioning
20. Any system breakdowns
21. Cause of breakdowns
22. Whether similar NVR offered for this pipeline project
(Yes/No)
23. Manufacturing facility from where NVR was supplied for the
earlier project
24. Manufacturing facility of NVR for this pipeline project is
same as per Sr. No.11 above (Yes/No)

7) Whether Documentation in support of above clauses


(1, 2, 3, 4, 5& 6) identifying scope of responsibility and
successful commissioning of above mentioned items
furnished for ascertaining field proven-ness criteria of
minimum six months (Yes/No) *

(Signature and stamp of Bidder)

*All items quoted in the PTR form shall have proven-ness documentary proof. The bidder
should provide PO copies, completion certificate, performance certificate/ E-mail (minimum 6
month) from end user, and reference/contact details of the client where the job has been
performed as required to amply prove that bidder meets the PTR requirements. The PO date
shall be within 7 years prior to the original tender due date.
In absence of PTR filled information details/documentary proof, equipment offered
shall not qualify for the technical evaluation.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 12 of 120

2.2 PROJECT MANAGEMENT AND RESPONSIBILITY (PMR) FORM

Bidder shall be entirely and exclusively responsible for all works under this bid
document.
Bidder to fill up blank spaces (marked (b)), of this form. Legend: NA – Not applicable

Performed
by (name) Place of execution of the
S. N Description
Bidder/Sub- activity
Vendor
1. Single source responsibility including Bidder (b) NA
Survey, Design, Engineering,
Manufacture, Supply of total
Telecommunication system including
all related goods and providing all
related services including Survey,
installation, testing, integration,
training, trial run, commissioning and
warranty for the successful completion
of the project.

2. System Design, Engineering for:

a) Optical Fibre Communication (b) (b)


System (SDH)

b) Clocks (Primary & Secondary) (b) (b)

c) CCTV System with Cameras (b) (b)


&NVR

d) Video Conferencing System (b) (b)

e) EPABX System with Telephones (b) (b)

f) Leased Line (b) (b)


3. Documentation Bidder NA

4. Training

1.4.1 First course

Optical Fibre communication system (b) Manufacturing (OEM)


(SDH), EPABX facilities from where the
respective equipments/
subsystems are offered.

1.4.2 Second course (b) SITE

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 13 of 120

[For Optical Fibre Communication


System (SDH),CCTV NVR, Video
Conferencing System& EPABX
System]

5. Factory Acceptance Testing (FAT):

A) Equipment testing

a) Optical Fibre communication (b) Manufacturing facilities


system (SDH) (OEM) from where the
respective equipments/
subsystems are offered

b) VCE System (b) FAT at OEM manufacturing


Location to be done by
c) EPABX System (b) bidder as per approved
FAT procedure. TPI (third
d) CCTV NVR (b) Party Inspection) agency
shall be involved by Bidder.

B) System Integration Testing (SIT) / (b) Manufacturing facility of


Integrated Factory Acceptance SDH equipment / bidder’s
Testing (IFAT) proven Integration Centre

6. Installation, Integration, Pre-


commissioning, Site Acceptance
Testing, Trail-run and Commissioning
for:

a) Optical Fibre Communication (b) SITE


system (SDH) with Clock

b) CCTV System with Camera &NVR (b) SITE

c) VCE System (b) SITE

d) EPABX System (b) SITE

e) Leased Line (b) SITE

(Signature and stamp of Bidder)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 14 of 120

2.3 SOURCE OF SUPPLY (SOS) FORM

Bidder shall provide data for the offered equipment:

Name of
Company/
Organization
responsible
Make, place of Model, for support
Sl.No. Description manufacturing Version No., &
maintenance
facilities for
this item /
system
1. OPTICAL FIBRE COMMUNICATION
SYSTEM(SDH)

[No options are to be provided for


SDH]

1. STM-16 (SDH) Equipment

2. SDH NMS (server)


at Mumbai & Kota

3. SDH NMS (client)


at Manglya, Piyala & Bina

4. Primary Clock (Cesium) at


Mumbai

5. Secondary Clock (GPS) at


Bijwasan

2. EPABX & TELEPHONES

EPABX

1.1) EPABX (IP based)

1.2) EPABX NMS at


Mumbai

TELEPHONES

A) IP Telephones

B) Analog Telephones

C) Explosion proof
Telephones

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 15 of 120

D) Flashing Beacon

E) Howler

F) Acoustic Booth [Acoustic


Hood not to be offered]

3. VIDEO CONFERENCING SYSTEM

1)Video Conferencing End Point


Equipment with External (25 sites)
MCU& Workstation (PC)

2)Video Conferencing End Point


Equipment with In-built (5 sites) MCU

3)Video Conferencing Screen (65”


HD LED screen - Industrial Grade)

4) Video Conferencing Screen (55”


HD LED screen - Industrial Grade)

4. CCTV SYSTEM NVR

1) CCTV (Fixed) type

2) CCTV (PTZ) type

3) NVR Server along with 21” LED


monitor

4) Video Management Software


(VMS)

5) Storage (RAID 5)

6) 65” HD LED Screen - Industrial


Grade

7) 55” HD LED Screen - Industrial


Grade

8) Fibre to Ethernet Convertor

9) Ethernet Switch [L2 Managed


Switch - 48 port]

10) Ethernet Switch [L2 Managed


Switch - 8 port]

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 16 of 120

5. TESTINSTRUMENTS
1) OTDR Machine (with accessories)
– 7 Nos.

2) Optical Power Source (with


accessories & redundant Power
pack) - 7 Nos.

3) Optical Power Meter (with


accessories) - 7 Nos.

4) Pig-tail Cleaner (non-alcoholic) - 7


Nos.

5) Laser Source for OFC (min 2km


range) -7 Nos.

6. EQUIPMENT RACKS

(Signature and stamp of Bidder)

3.0 SCOPE OF WORK & SUPPLY

3.1 Scope of Work & Supply

Bidder’s scope of work and supply for the Telecommunication system defined in this
document shall be on turnkey basis and the scope shall include but not be limited to
the following:

Project Management, Survey, Design, Engineering, Manufacture/Procurement,


Supply of all related goods and providing all related services including
installation, earthing, testing, training, integration, trial run, commissioning, etc,
all complete, including the related civil works in the respective Control/Telecom
room, cabling for the new Telecom System, preparation of the related drawings,
documents, etc., of the telecom system. The system shall comprise of an
Optical Fibre based Digital Communication System of Synchronous Digital
Hierarchy, EPABX System, Video Conferencing, CCTV System with cameras &
NVR, Telephones, Leased line, Test Instruments, etc. as per requirements &
specifications of this bid document.

The scope of work and supply shall broadly consist of the following parts:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 17 of 120

A) STM-16in new cabinets at all locations and SDH NMS on few locations.

“Bidder to note that maximum downtime of 24 hours shall be provided per


station for replacement of SDH equipment.”

B) Providing Primary Reference Clock (Cesium) at Mumbai and Secondary Clock


(GPS) at Bijwasan for synchronization.

C) Providing CCTV System NVR and integrating the same as unified solution for
the overall MMBPL & BKPL CCTV system network including reconfiguration
with Existing Cameras and new CCTV cameras at identified locations with cat-
6 cable for new & existing cameras. (Refer Attachment-15 for more details)

D) Providing Video Conferencing facility and integrating the same as unified


solutionfor the overall MMBPL & BKPL VCS network.

E) Providing IP based EPABX system& EPABX NMS along with Analog, IP &
Explosion-proof telephones (in Acoustic booth with Beacon and Howler near
Pump house) and integrating the same as unified solution for the overall
MMBPL & BKPL EPABX network.

Existing EPABXs of KJPL (Kota Jobner Pipeline - Make: Alcatel), MUPL


(Mumbai Uran Pipeline - Make: Alcatel) and CCKPL (Cochin Coimbatore Karur
Pipeline - Make: Alcatel) shall also be integrated with MMBPL and BKPL
EPABXs.

F) Providing 20 Mbps Leased Line between Mumbai & Kota.

G) Providing 20 Mbps Leased Line between Kota & Bijwasan.

H) Lease Line of Mumbai to Bijwasan (20 Mbps) & 60 Mbps between Mumbai &
SV-04 which is existing shall also be utilized in this new Telecom Network
design.

I) Test Instruments

J) Dismantling and packing of existing telecom subsystem like SDH, CCTV


cameras (non-ONVIF), Clocks, VCS, etc. as identified in the bid document.

K) All associated services for installation, testing, commissioning & start-up of the
complete telecom system.

L) Training

M) Spares

N) Documentation

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 18 of 120

3.2 Detailed scope of work and supply shall include but not be limited to the
following

3.2.1 Gather information for complete system design and detailed engineering to meet the
overall system availability objectives.

3.2.2 On the basis of information and capability of the system to be offered, bidder shall
provide an overview of the proposed system’s architecture, detailed bill ofmaterial and
the technical proposal.

3.2.3 Supply and Installation of all items as required providing the following facilities:

1. VOICE COMMUNICATION

i) EPABX SYSTEM

a) Subscriber dialing for Pipeline application & Security application

EPABX shall be installed at following stations with integration to telecom


system network which shall provide dialing facility in the various rooms
in respective pipeline control buildings and to other pipeline buildings.
Details of distribution of Telephones shall be finalized post award
detailed engineering.

At Mumbai, Admin Building, bidder to extend EPABX connectivity (48


Analog Phones) using VLAN (existing BPCL VLAN to be used), all
necessary hardware/software/licenses/configuration are in the scope of
bidder.

Sl.
Locations with nos. Capacity of EPABX
no.
i.Mumbai
100 Analog lines expandable to 200 &
1. ii.Bina
100 IP lines expandable to 150 IP lines.
1a. Mumbai EPABX NMS
i. Manmad
ii. Manglya
iii. Kota
40 Analog lines expandable to 50 &
2. iv. Bharatpur
50 IP lines expandable to 70 IP lines
v. Piyala
vi. Bijwasan

i. Mathura
ii. Washala
iii. Sanghvi 30 Analog lines expandable to 40 &
3.
iv. Gujri 30 IP lines expandable to 50 IP lines.
v. Malarna

b) Hotline facility

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 19 of 120

Hotline facility shall be provided between attended stations of MMBPL&


BKPL.

c) Engineering order wire (EOW)/ IP

EOW/IP shall be configured with the SDH nodes at the all stations.

2. NON-VOICE COMMUNICATION

a) VIDEO-CONFERENCING

As part of the scope of this project, Videoconferencing facility shall be


provided at following stations with external (25 sites) and inbuilt (5
sites) MCU and wall mounted HD LED monitor(Industrial Grade). Video
Conferencing End point equipment shall be connected over IP.

Locations of placement of Video-Conferencing equipment in the


control building shall be identified and the bidder may obtain details
after award of work.

Sl.
Locations with nos. MCU type
no.
VCS Camera (Internal MCU 5 sites)
with External MCU (25 sites) with
i. Mumbai
workstation (PC) with min. 15 m cable
ii. Kota
1. for MIC.
iii. Bijwasan
(one at each location)

i. Mumbai –3 nos.
ii. Washala
iii. Manmad
iv. Sanghvi
v. Gujri VCS camera with Internal MCU (5
vi. Manglya sites) with min. 15 m cable for MIC.
2.
vii. Malarna (one at each location except Mumbai)
viii. Bharatpur
ix. Mathura
x. Piyala
xi. Bina

b) DATA COMMUNICATION

Bandwidth requirement for the SCADA System shall be over the entire
section of the MMBPL& BKPLwhich is part of the scope of this project.
It shall be the bidder’s responsibility to provide proper Ethernet
channeling for the SCADA System.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 20 of 120

c) CCTV System NVR

CCTV System NVR shall be provided at following stations as tabulated


below.

New CCTV cameras at non-ONVIF cameras location attached with this


job specification. New and existing cameras for entire MMBPL & BKPL
network are 233. New cameras are 137 nos. (Fixed: 83 nos. & PTZ: 54
nos.)

Fixed (non-ONVIF) cameras are to be replaced with Fixed (New)


cameras and with new cable from Telecom Cabinet (SDH) to Camera
location.

Similarly, PTZ (non-ONVIF) cameras are to be replaced with PTZ


(New) cameras and with new cable from Telecom room to CCTV
location. Pole of 6m to be considered for mounting of PTZ as per
Attachment 15. OFC required for CCTV installation shall be provided
as Free Issue Material by the Company. Civil work required for OFC
laying for CCTV will be by the BPCL.

New NVR to be proposed in such a manner that any kind of existing


CCTV camera i.e. Analog/Digital/IP of any make with suitable media
convertors if required can be configured for live video streaming and
video recording. The existing make of CCTV cameras are Pelco, Axis,
Godrej & Verint.

New camera Licenses for the NVRs to be procured such that the total
pipeline CCTV load can be distributed uniformly on the Thirteen(13)
nos. of NVR servers for efficient recording & monitoring. However
option of viewing of all the CCTV cameras of MMBPL & BKPL network
to be extended to each of the Thirteen NVRs.

NVR redundancy shall be provided at Mumbai and Kota in 1:1


configuration.

Client workstations with required hardware, software, licenses with


65”/55”LED monitor as per Annexure-II (wall mounted industrial grade)
shall be provided to view their CCTV recording of all CCTV of
MBPL&BKPL network.

Each IP PTZ camera shall be allotted a bandwidth of minimum 6


Mbps& minimum 4 Mbps for the IP Fixed type camera in the SDH
equipment located at each station.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 21 of 120

Bidder shall provide additional storage media if required based on


the calculations.

Sl.
Locations with nos. NVR type
no.
NVR (21” LED) & Viewing monitor (65”LED)
i. Mumbai
1. shall be with minimum 100TB storage and with
64 camera licenses.
ii. Washala
iii. Manmad
iv. Sanghvi
v. Gujri
vi. Manglya NVR (21” LED) & Viewing monitor (55”LED)
vii. Kota shall be with minimum 100TB storage and with
2. viii. Malarna 64 camera licenses.
ix. Bharatpur
x. Mathura (one at each location)
xi. Piyala
xii. Bijwasan
xiii. Bina

d) LEASED LINE

Existing Leased line (back-up communication link~20 Mbps) between


Mumbai-Bijwasan& 2 Mbps between Bina-Bijwasan shall be utilized for
back-up communication link which shall be capable of transporting
Voice, &SCADA (RTU) data both.

Also, 20 Mbps Leased Line between Mumbai & Kota and 20 Mbps
Leased Line between Kota & Bijwasan to be provided for back-up
communication link which shall be capable of transporting Voice, &
SCADA (RTU) data both.

Requisite numbers of Routers, Modem, rack, OFC supply & laying if


required and all Last Mile connectivity for making Lease Line
operational from Pipeline control rooms are in the scope of bidder only.

New Separate earthing (<1ohm) and lightning protection for lease


line tower including providing earth pits, etc as required are in scope of
bidder only.

All hardwares supplied for lease lines including tower shall be


maintained by bidder till 2 years warranty & 5 years comprehensive
AMC period.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 22 of 120

3.2.4 At all stations control buildings are existing and space are identified for new telecom
facilities.

After successful completion of Trial Run of new Telecom System, old existing
system to be dismantled. Hence, Bidder’s scope includes dismantling, packing of
existing racks, panels, non-ONVIF cameras, monitors, servers, etc. of Optical system
(SDH), CCTV system, Clock, VCS & other systems (if applicable) from existing
Telecom MMBPL & BKPL network and to be kept at the designated place identified by
the BPCL at the respective pipeline stations only.

The materials used for packaging, wrapping, sealing, moisture resistant barriers,
corrosion preventers, etc. shall be of recognized brands and shall conform to best
standards in the areas in which the articles are packaged. The packing shall protect
the equipment from impact, vibration, rough handling, rain, moisture, dust, damp,
insects, rodents, etc.

Bidder’s scope also includes procurement, supply and installation of all types
of cables required for implementing this new telecom system operational like
patch cords, pigtails (including splicing of pigtails to optical fibres at Fibre Termination
Closures (FTC) and routing the fibres from FTC to Transmission Equipment), co-axial
cable, multi-pair armored & unarmored telephone cables, Ethernet CAT-6 cables for
indoor and outdoor applications, PVC conduit for Ethernet outdoor applications,
Cables for CCTV system connectors, POE LAN switch, Access (Ethernet) Switch,
distribution boxes, MDF, IDF and all other items not indicated here but required for
completion of the system. Routing of OFC inside the telecom room, termination,
earthing (<1 ohm) including earth pits, FTC, indoor & outdoor systems etc.

OFC (Free Issue Material) for extending CCTV cameras building to building will be
provided by BPCL. Civil work involved in for OFC laying will be by BPCL. Other inside
building and connecting cables and work by bidder only.

Bidder shall provide brief write-up with details regarding philosophy, understanding
and execution methodology of work related implementing new MMBPL & BKPL
Network and dismantling existing networks along with their offer.

3.2.5 Supply and Installation of necessary equipment, cables and accessories to meet the
system requirements including Ethernet CAT-6 cables (for indoor applications the
Ethernet cable shall be unshielded and for outdoor applications the Ethernet cable
shall be shielded and armoured), converters, LAN extenders, telephones, etc at
respective sites (inside control rooms through un-armored cables and to other pipeline
buildings through armored cables) within the plant area as per detailed engineering.

3.2.6 Supply and Installation of shades (for Sun/water protection as required) Junction
boxes of IP-66 rating for housing fibre termination closure, media convertors (IP to
optical), power supply convertors, other accessories, power supply cables, etc as
required.

3.2.7 Extension of CCTV cables from CCTV cameras, NVR to CCTV Ethernet switch,
power cables, telephones cables, OFC cables, Ethernet cables, etc as required inside
control building and to various buildings through trenches or in ducts shall be done as

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 23 of 120

per detailed engineering. For outdoor cabling bidder shall take help of plot plans of
various stations after award of work.

At all stations, bidder’s scope shall include supply and installation of telephones
armoured cable/ cable through HDPE ducts for subscriber connections including its
termination in IDF at various buildings. Bidder’s scope includes supply, installation
and termination of these cables coming from various buildings in the IDF (supplied
and installed by bidder) located at pipeline control building and termination and
installation of telephones in 2 pin sockets.

3.2.8 Bidder’s scope includes survey, routing, preparation of required trenches or use of
HDPE/FR PVC ducts, termination, etc at all outside locations.

3.2.9 Bidder’s scope shall include any software up gradation (providing the software
including installation, testing of software, etc all complete) till warranty period, free of
charge.

3.2.10 All Licenses shall be provided for each type of software provided for Network
Management Systems & also of all other software provided for Optical (SDH),
EPABX, VCS, CCTV NVR, etc. for this project.

3.2.11 In each of the telecom rooms, all voice, other interfaces shall be provided in IDF
(Intermediate Distribution Frame) / MDF (Main Distribution Frame)/POE LAN switch,
as applicable. Bidder’s scope shall include providing good quality cabling, connectors,
termination etc. all complete.

3.2.12 New Separate earthing (<1ohm) and lightning protection of indoor and outdoor
telecom equipment at all unattended telecom stations including providing earth pits,
etc as required.

3.2.13 For attended stations, existing earthing system for Telecom system to be utilized.

3.2.14 Bidder’s scope shall include supply of furniture for SDH, EPABX NMS & VCS system
at applicable stations. All the furniture shall be of Godrej make or equivalent and
match the surroundings.

3.2.15 High quality ergonomic Furniture as required for the various systems, equipment, etc.
shall be supplied by the bidder. The same shall include tables & chairs for the work
stations, monitors.

3.2.15 Carrying out the factory acceptance tests of the overall system, various subsystems,
equipment as per the approved specifications and procedures at the SDH
manufacturer’s works in the presence of Owner/Consultant’s representatives as per
the Job Specification.

3.2.16 Supply of the technical literature, drawings and documentation for the complete
system.

3.2.17 Provide suitable power distribution panel/box and complete wiring from the distribution
point to the respective telecom equipment at each telecom station as per

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 24 of 120

specifications. Power Supply is available at all existing stations. Power cabling from
existing feeder to new telecom system cabinets is also in the scope of bidder.

3.2.18 Temporary facilities

To arrange temporary power supply, test instruments, trained manpower, transport &
any other facility required for installation and testing of total system.

Bidder shall arrange their own temporary communication system to co-ordinate


telecom project activities to be used during construction stage.

3.2.19 Bidder scope shall also include obtaining Licenses, permission from respective
statutory authorities, all statutory clearances as required for the telecom network
pertaining to this project. However, owner shall provide necessary assistance as
required.

3.2.20 Spares

a) Mandatory spares of all the sub-systems equipment, etc shall be provided as


specified in clause 6.7.1.Delivery of all Mandatory Spares at Mumbai and
Kota locations only.

b) A list of manufacturer’s recommended spares for operation and maintenance


of the various system, sub-system, equipment, etc., for two years shall be
provided as specified in clause 6.7.2.

c) Provide commissioning & warranty spares as specified in clause 6.7.3. (The


bidder shall utilize these spares of all the equipment that may be required
during commissioning & warranty period separately).

3.2.21 Bidder shall be responsible for safety and security of the installed equipment and
systems till System commissioning, trial run and final acceptance of system by Owner
(before start of warranty period). Bidder shall also be responsible for protection and
rectification of damage of the installed equipment, cables and systems from man,
heavy equipment, rodents, insects etc. Bidder shall also be responsible for cleanliness
of the telecom rooms including provision of rodent repellants to prevent rodent entry in
the telecom rooms, till the time of final acceptance of system by Owner.

3.2.22 Quality Assurance, Site Acceptance Testing, Trial run & commissioning of the
complete system (including the laid OFC as per tests provided in MR) at site to the
complete satisfaction of the Owner/Consultant.

3.2.23 Bidder to separately quote for Post warranty maintenance Contract for five (5) years
as per bid document.

3.2.24 Provenness Requirements

.Make and model number of the equipments as offered shall be field proven.

3.2.25 Certificate for Logistic Supports

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 25 of 120

a. Bidder shall provide back-up engineering, maintenance support and spare


parts for a period of ten (10) years for the system, being supplied. Logistic
support certificates shall be furnished by bidder for providing necessary
support services as per format attached with the bid document.

Certificates from sub-Vendors for items such as Optical system (SDH), VCS
System, EPABX System & CCTV system Camera & NVR Servers, IT
Hardwares shall be furnished.

b. Bidder shall also furnish Performance Guarantee Certificate as per the format
attached with the bid document.

3.2.26 System integration including providing requisite interfaces, accessories and cables to
realize the complete system which shall include the following:

a) Integration of the optical & other equipment along with the Network
Management Systems and the OFC (existing along the pipeline) including
termination, providing connectors, pigtails etc. to realize the complete optical
fibre communication system.

b) Integration of the EPABX system with the Optical system, telephones, etc.

c) Integration of the CCTV system camera &NVR, VCS system with the Optical
system.

d) Integration of the Optical system and other sub-systems with facilities provided
by others, e.g. SCADA system, Lease Line, etc.

e) Integration of all above systems and sub-systems to provide a complete


working Telecom system to the satisfaction of the Owner/Consultant.

3.3 CHANNELING PLAN

Bidder shall provide channeling plans to include all the requirements which shall be
finalized during detailed engineering after award of the work.

A tentative break up for various sub-system will be as follows:

SCADA & APPS including RTU – 300Mbps,


EPABX for Voice – 50 Mbps,
VCS – 100 Mbps,
CCTV NVR – 1000 Mbps
PCMS – 100 Mbps
Refinery LAN – 100 Mbps

Bidder’s scope shall also include all hardware, software, etc. to realize the same in
totality.

Bidder to provide Ethernet channeling as part of their offer.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 26 of 120

4.0 DESIGN OBJECTIVES AND GUIDE LINES

4.1 SYSTEM AVAILABILITY

OPTICAL SYSTEM

The System availability shall be greater than 99.999 % excluding logistics (i.e.
availability of power supply and optical fibres).

4.2 STANDARDS APPLICABLE

The equipment and the system provided shall conform to the latest editions of
standards like ITU-T, ITU-R, ETSI, IEC, ISO, EIA etc.

In case of any conflict between the above standards and the specifications, the
specifications given in this document shall precede, however in case of further
confusion, the matter shall be referred to Owner/Consultant. Decision of
Owner/Consultant shall be final and binding.

Bidder shall proceed with design of the equipment and the system only after obtaining
clarifications from Owner/Consultant in all such cases.

4.3 ENVIRONMENTAL SPECIFICATIONS

All equipment, test instruments, special tools and tackles shall be capable of
maintaining the guaranteed performance with operational lifetime of 20 years
minimum when operating continuously under the following environmental conditions:

a) Operating Temperature:
For all supplies except EPABX,
Test Equipment (Ethernet Tester)
IT Hardware 00 C to +50° C guaranteed and
upto +55° C degraded.

For EPABX, Ethernet Tester,


IT Hardware 00 C to +40° C

STORAGE: -10° C to +55° C


b) Humidity At any relative humidity upto 95% within
the temperature range of 0° C to 40° C.

c) Altitude At any altitude upto800 m above sea


level.

d) Sand and Dust With a build-up of dust on operational


surface to a level such as may occur
because of imperfections in the sealing of
equipment, housing and conditions
prevailing in sub-tropical desert
conditions.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 27 of 120

e) Tropicalisation Shall be fully tropicalised preferably with


cards conformal coating with lacquer

f) Shock and vibration Shall withstand transportation and


handling by air, sea and road under
packed conditions.

g) Salt, fog and mould Shall withstand continuous usage in


marine environment.

h) Electromagnetic Compatibility Shall meet the requirements as per IEC


801.

4.4 POWER SUPPLY SYSTEM

4.4.1 Stations

a) ATTENDED STATIONS:

All equipment (other than VCS, Computers & Printers) shall work on 48V DC
(positive grounded) input power supply voltage. Equipment shall be able to
tolerate input power supply +/- 20 % variation.

Computers & printers shall work on 230V, 50 Hz, single-phase AC input power
supply voltage without any external converter. (AC input power supply may be
grounded or may be floating, in either case, bidder to make necessary provision
as required, for better protection of the telecom equipment/system.Isolation
transformer(s), with proper grounding, etc., as required for protection may be
provided). The details of available power supply shall be provided to successful
bidder after award of work.

b) UNATTENDED STATIONS:

At all other unattended stations, Power requirement shall be met from the existing
power supply i.e. -48 V DC supply sources. Equipment shall be able to tolerate
input power supply +/- 20 % variation.

Necessary AC/DC rectifier & convertor as required shall be procured, supplied


and installed by Bidder. Bidder shall provide the rectifier/convertor as per
specifications provided with the MR in redundant configuration (1+1).The details
of available power supply shall be provided to successful bidder after award of
work.

Bidder shall provide Power Distribution Panel (PDP) for telecom equipment at all
locations in the cabinets provided.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 28 of 120

4.4.2 The input power supply feeder(s), as applicable shall be available in the rack room
(AC input may be provided through single or two feeders). Bidder shall terminate the
cable in the distribution box to be provided by the Bidder.

4.4.3 The DC distribution box(s) shall be equipped with requisite number of outlets including
five spare outlets of 5A capacity each. All the outlets shall be provided with Miniature
Circuit Breakers of required capacity and shall be terminated in two pin sockets.

The AC distribution box(s) shall be equipped with requisite number of outlets including
five spare outlets of 5A capacity each for 230 V AC. All the outlets shall be provided
with Miniature Circuit Breakers (MCB) of required capacity and shall be terminated in
three pin sockets.

4.4.4 All Telecom equipment shall be provided with an independent power supply
distribution cable. Conductor size shall be chosen to limit the overall voltage drop from
the distribution box to the equipment terminal to 0.5 volt.

4.4.5 All equipment shall have their own regulated power supplies with fuses, isolators.

4.4.6 All equipment shall be protected with over voltage, under voltage protection. When the
input voltage is no longer in the unacceptable region, the equipment shall restart
automatically without any manual intervention.

4.4.7 All equipment shall be provided with short circuit and reverse power protection. As
soon as the short circuit and polarity is corrected the equipment shall function
normally without any further manual intervention.

4.4.8 Power supply cards of all the individual systems (i.e. SDH, EPABX, VCS and CCTV
NVR) at all telecom stations shall be duplicated (1+1). There shall not be any sharing
of load between the two power supply cards i.e. one standalone power supply card
shall be able to run the system for its entire lifetime. Alternatively distributed power
supply system on individual module basis may be provided.

The power requirement of the offered telecom system at each telecom station shall be
limited to the figures indicated below. Bidder to design the system in line with the
power available in each telecom station as indicated below.

Bidder to provide details of Power Consumption (equipment-wise and Station-wise for each sub-
system) as part of their bid document.

4.4.9 UNDER VOLTAGE, OVER VOLTAGE AND LIGHTNING PROTECTION

All equipment shall be protected with over-voltage, under-voltage protection.

All equipment shall be provided with short-circuit and reverse power protection.

4.5 APPROVAL OF DOCUMENTS

Bidder shall be completely responsible for the successful completion of the job.
However, to ensure a good quality of workmanship, bidder shall prepare and submit

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 29 of 120

the documents (as per VENDOR DATA REQUIREMENT AND DOCUMENTATION) to


be approved by the Owner/Consultant.

Bidder shall proceed with the manufacture, procurement, and installation of the
respective materials and/or equipment only after obtaining the necessary approval
from the Owner/Consultant.

4.6 SYSTEM GUIDELINES

4.6.1 GENERAL

a) Bidder shall be totally responsible for the completion of project.

b) Owner/Consultant reserve the right to modify, revise, and alter the specifications
of equipment, system prior to acceptance of any offer. System requirements may
be modified after selection of successful Bidder to meet operational requirements
not envisaged at the time of selection of Bidder.

c) Owner/Consultant reserves the right to modify the system requirements till such
time the system is ready for final acceptance. Bidder shall undertake to meet the
revised requirements without any charges to the Owner, provided no additional
hardware is required. In case any hardware is required for satisfying the revised
requirements, the bidder shall supply the same with Owner bearing the cost of the
hardware.

d) If during the course of execution of the work any discrepancy or inconsistency,


error or omission in any of the provisions of the contract is discovered, the same
shall be referred to the Owner/Consultant who shall give his decision in the matter
and issue instruction directing the manner in which the work is to be carried out.
The decision of the Owner/Consultant shall be final and conclusive and the Bidder
shall carry out the work in accordance therewith.

4.6.2 DESIGN GUIDELINES

a) The system design shall be flexible enough to meet future expansion program
upto the maximum capacity of each sub-system without deteriorating the
performance of the system.

b) In general, specifications provided throughout this document shall apply. In case


of conflict, decision of the Owner/Consultant in all such cases shall be final.

c) Equipment shall conform to the similar housing standard. All telecom cabinets
shall have the following dimensions for systems including Optical, L2 Switches,
EPABX, CCTV NVR, & VCS etc.:

Height: 2100 mm (2000 mm + 100 mm base plate)


Width: 800 mm
Depth: 800 mm
Color: Grey color (RAL 7035) for the cabinets.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 30 of 120

All cabinets shall be with lockable transparent toughened glass front and rear
doors & side walls with preferably bottom cable entry and with gaskets and fittings
to keep out moisture, corrosive, salts, dust & gases. Also, cabinets shall be
equipped with lamp, door handle, door switch, earthing strip, dirt filters, etc. and
shall be designed for natural cooling. As far as possible, the cabinets shall be
manufactured using standard modular design and standard equipment. All doors,
trays and other weight supporting parts shall be fabricated of metal adequately
reinforced to limit vibration and ensure plane surfaces and shall be well-housed
and tidy in appearance. All fasteners including nuts, bolts and flat/lock washers
shall be of stainless steel (SS) or nickel plated M.S. Screws shall be of stainless
steel (SS) only. Document pocket/ wallet shall be provided on the inner side of the
front and rear door of each cabinet.

Preferably all racks shall be of same size, color & make/model. Equipment racks
shall be protected against entry of rodents, insects, lizards etc. Each rack shall
also have arrangement of natural cooling & venting.

Racks for all the equipment of individual system, sub-system shall be as per
international standards and shall adhere to all the quality norms.

Base frames for all new panels shall be supplied and installed by the bidder. All
the necessary civil work and restoration shall be in bidder’s scope.

Equipment protection for racks shall be of IP-42 and shall be of Make Rittal or
APW.

All panels to be fitted with exhaust cooling fan.

d) The optical equipment (STM-16) should be able to work continuously in non air-
conditioned environment (guaranteed performance) under prevailing
environmental conditions of the sites.

e) All venting, cooling shall be natural. However, in case of STM-16 equipment


internal forced cooling with suitable dust filters may be used, if required. The
maximum noise level with opened cabinet doors shall not exceed 85 dBA.

f) Certification for all the intrinsically safe equipment shall be provided as follows:

i. For all intrinsically safe / explosion / flameproof equipment / instruments which


are manufactured abroad and certified by any statutory authority like
BASEEFA, FM, UL, PTB, ATEX, LCIE etc. should also have the approval of
PESO (Petroleum Explosives safety organization) / CCoE (Chief Controller of
Explosives),Nagpur.

ii. For all intrinsically safe equipment manufactured locally (indigenously, the
testing shall be carried out by any of the approved test house like CIMFR /
ERTL etc. The equipment shall in addition bear the valid approval from PESO
(Petroleum Explosives safety organizer) / CCoE (Chief Controller of
Explosives),Nagpur. Approvals other than above shall neither be offered nor
will these be acceptable.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 31 of 120

g) All equipment shall have sufficient number of alarms and supervisory indications
and shall be provided with self-diagnostic facilities. All alarms and monitoring &
diagnostic facilities shall be built-in (e.g. optical link failure) & shall be displayed
on the front panel of the equipment for ease of maintenance

The following shall also be provided:

• Test points shall be available on the front panel for system monitoring and
easy fault-location.

• The healthy condition of the units shall be displayed by green LEDs, unhealthy
conditions by red LEDs.

• All important switches, controls on the front panel shall be provided with
suitable safeguard to avoid accidental operation by the maintenance
personnel. Manual changeover should be performed by more than one
sequential operating procedure to avoid accidental operation.

h) All equipment shall be immune to EMI, RFI interference generated by any nearby
source & shall meet the latest international standards in this regard.

i) The equipment shall be fully based on solid-state technology. The system


hardware shall be modular to have flexibility to meet any demand for expansion or
modification with minimum changes.

j) The equipment shall be capable of functioning with minimum maintenance and


shall be preferred to have no requirement of any preventive maintenance.

k) All PCBs used shall be glass epoxy type and shall not chip owing to repeated
soldering/desoldering. The PCBs shall not warp on any account.

l) All wiring-including field interconnection wirings shall be cabled and clamped to


the chassis. The wiring shall follow standard color-code. All patch cords shall be
provided with connectors matching to the cable used and shall have identification
markings.

m) Where insulated leads pass through holes in the chassis the holes shall be
equipped with smoothly finished grommets and cable glands.

n) All sub-assemblies or modules, switches and controls and the circuit components
shall be so mounted as to permit their replacement without appreciable
disturbance to other components.

o) All special tools and tackles etc, shall be procured and supplied as a package with
its carrying cases, accessories (interconnecting cables, connectors, lamps,
batteries, fuses etc.) from their respective manufacturer.

p) Termination for all user interfaces shall be provided with 100% spares capacity.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 32 of 120

q) All equipment racks, housings shall be provided with antistatic wrist band.

r) All software to be used shall be provided with latest anti-virus protection software.
All software should be license software and certificates for the same shall be
provided. Certificate of calibration of all instruments shall be provided. Warranty
cards for all instruments, workstations, PCs, etc shall be provided and same shall
be in the name of the Client.

s) All monitors (monitors/screens for PCs for Telecom system, EPABX, CCTV
system, VCE,) to be used in this project shall be of following specifications and
preferably of the same make:-
• Color Monitor
• LED
• Input voltage: 230 VAC, 50 Hz

The various sizes and type of installation for above screens are as given below:

Sl. System Application/ Size Installation


no location
a) 65” HD LED (For Video Wall mounted
monitoring – Industrial Grade) At
Mumbai.
CCTV
CCTV NVR
1 System b) 55” HD LED (For Video Wall mounted
monitors
NVR monitoring – Industrial Grade)
other locations.

c) 21” LED (For NVR monitor) Desktop


65” HD LED – Industrial Grade
At Mumbai
VIDEO Video
2 CONFER Conferencing Wall mounted
55” HD LED – Industrial Grade
ENCING monitor
Other stations

Network
Management
3 SDH 21” LED Desktop
System

Network
Management
4 EPABX 21” LED Desktop
System

Note: Desktop versions shall have tilt and swivel stand for optical, ergonomic
positioning of monitors.

t) Specifications of all Servers

All Servers except for NVR shall be of the following minimum specifications, unless
specified otherwise:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 33 of 120

The server/workstation shall be of the following specifications as a minimum:

1. Processor type Intel core 2 Quad Processors with clock


speed- minimum 3.0GHzor better.
2. RAM 16 GB & Expandable
3. Operating systems/software Window 10 or Window 2012 Server or
Unix based Edition or better (latest)
4. Monitors LED color monitors as defined in point r)
above
5. Hard disc minimum 2 TB
6. DVD writer With Read & Write functions
7. Mouse Optical
8. PCI express graphics card (x16)
9. LAN Interface 2 nos. of 10/100/1000 Mbps Ethernet
10. Serial, Parallel One each
11. USB port at front Dual
12. Power Supply Dual
13. MS Office Required

u) Specifications of all Work stations/PCs

The server/workstation shall be of the following specifications as a minimum:

S. No. FEATURES Description


1 Processor Intel i7 processor (for workstation/PCs) or better.
2 Memory 8 GB & Expandable
3 Drive DVD With Read & Write functions
4 Audio Support Yes
5 Graphic Card NVIDIA Quadro 600 1GB
6 Ethernet 10/100/1000 Slot
7 External Ports USB (4 ports)
8 HDD minimum 1 TB
9 OS Win 8/10 64 bit
10 Power Supply 90% Efficient
11 Peripherals Multimedia Keyboard, Mouse & VGA Monitor slots
12 Display Monitor 21 inch
13 Anti Virus Norton (Latest) or approved equivalent with free
upgrades till validity of contract including
comprehensive AMC period
14 Approved makes HP, Dell, IBM
15 Make Offered Bidder to Mention the Make of the product being
offered.
16 Model Offered Bidder to Mention the Model of the product being
offered.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 34 of 120

v) Local Craft Terminal (LCT) / Laptop

Each lap top terminal shall be of the following specifications as a minimum:

1. Processor type 64 bit Intel Core i7 processer or better


2. RAM 6 GB
3. Hard disc 500 GB SSD.
4. DVD writer With Read & Write functions
5. Colour Monitor 15 inch LED with supporting
min 1280X800 resolution.
6. Ethernet Integrated 10/100Mbps
7. Wireless Intel PRO/wireless 3945 network
connection 802.11a/g
8. Carry bag Standard good quality
9. USB ports Dual
10. AC adapter Required
11. Battery pack- Required. The battery shall be able to
operate for minimum 5 hours before
requiring recharging.
12. Software Windows 10 or better
13. Serial Communication Port

w) Bidder shall visit all the sites for deciding the layout of equipment/racks/cabinets
best suiting the particular site during detailed engineering.

x) INDUSTRIAL GRADE MANAGED ETHERNET SWITCHES


Bidder to note that all the Ethernet switches supplied shall conform to the
following specifications as a minimum.\All features mentioned below shall be part
of the offered switches and available for use and implementation out-of-the-box.
It shall not be required to procure any additional software / hardware / licenses for
the same.

a) LAYER 2 GIGABIT SWITCH


Sl.
SPECIFICATION REQUIRED PARAMETERS
NO.
1. General Manageable, equivalent Layer-2,fixed-configuration
Features Auto negotiation on all the ports
Switches shall be supplied with the management
modules /Management Port, licenses required for the
switching solution as per this MR.
2. High Switch having redundant power supplies and fans
Availability Spanning Tree (IEEE 802.1 d), Multiple Spanning Tree
Protocols (IEEE 802.1 w)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 35 of 120

Link Aggregation across multiple ports of the same


switch and across multiple ports of multiple switches
through LACP (IEEE 802.3ad)
3. Connectivity/P 48 ports switch with non-blocking, wire speed Fast
orts Required Ethernet (10/100 BASE-T) ports for LANs provided per
switch.
4. Performance Broadcast suppression functionalities
/Features shall be able to perform L2 switching
Required capabilities to implement minimum 255 active VLANs
Support for at least 8000 MAC Address entries
5. Switching 96 Gbps per switch
Capacity
7. Layer-1 Support for 10/100 Base-T, 100 Base-FX, 10/100/1000
Services / Base-T, 1000 Base- SX, 1000 Base- LX
Features IEEE 802.3ab
Required
IEEE 802.3u

IEEE 802.3z

8. Layer-2 IEEE 802.1d Bridging, Spanning Tree


Services IEEE 802.1p Priority Queuing
Required IEEE 802.1q VLAN Tagging
Port- based VLAN
MAC- based VLAN
IEEE 802.1s Multiple Spanning Tree
IEEE 802.1w Rapid Spanning Tree Protocol
IEEE 802.1x Port Based Network Access Control
IEEE 802.1ab Link Layer Discovery Protocol
IEEE 802.3ad Link Aggregation
IEEE 802.3x Flow Control
IGMP snooping v1, v2, and v3
Link Aggregation and Port Trunking (based on IEEE
802.3ad)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 36 of 120

9. Layer-3 __
Services
Required
10. QoS Layer 2 QoS
IEEE 802.1p Priority Queuing
Per Port QoS Configuration
11. Security capabilities to deploy filters / access-lists on all the ports
Services / DHCP Snooping
Features capabilities to implement IP and TCP based filters on
Required inter-VLAN routing
IEEE 802.1x port based network access control
12. Management SNMP V1, V2 and V3 implementation
Features Command-line interface (CLI)-based management
Required console to provide detailed and complete device
management capabilities
Capabilities implemented mirroring ports at ingress and
egress for detailed traffic and network usage analysis

Remote Monitoring (RMON) software agent to support


four RMON groups (history, statistics, alarms, and
events) for enhanced traffic management, monitoring,
and analysis
13. Software Version of software for supplied switch should be latest
release to support all required features.
14. Fibre Optic Minimum 4 nos. 1000 Mbps fibre optic ports for distances
Ports up to 10km. Single mode links
15. Regulatory
Compliances
Safety UL 60950/ EN 60950/CSA-C22.2 No.60950/ IEC 60950
Certifications
Electromagneti FCC Part 15 (CFR 47), Class A/ ICES-003, Class A/ EN
c 55022, Class A/ CISPR 22, Class A/ VCCI Class A/
Emission EN300 386
Certificate

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 37 of 120

Environmental RoHS Compliant


Safety

b) 8 PORT ETHERNET SWITCHES (Managed)

No. PARAMETERS DESCRIPTION


1. Type Industrial grade layer 2 POE Ethernet switch with
minimum 120W power. The switch must have 2 uplink
ports apart from 8 POE enabled ports
2. Operation Store & forward, wire speed switching, non-blocking
3. Modes Full or half duplex operation with flow control supported
on all ports
4. MAC address 2000
5. Memory 6.4 Gbps
bandwidth
6. RJ45 ports
a. Ports Minimum 8 nos. 10/100 BASE-TX POE Ethernet, fully
IEEE 802.3 compliant.
b. Speed & direction Configurable or 10/100/1000 auto detecting for speed
and duplex. (full or half)
c. MDI/MDIX Auto-MDI/MDIX crossover
d. Polarity Auto-polarity for crossed TxD&RxD pairs
7. Fibre optic ports
a. Ports 2 nos. 1000 Mbps fibre optic ports for distances up to
10km. Single mode links
b. Single mode Upto 10km typical
8. Networking features
a. Device support All IEEE 802.3 compliant devices
b. Protocols & All IEEE 803.2 Management Features SNMPv1, v2c
features and v3, IEEE 802.1AB Link Layer Discovery Protocol
(LLDP), Web GUI, sFlow a method for monitoring traffic
in switched and Routed networks Multicast Support
IGMP query solicitation, IGMP snooping v1, v2 and v3

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 38 of 120

VLAN GVRP, VLAN creation based on protocol, Port


and Subnet based, IEEE 802.1Q Virtual LAN (VLAN)
bridges, IEEE 802.3ac VLAN tagging. Quality of service
IEEE 802.1p, DSCP Prioritization, Strict priority,
weighted round robin or mixed scheduling IPv6
Features Path MTU discovery for IPv6, IPv6
specification, Transmission of IPv6 packets over
Ethernet networks, Default address selection for IPv6,
IPv6 addressing architecture
c. Resiliency Rapid Ring protection / Resiliency technology providing
protocol support the convergence of Sub 50ms, Loop Detection and
Loop protection, RSTP & MSTP, Shall support high-
speed ring recovery fibre access and uplink ports and
should seamlessly integrate with the core / Aggregation
chassis proposed
d. Standards IEEE802.3 IEEE 802.3u IEEE 802.3x IEEE 802.1p
compliance
9. Power input Dual redundant power input
12. Surge & spike Should support EN 61000-4-5 std for surge.
protection
13. Diagnostics Self Test and alarm output
14. Operating -5 °C to 55 °C
temperature
15. Humidity Up to 95%
16. Electrical safety UL/IEC/EN 60950-1
17. EMC EN550222010, EN550242010 EN61000-6-4 EN61000-
4-2 (ESD) EN61000-4-3 (RS) EN61000-4-4 (EFT)
EN61000-4-5 Class 3 for DC power, Class 2 for I/O
18. MTBF Better than 2,00,000 hours
19. Ingress protection IP30 protection minimum
20. Mounting DIN rail or direct panel

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 39 of 120

y) CAT 6 UTP Cable


• Applications - Suitable for Burial Cables, Near Power Lines and High EMI
Interference surroundings
• UTP CAT-6 Gigabit copper cable (23 AWG, Solid Bare Copper) as per
ANSI/EIA/TIA-568C.2
• Shall be Low Smoke and Zero Halogen
• Shall be Flame Retardant
• All UTP cables shall be of solid 4-pair; PVC insulated Category-6 type and shall
conform to latest EIA/TIA standards.
• Shall be RoHS Compliant
• Shall be supplied in Reel of 305 Meters packed in Boxes
• Sequential marking at every meter
• Armouring (for Armoured Cable) – Galvanised Steel Wire/ Aluminium
• Temperature Rating from -20 to +60 deg. C or better
• Certifications- UL
• Should have 20-Year Product Warranty and Applications Assurance.

5.0 SYSTEM / SUB-SYSTEM SPECIFICATIONS

5.1 OPTICAL FIBRE CABLE

OFC (already laid) along-with MMBPL and BKPL pipeline, Healthy fibres shall be
used for realizing the STM-16 link for MMBPL and BKPL network (Refer Attachment-
16).

5.2 OFC TERMINATION: - Existing FTC termination to be used. From FTC to Telecom
cabinets, all new Patch cords, connectors, terminations, etc. required are in the scope
of bidder.

5.3 OPTICAL FIBER SYSTEM

5.3.1 SYSTEM DESCRIPTION

The proposed Telecommunication system shall provide voice/data/video as defined


elsewhere. The connectivity shall be provided through an optical fibre based system.
The proposed optical system shall be based on SDH. This SDH based optical fibre
communication system shall be provided connecting the stations shown in diagram,
‘Telecom Station Location Diagram, drawing no: B049-000-16-51-3201’.

Proposed System configuration is provided in annexure, ‘Indicative System


Configuration Diagram for optical system Dwg No. B049-000-16-51-3202’. Backbone
Communication System on the main line between Mumbai & Bijwasan and Trunk line
st
Kota & Bina shall also be working on STM-16 (1+0) as 1 Tier. Other stations shall be
working on STM-16 (1+0) as 2nd tier.

It is required that STM-4 (VC12) stream in 2nd Tier should also be available through
the STM-16 system in 1st Tier & vice versa i.e., in case of failure of optical link and

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 40 of 120

station power failure in 2nd Tier, the signal should be available from the other side
through the STM-16 system also& vice versa. STM-4 protection shall be through only
one of the STM-4 in the STM-16 backbone system.

Also it is required that data in 1st Tier is protected by making loop in 2nd Tier& vice
versa.

Unused bandwidths and E1s, if not being utilized shall be available from end-to-end
(MMBPL and BKPL network) for future use from day 1 (all software, hardware inbuilt,
except the tributary interface cards).

All failure details shall be reported to the Network Management Systems


automatically.

For the telecom system along the main line, Bidder shall use four (4) fibres, of which,
two (2) fibres shall be used for STM-16 backbone system (1st Tier) and two (2) fibres
shall be used for STM-16 (1+0) system (2nd Tier).

The Bidder shall provide 10m G.652 FC/PC patch cords for all the 12 fibres at
repeaters /terminal stations.

Bidder to provide details of link budget calculations, for each hop with end of life
worst-case figures as per ITU-T. Operating wavelength (optical) for this project shall
be 1550 nm. For the link budget the Bidder should consider following parameters:

Losses

Existing Losses may be considered as per details attached with the MR


(OTDR & Test Reports).

Margins for future

Equipment margin: 3 dB per link.


Cable plant Repair margin: 3 dB per link.
Optical Path Penalty 1 dB per link.

As per proposed configuration, all SDH equipments at all the stations are to be
replaced to STM-16.

To meet the distance requirement between STM-16 equipment, EDFA amplifier


shall be placed inside the SDH cabinet. These amplifiers shall be manageable &
able to be integrated with SDH NMS.

5.3.2 SDH EQUIPMENT SPECIFICATION

a) GENERAL

The equipment specification shall conform to general-purpose optical fibre


transmission open system with line signal in accordance with ITU-T Rec. G-707.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 41 of 120

The equipment should have modular design and should be configurable in number
of operational modes to perform complex and different network functions without
need of any additional software.
The switching subsystem (cross connect) in the SDH equipment shall meet the
following requirements as a minimum:
1. Non-Blocking: The probability that a particular connection request cannot be
met should be zero.
2. Full connectivity: It shall be possible to connect any input to any free output.
3. Timing transparency i.e. no slip: Each outgoing channel shall contain the same
timing information as it did at the input port before switching.
4. Time sequence integrity (concatenated payloads): concatenated
payloads/series of linked events shall be switched without breaking the time
sequence integrity.
5. Assured correctness of cross-connection: Correct cross-connection between
the right traffic ports.

The equipment should be capable of interfacing and supporting a wide range of


input interfaces including SDH, E1, Ethernet/Fast Ethernet ports in an integrated
manner from the same sub rack with add on cards but with no external add on
boxes with the equipment. SDH equipment should support multiport modules for
STM-16 to support the multidirectional cross connect terminations. Cross connect
module with inbuilt STM-16 should be provided on separate modules/cards for
1+1 cross connection protection. If one cross connect module fails, the complete
cross connect should switch to protection module. The equipment should be multi-
service ready from day one.

The following features should be supported in this card:

• ETH ports
• 1..8 ETH 10/100 BaseT
• Autosensing
• Flow control (802.3x) configurable (On/Off)
• EoS mapper
• G.7041 (GFP) or X.86 (LAPS) configurable
• G.7042 (LCAS)
• IEEE 802.1Q (VLAN)
• IEEE 802.1p (Priority)
• ITU-T G.707 (Virtual Concatenation)

The nodes (stations) should be hitless i.e. removing or inserting plug-in-units must
not affect the existing traffic on other units. The configuration of the nodes should
be easily expandable by adding plug-in-units and modifying software settings.

It is required that the laser transmitter is automatically shut down when the
incoming signal is missing.

It shall be possible to support all network topologies to support network evaluation


in future with MSP, SNCP or MS-SP protection.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 42 of 120

It shall be possible to support all network topologies-bus, hub, ring, mesh and
mixed to support network evolution in future.
Modules used for storage of system configuration should not have failure due to
power (i.e. should be Flash memory based and not HDD based).

b) STANDARDS COMPLIANCE

The SDH equipment must fulfill the latest version of ITU-T, ETSI & ISO standards
and recommendation including the following minimum requirements:

Requirement Recommendation

1) Functional Characteristics:

Functional G-951, G-783, G-784

2) Transmission interface characteristics:

1) Optical fibre G-652


2) Optical interface G-707, G-951
1. Output jitter (all optical interfaces) G-783, G-823, G-825
2. Jitter tolerance (all optical interfaces) G-823, G-825
3. Jitter transfer function (all optical interfaces) G-783
3) Electrical SDH interface G-707, G-703
1. Output jitter G-823
2. Jitter Tolerance G-823
4) Mapping and de-mapping G-707
5) SOH insertion and extraction G-707, G-783
6) Pointer generation and interpretation G-707, G-783
7) Multiplexing G-707
1. Synchronous frame structure G-704
8) Scrambling and De-scrambling G-707
9) Parameters and calculation methodologies G-911
for reliability and availability of fibre optic systems

3) Synchronization interface characteristics:

1. Synchronization interfaces G-703, G-81s


2. Selections G-783, G-81s
3. Output Jitter G-703, G-81s

4) Management interface characteristics:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 43 of 120

1. Synchronous digital Hierarchy management, G-784 series


performance and other series.
2. Synchronous digital Hierarchy management G-784
3. Management capabilities of transport networks G-831
based on the SDH.
4. Management M-3010
5. Interface Q3

5) Other Engineering requirements:

1. Equipment practice ETS300 119


2. Electro-magnetic compatibility requirement ETS300 386-1
3. Storage ETS300-019-1-1,class 1.2
4. Transportation ETS300-019-1-2,class-2.3
5. Stationary use at weather protected locations ETS300-019-1-3,class-3.2
(with high air temperature
of +500 C)
6. Power supply ETS300 132
7. Earthing ETS300 253

c) RELIABILITY/ AVAILABILITY

System availability should be greater than 99.999% [including the SDH equipment
& excluding logistics, fibre and power supply provided by others]. System Bit Error
Rate (BER) shall not exceed 1*10-12. Theoretical calculations should be
submitted in support of the above for the longest considering 1 hour MTTR.

d) SYNCHRONIZATION

Several synchronization sources should be available. Primary reference clock


(PRC) suitable for this project shall be existing Cesium based (non-duplicated)
installed at Mumbai. Secondary reference clock based on GPS is installed at
Bijwasan.

Other clocks, as required, shall be provided as per G-803. Slave clocks shall
conform to G-812 and SDH network element clocks shall conform to G-813 and
shall have duplicated configuration including dual power supplies. Slave clocks
shall be rugged and shall meet all the environmental requirements.

Procurement, supply, installation, testing, etc, all complete of slave clocks, along
with racks (as per ETSI standards) and power supply system. All the above
accessories including racks, power supply system, interfaces for alarm
transportation to optical fibre Network management system, etc shall be of highest
international quality and shall be procured and supplied from the respective clock
manufacturers, as a package.

Synchronization Status Messaging (SSM) for synchronization quality must be


available. SSM should be transferred in the S1 byte of STM-N section overhead
and it must ensure that the best available timing source is used for synchronizing
the network.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 44 of 120

The following should be usable as synchronization source:

a) External clock
b) Any STM-N
c) Any 2 Mbps (for STM-1)
d) Internal clock

The management system should include a user definable synchronization priority


list of the available timing references in the network. Bidder shall provide details of
the priority list and it’s functioning.

e) SUPERVISORY (AUXILIARY) INTERFACES

Bidder to provide details of the auxiliary interfaces (minimum two) available in the
SDH system proposed, including the proposed functionality of these interfaces.

It shall be possible to connect an auxiliary interface to any free byte of the SOH as
well as to the F2 byte of VC-4 POH.

f) PROTECTION

1. The following protection types are required (Bidder to provide details of each).

a) Traffic Protection (As per G-841, G-842):

Scheme proposed is as per Annexure (Indicative System configuration


diagram for Optical System, Drawing No. B049-000-16-51-3201). Bidder
may improve upon the same conforming to all the requirements &
specifications in this document. (In such case bidder to provide details
with explanation for the changed configuration i.e. traffic protection
scheme be stated & explained and compared with the proposed scheme).
Switch completion time in all cases should be in order of 50 ms.
b) Equipment Protection

The following should be duplicated as a minimum:


All traffic affecting circuits, cards including but not limited to the following:

• Synchronizing/Timing duplication (Timing, etc)


• Cross-connect duplication

Bidder to provide the details of the protection schemes as part of bid,


including:

• Protection types
• Levels of protection
• Switch criteria
• Switch and hold times

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 45 of 120

2. Removing the inactive unit in a steady state of the node should not cause any
interference in transmission of payload or the management information.

3. The spare plug-in-units shall be common i.e. usable as back-ups for all
configurations.

g) TESTS AND MEASUREMENTS (local as well as remote)

1) The following test loops shall be provided as a minimum:

For STM-16:
• STM-4: Equipment& interface loop

The following definition shall be applicable:


• Interface loop: Test loop for the interface- the interface card shall
enable looping back the incoming signal directly.
• Equipment loop: Test loop for the card- the outgoing signal is looped
back directly into the unit.

2) Forced on, off of laser shall be provided

3) An alarm must be raised if a test loop or forced laser state is active.

h) POWER REQUIREMENTS

Bidder to provide details of power consumption of each plug-in unit, as well as


typical and maximum power consumption of a node.

i) MECHANICAL

Bidder to provide suitable racks as per the present requirement.

5.3.3 STM-16 STATION EQUIPMENT

The performance of the line and tributary interfaces shall be in compliance with ITU-T
G-957. Bidder to provide detailed specifications of equipment offered.

It shall be possible to configure the SDH equipment as a terminal, add drop


multiplexer, regenerator or cross connect.

New STM-16 equipment shall support full DCC transparency. Bidder to demonstrate
full DCC transparency during FAT.

Cross-connect:

The STM-16 equipment shall be equipped with:


a) Redundant-matrix card
b) Minimum capacity of 192X192 VC-4 equivalent at HO out of which
minimum 64X64 VC-4 equivalent at LO.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 46 of 120

c) Fully non-blocking with Granularity at VC-4, VC-3 and VC-12


d) Aggregate to aggregate, Aggregate to tributary, tributary to
Aggregate, tributary to tributary.
e) Capability of the following:
• Unidirectional point to point
• Bi-directional point to point
• Unidirectional point to multipoint
• Drop and continue

The STM-16 node should support the following interfaces as a minimum:


STM-1 (optical), STM-4 (Optical) 10/100/1000 Base-T, 2Mbps (E1)

At present, at all STM-16 stations, bidder to provide tributary interfaces for:

1. Equipped as per the present requirement.

2. Equip interface (for future) completely wired & with SFPs & working from
day1:
• 1 STM-16 port
• 1 STM-1/4 Port
• Minimum 16 E1
• Working Ethernet interfaces (total 8*10/100 auto-sensing interfaces)
 SV Station: 2 no.
 Mumbai: 4 nos.
 Kota: 4 nos.
 Bijwasan: 4 nos.
 Bina: 4 nos.
 Other Pumping (attended) stations: 3 nos.

5.3.4 NETWORK MANAGEMENT SYSTEM

General

Bidder shall provide a Network Management System (NMS) in configuration to


enable remote monitoring & control of telecom equipment. Mumbai and
Kotashall act as SDH Network Management Centers (NMC) Server and client
NMS at Manglya, Piyala & Bina.

Network management system shall be of open architecture & NMC shall have
built-in supervisory facilities for monitoring the health of various stations
automatically. Data from various stations shall be available at all the NMCs and
shall monitor and control all stations.

Network Management System should typically include automatic fault


management (showing network alarm information, etc.), configuration (node
installation, configuration, software download, dynamic end-to-end path, trail
management, etc.), performance management (collecting performance data for
SDH (such as RS termination, MS termination & high, low order path
termination, etc.) and PDH blocks, Performance statistics, etc.) and security
management (assigning user rights, keeping log records, etc).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 47 of 120

All the databases should have disk mirroring/standby configuration. External


backup should also be provided (this should have both options of manual &
scheduled backup). The hardware should be provided from proven sources.
Hardware shall include Work Station, color monitors, etc.

In addition, the NMS should also provide alarms and indications automatically (4
minimum) for the following (Bidder’s scope shall include provision and
installation of required sensors, cables, etc., all complete for the same):

1) EPABX alarms
2) Clock alarms

Collection and data base storage in the Network Management System should be
fully automatic. Operation of NMS should be pre-emptive (i.e. in case of any
wrong operation, the system software should not crash).
This management platform will provide topology view (graphical and textual) of
all the elements including SDH equipment and unified alarm log.
Management data (Q3 interface) shall be carried between SDH nodes by the
DCC (Data Communication Channel) bytes of STM SOH. It should be in
compliance to ITU-T recommendation (M-3010). Programming should be in high
level programming language. Latest field proven version should be supplied. A
backup of the complete NMS software shall be provided in CD/DVD-ROM.

The management platform should have graphical user interface and the
graphical view of the network elements should offer a quasi-photographic picture
at the highest level, going down to block diagram views of the functional blocks
i.e., the network management system shall graphically depict the entire network
in a single global view.
From this view the following should be accessible:
a) The topology level shall display in the main window and shall be the
background for all other management views.

b) The NE shelf view- shall show the internal physical layout of the NE’s, i.e.
the various cards installed in their slots.

c) Card internal view- shall show the various transmission objects within the
card.

All functional operation shall be mouse performable.

Throughout all presentation layers, continuous alarm information should


propagate. For all views and tasks, a context sensitive on-line help should be
provided. In addition, complete product documentation should be accessible via
the online “help” system.

The routing protocol shall be dynamic and in accordance to ISO (ES-IS, IS-
IS)/Q3/SNMP ver.2. Updates of routing tables should be automatic.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 48 of 120

Any network element should be accessible from any other point of the network.

Printer interfaces (at each NMC):

The alarm printing shall preferably be done in a single line and shall include the
following as a minimum:

i) Time, date of alarm


ii) Type of alarm
iii) Name of station
iv) Time, date of alarm reset
v) Severity, Status of alarm

A printer accessible from windows/ or any other operating platform directly


connected to the NMS.

Bidder to provide details of the NMS provided, including details of hardware and
software utilized and also how the network management network can be
expanded if the network grows (state addressing rules, action required, limits of
network (size, etc)).Element Management System not to be offered.

• Network Elements

Types of network elements that should be possible to be managed shall include


as a minimum:

1. SDH elements (STM-16)

The management connection within the SDH network shall be made using the
DCC. Bidder to provide details which shall include the mechanism of
management (fault, configuration, performance, security) of SDH equipment
(STM-16). Details shall also include flow diagram for above.

• Element Management

The number of manageable elements shall be at least 200 % more than as


required for this project. All software, licenses as required for the same shall be
included as part of this project. In line with the above, bidder to specify maximum
number of manageable network elements for:
1. SDH

• Fault management

1) ALARM REPORTING INTERFACES

Real time screen display, both graphical & textual for alarm occurring at
any station (without need for logging into the particular station) i.e. in all the
cases the alarms to be collected via the management interface
automatically.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 49 of 120

In addition, nodes should have rack lamps and/or unit LEDs to show their
alarm status.

The management system shall also provide audible alarms (with a


provision to disable the same, as and when required by Owner), whenever
a new alarm or event enters the management log. Reminder function
sound or visible blinking shall be available whenever unacknowledged
alarms are present in the system. Alarm export to a remote location should
be possible in future (without any additional software). Suitable port for the
same shall be provided.

Software of NMS and NMC should be user-friendly capable of identifying


the root cause by drill down approach on the displayed alarm.

Bidder to provide details of all the above requirements.

2) ALARM CATEGORIES
• Critical
• Major
• Minor
• Warning
• Cleared

3) OTHER REQUIREMENTS

All details of the alarms shall be coming automatically and directly without
any human intervention. All alarms (Time, date of alarm, Type of alarm,
Name of station, Time, date of alarm reset etc) shall come discretely at the
NMC, with all details, for each of the above categories (no summed
alarms).

The Network Management System shall provide fault reporting of data


communication equipment/interfaces.

FAULT MESSAGE STORAGE:

To be stored in a database

MAXIMUM NUMBER OF RECORDS TO BE STORED:

Upper limit to be provided by bidder.

HOUSE KEEPING OF THE DATABASE:

When the database gets near to the maximum number of records set at
the installation, an alarm should be produced for the user. In case
database gets filled up, following should be available:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 50 of 120

a) A tool for selectively deleting records is to be provided with the NMS.


For backups, tools should be provided. Bidder to provide details

b) In case the user does not delete / clear records, First In First out
(FIFO) principle shall apply.

The user interface should have separate alarm lists for new, acknowledged
and cleared alarms. A separate dialogue should be available for analyzing
the historical alarms.

• Performance data

The performance data should be available for each network element.

Performance monitoring should be available according to ITU-T G-784, G-821,


G-826, G-828 and G-829 for the following minimum functional blocks:

SDH network elements: STM-N signals (VC-4, VC-3, VC-12)

Two separate records for last 15 minutes and 24-hour records shall be
available. Performance monitoring shall be possible to set on all above
functional blocks, including history records.

• Configuration

It should be possible to read the configuration from the network elements with
the NMS, do the desired changes and save them.

It should be possible to read the configuration from the network elements into a
file, make the desired changes into the file and restore the configuration into the
network element, thus providing a way of saving the configuration of a network
element in the NMS for backup purposes.

• Backup

NMC shall get data from the network elements automatically. In addition, backup
mechanism should be available at NMC for:
• Fault data.
• Performance data.
• Configuration data.

As long as power supply is available to the telecom rack, Network Management


System shall be able to communicate with the node through the management
interface card, irrespective of failure of any other cards.

• User access

It should be possible to connect NMC and one Local Craft Terminal (hand held
service terminal/ lap top computer) to the network at the same time.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 51 of 120

Each user should have a login to the NMS when starting it. The user name
should define the access rights for the system.

User privilege classes

The different user privileges available shall be as follows:

Allowed Operator Experienced Network System


actions user Administrator Administrator
Display network Yes Yes Yes Yes
file
Enable profile No Yes Yes Yes
monitoring
Create new No Yes Yes Yes
profiles
Create new No No Yes Yes
network maps
Create new No No Yes Yes
network files
Purge historical Yes Yes Yes Yes
alarms
Install No No No Yes
communication
drivers
Configure drivers No No Yes Yes

5.4 EPABX

5.4.1 General

a) EPABX shall be a hybrid Exchange based on IP and PCM/TDM technologies and


shall be microprocessor based and fully non-blocking. The EPABX shall support Q-
SIG on PRI / BRI & IP and be fully ready for smooth integration with third party
systems.

b) The exchange shall support ISDN features for Subscriber lines and trunks / tie -lines/
junctions and shall house all operating software.

c) The system should have broadband architecture, fully digital, ISDN & QSIG
supported. EPABX using PCM/TDM technique confirming to ITU-T recommendation
shall be stored program control type. The figure of ‘Busy Hour Call Attempt’ shall be >
100,000 to ensure the congestion not occurring resulting in many failed attempts.

d) IP- Based EPABX system shall provide an open platform supporting all major existing
& emerging standards and powerful network management function to provide the
flexibility to the user to expand the system with ease.

e) EPABX system must support ITU recommendations ITU G.168, G.711and G.729
standards.

f) EPABX system shall be able to work seamlessly with EPABXs of other make like
Alcatel, Coral, Tadiran, Ericsson, Siemens, Avaya, Cisco EPABXs through different

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 52 of 120

types of subscriber lines, junctions, analog and digital trunk lines and work in multi
Bidder (Q-sig compliant) EPABX network environment with connectivity to PSTN. The
EPABX shall support QSIG on PRI/BRI and shall be suitable for networking with
existing ISDN EPABX systems. EPABX to be integrated with BPCL IT Network
enabling to run IP phones in the IT network.

5.4.2 Hardware Specifications

a) EPABX shall be native VOIP design (SIP). EPABX shall support SIP / MGCP devices
(VOIP) including SIP, PRI, E1 and Analog trunks, fully featured digital telephones,
minimum 200 IP end points, 100 simultaneous gateway channels, third party SIP
devices, expansion slots for PRI, digital and analog devices.

b) IP EPABX shall support standard SIP devices including soft phones, video phones,
SIP hard phones and SIP trunks including extending feature availability over the ISDN
exchange network.

c) It shall be built around latest commercial microprocessor (CPU) with minimum core
2embedded processors or better with high level of distributed processing,
capable of switching voice, data and images without any degradation. To protect the
investment from obsolescence, the system shall allow for scalable up-gradation of the
CPU without affecting and replacing the whole system or the other peripheral
hardware.

d) There shall be high level of distributed processing to provide for superior reliability and
better utilization of main CPU time.

e) Normal analog extension shall be capable of reaching a minimum distance of 3 km


using 0.51mm single pair cable.

f) To ensure fast booting time, it shall have fast Main memory and storage memory
system like dynamic random access memory (DRAM) and flash ROM etc. For
secondary storage memory to store office data, administrative and maintenance
procedures etc., memory shall be Flash ROM/Hard disk. Memory storage shall be
sufficient to meet the present requirement & future system up-gradability.

g) System shall allow removing of stacks/cabinets to support extensions at remote


places with full features transparency.

h) System shall be capable of working as transit switch, local switch, data circuit switch.

i) EPABX shall have interface with existing and new Lease lines for Voice
communication.

5.4.3 System Software

The system platform shall be based on open architecture based system and universal
multitasking operating system and shall support uniform system software for full
migration up to maximum extensions/Trunks.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 53 of 120

5.4.4 Redundancy

System shall have redundancy of CPU, common control modules like tone generator,
entire control section, memory and Power supply units by way of duplication or
distributed architecture of common circuitry. In case of CPU failure the established
call shall not get disconnected.

5.4.5 Interfacing Compatibility

EPABXs shall be capable of supporting the following signaling protocols. Hardware as


per present requirement as specified elsewhere. However Software for all the
interfaces/protocols shall be inbuilt in the EPABX from day 1.

a) Analog: E&M (2W), E&M (4W), DC loop signaling, decadic, DTMF


b) Digital: 2Mb stream with the following signaling protocols (Digital CEPT,
R2MFC)
c) Standard ISDN BRI, PRI,SS7
d) SIP / MGCP on VOIP
e) QSIG.
f) All other protocols as applicable for operation of IP & ISDN services, etc.

5.4.6 System Service Features

a) Classes of service restrictions


b) Automatic fault detection & display
c) Line lockout
d) Music on hold
e) Flexible & user definable numbering plan.
f) Discriminative ringing for extension call & tie-line call
g) Night mode
h) Area code restriction
i) Trunk answer from any station
j) Direct in lines
k) Emergency transfer to predefined extensions of PRI lines on power failure.
l) Seizure of outgoing trunks on rotating priority without any hardware settings
m) 3-party conference for calls coming through.
n) User programmable station groups (call pickup, rotation etc)
o) STD/ISD barring facility on C.O. lines
p) The system shall have malicious call trace facilities for pre-define set of users.
q) System shall provide Auto attendant facilities on all trunks with flexibility of
different set of announcements to separate in coming trunk groups.
r) Appointment reminder.
s) Paging interface.
t) Pad lock.
u) In built Wake up alarm (using in-built EPABX clock)
v) Traffic Monitoring
w) Volt free contact for transmitting EPABX alarm. Bidder to provide details of volt
free contacts.
x) Numbers of calls in Queue display

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 54 of 120

y) Auto answer
z) Microphone mute.

5.4.7 Extension Service Features

a) Direct outward dialing


b) Direct Inward Dialing with auto attendant facility
c) Abbreviated dialing
d) Extension to extension calling
e) Auto callback on busy
f) Call forwarding/ forwarding cancel and diversion
g) Calls pick up
h) Group call pickup
i) Last number redial
j) Force release of entire group call
k) Force release of a participant
l) Pad lock facility or STD/ISD locking
m) Add on Conference
n) Station camp on
o) Trunk camp on
p) Call transfer for local, CO Line & over the network
q) Speaker on-off indication at the remote end (for IP telephones)
r) Executive override with tone indication
s) Whisper page
t) Boss secretary feature
u) Integrated directory (for IP telephones)
v) Mixed mode dialing (DTMF/Pulse interchangeability for analog telephones)
w) Last caller recall
x) Calling line identification
y) Connected line identification
z) Calling/Connected line identification restriction
aa) Calling name identification
bb) Connected name identification
cc) Calling/Connected name identification restriction
dd) Calling line identification on analog extensions

5.4.8 Billing System

EPABX system shall support Window based user friendly Call Logging, monitoring &
Billing system, which shall facilitate the following:

It shall allow dedicated billing systems for organization with different rates in line with
DOT standard. System shall allow dedicated i.e. by number wise reports, department,
section wise, authorization code, account code, top money utilizes, called number
wise reports, date-wise reports etc. System shall allow out-dialed number privacy in
call billing by suppressing partial or full digits for printing in the billing report. It shall
provide graphical user interface for analysis of all such reports. Call billing software
shall work in back ground mode.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 55 of 120

The system shall give detailed information for outgoing calls on all CO lines, Analog
and Digital trunk lines separately.

The billing software shall have feature, which shall help in evaluation of
communication cost, ways to improve in answering and handling the incoming calls
etc. Thus billing software shall be able to generate complete MIS (Management
Information reports) giving information on the

• Trend in cost of communication-usage of CO lines.


• Graphical reports for easy interpretation.

The Call billing software shall have the provision for adding/modifying/deleting the
STD/ISD/Local codes, call tariff & call time zones at site as & when required to
accommodate the changes carried out by DOT / Service provider time to time.

The billing software shall also preferably have traffic observation & performance
observation features.

The billing system / call monitoring system shall comply with security requirement of
the plant.

5.4.9 Network Management System / Programming

EPABXs Network Management System shall be provided for network & local control
of the entire network. Further all EPABXs shall be remotely programmable by EPABX
NMS. NMS shall be capable of programming EPABXs for services defined in above
clauses.

NMS shall also include software/hardware required for “Call Accounting” system. This
call accounting feature is required for all the subscribers in the entire network.

The system shall have the provision of instant fault information, remote maintenance
facilities and capability for malicious call tracing for at least four malicious traces
simultaneously.

The access for modification shall be through password protection.

EPABX Network Management System features:

The NMS system should minimum take care of the following:


1. Graphical view of the network
2. System configuration
3. Fault management
4. Performance management
5. Security management
6. Call accounting

5.4.10 Main Distribution Frame/Intermediate Distribution Frame/ Junction Box (JB) for
Analog/Digital extensions & CO lines

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 56 of 120

Connectors Krone type or equivalent


Line Protection Unit Integrated protection module &
GD tubes on all lines
Type of enclosure Krone wall mounted, PVC body with
transparent dustproof cover and
locking arrangement.
Cable insertion/extraction Cable insertion/extraction tool shall be
provided with each MDF
One number of jack for line insertion
with each MDF.

5.4.11 LAN/Ethernet Switch{Nos. as per requirement of EPABX configuration}

a) Number of ports Minimum 24


b) Data rates 10/100/1000 Mbps
c) Power over Ethernet (PoE) output Required (for IP telephones)
d) Connectors RJ45
e) Fibre Ports 2 nos. of Gigabit Ethernet SFP ports with
LC connector, single mode 1310/1550
nm with 50 Km range
f) Standard supported IEEE 802.1d, 802.1p, 802.1q, 802.1w,
802.1x, 802.3ad, 802.3af

5.4.12 Requisite EPABX Configuration

a) Control system as specified above Duplicated in hot stand-by configuration.

b) Number of IP extensions:

(refer clause 3.2.3-1)

Number of analog subscriber line:

(refer clause 3.2.3-1)

d) Number of CO lines 10

e) PRI interface for interfacing


with EPABX 10 nos. (Minimum) for Mumbai and
5 Nos. (Minimum) for other EPABXs

f) MDF Capacity: 200 (equipped for 100)

5.5 SPECIFICATION OF TELEPHONES

5.5.1 IP Telephones

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 57 of 120

Offered IP Telephones should transparently support all EPABX features/functions as


specified elsewhere.
Power requirement: AC: 230VAC and DC: -48 VDC (+ve grounded)
Ethernet: 2 port switch VLAN IEEE 802.11p, Power over Ethernet (PoE) support

User Interface:
• 2 x 22 character display
• At least 4 Soft keys
• Last calls (At least 99 entries)
• Speed dialing, hands free dialing
• Missed calls, taken calls
• Call waiting indication
• Clock
• Caller-ID: Required
• At least 4 user Programmable keys
• Option to increase programmable keys by just adding one module to the
phone
• Menu driven user interface
• Selectable ringing melodies
• Log in/Log out
• Do not disturb
• Speakerphone
• Should support MGCP / SIP protocol
• Call features (Hold, Blind transfer, Attended transfer, Music on hold support,
Divert, Call intrusion, Call completion)
• Web server (Easy configuration of the phone, remote configuration, Password
protection, Diagnostics (tracing, logging), Static IP provisioning, DHCP etc).

5.5.2 Ordinary (Analog) Telephones

• Direct 8 One-Touch Memory


• 90 Incoming Calls Memory
• 10 Outgoing Memory
• 10 Two Touch Memories
• Back Lit LCD
• Flash , Pause & Alarm Clock
• Speakerphone With Programmable Volume setting
• Speaker/ Ringer In Use Indication
• Ringer High/ Medium/ Low Switch
• Phone Book
• Display of Incoming Numbers, New Call, Total Calls & Repeat Calls.
• 8 Ring Melody Selectable
• 5 Step LCD Contrast Adjustable.
• Tone (T) Pulse (P) Function Through Switch
• Caller ID: Required

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 58 of 120

Note: Bidder shall get confirmation for the Color of all the telephones from Owner during detailed
engineering.

5.5.3 Explosion Proof Telephones And Acoustic Booths (Not Acoustic Hood)

Explosion proof telephone (with Acoustic Booths, Howler, Flashing Beacon, etc.)
one each at following locations (final location shall be decided based on BPCL
operation team during detailed engineering) tentatively near Pumps:

GENERAL

Explosion proof telephone shall be housed in a suitable acoustic booth with a


flashing Beacon installed outside the acoustic booth. The acoustic booth shall
house the explosion proof telephone set, including all accessories for fixing to the
telephone set. Telephones shall be provided with howlers. These telephones shall
be connected through EPABX. Acoustic booths shall be made of glass-fibre
reinforced polyester. These should be maintenance free, UV, fire and corrosion
resistant. Location of these telephones shall be finalized during detail engineering.
Bidder’s scope includes supply of all materials, interfaces, cabling, power supply,
trenching, back filling, etc. all complete.

SPECIFICATIONS

The offered acoustic booths shall provide noise reduction of minimum 15 dB.

Telephone instruments, Beacon and Howler shall be suitable for installation in


hazardous areas, of Zone 2, Group IIA/IIB T6 standards.

Telephones, Flashing beacon, howlers shall be weatherproof conforming to IP-66


specification. Wiring, cable glands, shall be included with the equipment. All cables
outside the building shall be of armored type.

All equipment shall be coated to ensure proper corrosion protection.

Galvanization thickness for steel pillar and flash support shall be 80 µm minimum.
All metallic parts, which are not permanently protected against corrosion, shall be
protected with anti-corrosion painting.

5.6 VIDEO CONFERENCING SYSTEM (VCS)

Video Conferencing endpoint Equipment (VCE) shall be provided at locations


identified (refer clause 3.2.3-2) stations and the same shall form part of the existing
VCE system.

VIDEO CONFERENCING ENDPOINT EQUIPMENT (VCE)

1 Supported Standards

• ITU-T H.320 ISDN & ITU-T H.323 IP networks

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 59 of 120

• Video H.261, H.263 + +, H.264, H.239


• Audio G.711, G.722, G.728
• Data T.120/H.239

2 Bandwidth Supported

• upto 3 Mbps over IP


• upto 2Mbps over ISDN PRI
• upto 384 Kbps on ISDN BRI

3 Inbuilt MCU (5 sites)

• Inbuilt MCU with 5 sites in multi point call @384 kbps in mixed
network (IP and ISDN/ISDN/IP).
• The inbuilt MCU should support transcoding and rate matching in
Multipoint call
• The system should support continuous presence view of all 5 sites on
single screen
• Support for continuous presence video mode in a multi point call
• Dial in and dial out support

4 Video

• 30 frames per second@ 192 kbps- 2 Mbps


• Video resolution HD (1920 x 1080, 1280 x 720), WXSGA+ (1680 x
1050), SXGA (1280 x 1024), XGA, SVGA, VGA

5 Audio Features
• Audio protocol: G.711, G.722, G.723.1, G.728

6 Digital Microphone Pod


• Range 360°
• Mute buttonon Microphone & remote

7 Built-In Camera
• Resolution 1920 x 1080 pixels or better
• License of Full HD
• Preset 15 presets
• H. angle of view upto70 degrees
• Zoom 7x optical or better
• Backlight compensation

8 Network Interfaces
• IP upto 3 Mbps
• upto 3 Mbps over IP
• upto 2Mbps over ISDN PRI
• upto 384 Kbps on ISDN BRI

9 Audio/Video Interfaces

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 60 of 120

Video Inputs
• Main camera Integrated
• VCR Composite (RCA)
• Doc.Cam.1 S-Video (Mini-DIN)
• Doc.Cam.2 S-Video (Mini-DIN)
• Doc.Cam.3 Composite (RCA)
• XGA In- to connect PC/Laptop directly into codec without using
external devices
• PPT (presentation) shall be connect directly.

Video Outputs
• Monitor 1 Composite (RCA)
• S-Video (Mini-DIN)
• Monitor 2 S-Video (Mini-DIN)
• VCR Composite (RCA)
• XGA Out

Audio Inputs
• External Mic 360°
• Aux.mic. (Omni)
• Audio In Line 1 RCA
• VCR Line 2 RCA (L/R)
• Wireless Mic.

Audio Outputs
• Monitor1 Line 2 RCA (L/R)
• VCR Line 2 RCA
• Wireless External Speaker (noise cancellation) for Output

10 Integrated Presentation
• Supported applications: Microsoft® PowerPoint®
• Multimedia support T.120/H.239

11 Network Capabilities

• IR6 Support
• Full down speeding
• Auto H.323/H.320 dialing
• Network diagnostics
• SIP and H.323 to be supported simultaneously on same codec
• Inbuilt streaming capability

12 External MCU (25 sites) with Workstation (PC)

It should be external MCU hardware with workstation (PC) supporting


minimum 25 sites at 4 Mbps over IP with all required hardware & software
along with interface cards.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 61 of 120

It should have the following features:

a. ITU standards: H.323, H.239 and SIP standards compliant


b. Video coding: H.261, H.263, H.263+, H.263++, H.264
c. Resolution: HD 1920x1080p, QCIF, CIF, 4CIF, VGA, SVGA, XGA
Built-In CameraResolution 1920 x 1080 pixels or better
d. Shall support PPT (presentation format) input.
e. H.281 far end camera control
f. Audio coding support: G.728, G.711, G.722, G.722.1, G.723.1, G.729
standards
g. Audio Transcoding support: G.711, G.722, G.723, G.728 in the same
conference
h. T.120 standards support in IP and ISDN conferences for data
collaboration on all ports
i. Transcoding on all ports
j. Network interface: RJ-45 10/100 Ethernet ports for IP connectivity
4 E1\ ISDN PRI ports for ISDN connectivity
k. Bandwidth supported: Up to 10 sites at 4 Mbps over IP networks
Up to 15 sites at 786 Kbps over ISDN networks
l. Video Display modes:
• Support for voice activated and continuous presence (CP) mode
conferences
• Support for up to 26 video layouts
• Support for continuous presence of minimum 10 users on one
screen
• Support for picture-in-picture
• Dynamic CP layout adjustment (MCU will choose the best video
layout according to the number of participants in the
conference). MCU should be able to adjust CP layout every time
a participant joins in or drops out, with no empty window.
• Support video active (voice activated) and CP up to 20 users on
one screen
• Support lecture mode and auto-rolling (auto-rolling time is
configurable)
• Support change from any CP mode to any CP mode or CP
mode to voice activated mode in an ongoing conference.
• Sub-conferencing for private session during the conference
without dropping the call.
• Activate speaker frame–locate the speaker in a CP layout
(configurable option, and color of frame can be configurable).
• Auto blow up of speaker (participant video will be enlarged from
small quadrant to big quadrant when speaking)
m. Conference speed capabilities:
• Support for both symmetric and asymmetric continuous
presence mode conference
• Support for mixed rate conferences – sites connected at
different speeds in the same conference

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 62 of 120

• Support for down speeding on ISDN/ E1 or ISDN PRI ports with


gateway option calls for maintaining the call even when a B
channel in the ISDN line is down
n. Other conference features:
• Support minimum of 25 simultaneous conferences
• Support SIP protocol
• Support for H.235 encryption (AES and DES)
• Support text overlay for participant name display and also
borders for active and displayed participant speaker
• Operator assistance available through using a GUI
• Intuitive and easy to use centralized web management
• Support for ISDN fallback for backup route when
problem/overflow on the IP link and if the IP bandwidth is not
available the call should made through the gateway and from
the gateway to an IP on a different zone.
o. Support cascading/clustering to support more users in a conference,
and also in a distributed network
p. IP back-plane for minimizing delay
q. ITU-T standard based packet loss compensation algorithm.
r. Password protection allowing to restrict conference creation to users
with operator/administrator authorization
s. Multi-vendor support so that the enterprise’s “select” terminal will work
well with the MCU solution- end point agnostic
t. Gatekeeper for H.323 endpoints (VC/VoIP), registering with all
endpoints with names and alias numbers and should operate in multiple IP
zones, bandwidth management.
u. Network Management software supporting the following functionality:
• Network status updates – MCU elements, call, bandwidth, end point
information, error status
• Conference View – MCU controlling the conference, conference ID,
conference type, video and bandwidth settings, number of participants –
including the current no., the number reserved and the no. of local
participants

Centralized log management – for network and element type levels, log files for MCU
elements and gateways that do not maintain their own log files.

5.7 CCTV SYSTEM

CCTV system NVR shall be provided at locations identified (refer clause 3.2.3-2c).
Separate NVRs to be installed these locations. New NVRs to be provided which is
based on Open Protocol so that any kind of CCTV Analog/Digital/IP of any make with
suitable media convertors if required can be configured for live video streaming and
video recording. New Licenses for the NVRs to be procured such that the total
pipeline CCTV load can be distributed uniformly on the thirteen (13) NVRs servers for
efficient recording & monitoring. Viewing of all the existing & new CCTV cameras of
MMBPL & BKPL network to be extended to each of these NVRs. Refer Annexure

5.7.1 CAMERA SPECIFICATIONS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 63 of 120

i. Fixed Type

S. No. FEATURES DESCRIPTION

1. Outdoor (The camera to be used for surveillance of plant. Glare


from street lights should not affect video quality at night.
1 Application
2. Day & Night Operation (Automatic switchover from color mode
to Monochrome Mode when the light falls below a certain
threshold level)

Day Mode (Color) : 0.12lux or better


Sensitivity
2 (Minimum Night Mode (Monochrome): 0.01 lux or better
Illumination)

(Sensitivity shall be measured minimum @ IRE-30)

Minimum 1/2.8 inch Progressive Scanning or better


3 Image Sensor
CCD/CMOS Color Sensor

4 Lens Varifocal 3mm to 9 mm (auto iris) or better

5 IR Cut Filter Automatic removable IR Cut filter

Inbuilt Analytics : Built-in video motion detection, Scheduled and


Functions triggered event functionality with alarm notification, Pre and post
6
alarm buffer, Digital time, date code embedded, Password
protection for restricted camera access

Automatic Electronic Shutter with Speed of approx. 1/10,000


7 Electronic Shutter second to 1/10 second or better to capture clear picture / video as per
specifications

8 Iris Type Auto

9 Digital zoom Digital zoom applicable

10 Wide Dynamic Range Yes (Min. 120 dB)

11 Television System PAL

Video Streaming/
12 Triple Streaming (2 x H.264 & 1 x JPEG or better)
Video Compression

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 64 of 120

Automatic Electronic image stabilizer should be there. On/Off


(Selectable).
13 Auto image stabilizer
Camera should be able to give stable picture while mounted on 6
mtr. high pole. Picture should not be shaking with normal wind
direction.

14 Uni -casting & Required


Multicasting feature

15 Aspect Ratio Compatible to HD (16:9)


Minimum Resolution (in
16 Resolution: 1920 x 1080 (Full HD) or better
Pixels
17 Frame Rate Frame: 25 fps or better

18 S/N Ratio 50 dB or More


Automatic Gain Control
19 Yes, On / Off (Selectable)
(AGC)
20 White balance Yes, Automatic
Back Light
21 Compensation Yes, On/Off (Selectable)
(BLC)

Compression, color, brightness, sharpness, contrast, white


22 Image settings balance, exposure control, backlight compensation, exposure
zone, automatic back focus, mirroring of images, WDR, dynamic
contrast, text & image overlay, privacy mask.

23 Software Interface Latest prevalent interfaces (Preferably web based)

Image Enhancement
24 Yes
feature
25 Privacy Zone masking Yes, Min 4 zones with 3D privacy mask

26 Alarm triggers Intelligent video, external inputs

27 Audio streaming Minimum One-Way, unidirectional transmission of voice, with


mute feature for incoming voice.

AAC LC 8/16 kHz./G.711 PCM8kHz./G.726


28 Audio Compression
ADPCM8kHz.Configurable bit rate

Built-in microphone or port for connecting External microphone


29 Audio Input/output input on camera/ Layer-2 switch. Signal Line in / Line out to
support audio Inputs & outputs. (Ports required to pick up sound
along with video are optional).

30 Security Password Protected access, IP address filtering & user access


log facility

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 65 of 120

TCP/IP, UDP/IP (Unicast, Multicast IGMP), UPnP, DNS,


31 Supported Protocols DHCP,RTP, RTSP, NTP, IPv4, IPv6,SNMP v2c/v3, QoS, HTTP,
HTTPS, SSH,SSL, SMTP, FTP and 802.1x (EAP).Camera shall
support open IP standards.

32 Service Port PAL output

Manned Station: 230 V AC supply shall be made available in the


control room by BPCL. Vendor shall arrange to make necessary
cabling from the BPCL provided source to the camera. Vendor
shall arrange necessary power supply converters for providing
respective supplies to CCTV cameras and white light
illuminators
33 Power Source
SV Station (Unmanned) : -48 V DC supply shall be made
available in the telecom room by BPCL. Vendor shall arrange to
make necessary cabling from the BPCL provided source to the
camera. Vendor shall arrange necessary DC to DC converters
for providing respective supplies to CCTV cameras and white
light illuminators

34 Dome Housing NEMA 4X certified IP-66 rated (Weather & Dust resistant) with
an aesthetic appeal

34.1 Dome Housing Cast Aluminum (To be suitable for Coastal Environment)

34.2 Dome Housing In-built sun-shade & heater as applicable for achieving desired
performance ( 24/7)

34.3 Dome Housing Easy cable routing

34.4 Dome Housing Impact Resistant (IK10++ per EN62262 (80 J))

34.5 Dome Housing Vandal / Tamper Resistant

34.6 Dome Housing Dome housing make to be same as that of camera make

34.7 Dome Housing Shock & Vibration Resistant

As per site conditions. Adjustable head with 360 deg pan, 180
35 Mounting
deg tilt. Make to be same as that of the Camera.
View Material (Dome
36 Polycarbonate Plastic / Acrylic Plastic / Tempered Glass
Bubble)

37 Connectivity Network interface: IEEE802.3, 10/100BaseT Ethernet networks


(RJ45) for LAN/WAN, TCP, UDP, IGMP, SNMP, HTTP, RJ45

38 Internal Heat Sink Required

39 Operational Temp. Outdoor with temperature range upto 50 deg C. Outdoor


housing and mounts to be provided with IP-66 rated protection

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 66 of 120

40 Operating Humidity 20% to 80% RH (non condensing)

The cost of Camera shall include all the required accessories,


41 Accessories connectors etc. to connect Camera with Cat-6 Cable & for
mounting on the pole, surge arrestor in-built (or external) for
power & Ethernet circuits
IEC standards viz. IEC 600682-6 or as applicable (optionally
certificate from OEM stating that the camera offered would give
stable image when mounted over 6 mtr. high pole under normal
42 Certifications wind condition). FCC standards viz. FCC part 15 or as applicable,
EN or UL standards viz. EN 55022, 55024, UL60950-1 or as
applicable. (Model specific). Also the Camera should be NEMA
certified.
Application Camera shall be certified for latest ONVIF version with suitable
43
Programming Interface SDK s & APIs to be supplied with the camera.

No license fees shall be payable over & above the rates quoted
by the bidder in this tender for operating & accessing cameras as
44 License Fees well as for firmware up gradation on the camera throughout the
contract period including warranty and comprehensive AMC
period ( 2 + 5 years)

Bidder to propose CCTV from the following approved vendor list


45 Approved Makes only:
Refer Special Instruction to Vendors

46 Make Offered Bidder to Mention the Make of the product being offered

47 Model Offered Bidder to Mention the Model of the product being offered

48 Warranty and CPWMC 2 years warranty and 5 years Comprehensive Post Warranty
Maintenance Contract

SD Card support for Bidder to provide minimum 64 GB SD card class 10 or better in


49
local storage CCTV camera for local storage

ii. PTZ type (Weather –proof)

S. No. FEATURES DESCRIPTION


a) Outdoor (The camera to be used for surveillance of plant.
Glare from street lights should not affect video quality at night.
1 Application
b) Day & Night Operation (Automatic switchover from color
mode to Monochrome Mode when the light falls below a certain
threshold level)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 67 of 120

Day Mode (Color) :


A. 5.0 Lux (or better) with AGC OFF
B. 0.5 Lux (or better) with AGC ON
Sensitivity
2 (Minimum Night Mode (Monochrome):
Illumination) A. 0.5 Lux (or better) with AGC OFF,
B. 0.05 Lux(or better) with AGC ON

(Sensitivity shall be measured minimum @ IRE-30)

Minimum 1/2.8 inch Progressive Scanning or better


3 Image Sensor
CCD/CMOS Color Sensor

4 Lens Motorized Varifocal (auto iris)

4.3-129 mm [Given focal length corresponds to 30X (optical


5 Lens Focal Length zoom).However if vendor is offering better optical zoom, the focal
length can be accepted with a corresponding variation without
changing requirement of min Focal length i.e. 4.3mm].

6 IR Cut Filter Automatic removable IR Cut filter

Automatic Electronic Shutter with Speed of approx. 1/10,000 second


7 Electronic Shutter to 1/10 second or better to capture clear picture / video as per
specifications

8 Iris Type Auto

9 Lens Zoom Min 30X Optical & Min 12X Digital

10 Presets Min 90
Programmable
11 Min 4 (Four) including Pan, Tilt & Zoom tour functions
Patterns
12 Flip Function Auto

13 Pan movement 360° (endless) continuous pan rotation

14 Tilt Range 0° to 85° vertical (Zero Degree is defined as horizontal view on x -


axis)

15 Pan Speed Variable between 0.1°/sec to 80°/sec (Adjustable through software,


also possible manually)

16 Tilt Speed 0.1 deg. to 40°/sec (Adjustable through software, also possible
manually)
17 Zoom Speed Adjustable

Wide Dynamic
18 Yes (Min. 120 DB)
Range

19 Television System PAL


Video Triple Streaming (2 x H.264 & 1 x JPEG or better)
20
Streaming/

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 68 of 120

Automatic Electronic image stabilizer should be there. On/Off


(Selectable).
Auto image
21
stabilizer Camera should be able to give stable picture while mounted on 6
mtr. high pole. Picture should not be shaking with normal wind
direction.
Uni -casting &
22 Multicasting Required
feature
23 Aspect Ratio Compatible to HD (16:9)

Minimum Resolution
24 Resolution: 1920 x 1080 (Full HD) or better
(in Pixels
25 Frame Rate Frame: 25 fps or better

26 S/N Ratio 50 dB or More


Automatic Gain
27 Yes, On / Off (Selectable)
Control (AGC)

28 White balance Yes, Automatic with Manual Override (2,000° to 10,000°K)

Back Light
29 Compensation Yes, On/Off (Selectable)
(BLC)
Compression, color, brightness, sharpness, contrast, white
30 Image settings balance, exposure control, backlight compensation, exposure
zone, automatic back focus, mirroring of images, WDR, dynamic
contrast, text & image overlay, privacy mask.

31 Software Interface Latest prevalent interfaces (Preferably web based)

Image Enhancement
32 Yes
feature

33 Tilt & Zoom Display On Screen

Privacy Zone
34 Yes, Min 4 zones with 3D privacy mask
masking

35 Frame Freezing Yes

36 Auto focus Yes

37 Alarm triggers Intelligent video, external inputs

38 Audio streaming Minimum One-Way, unidirectional transmission of voice, with


mute feature for incoming voice.

AAC LC 8/16 kHz./G.711 PCM8kHz./G.726


39 Audio Compression
ADPCM8kHz.Configurable bit rate

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 69 of 120

Built-in microphone or port for connecting External microphone


input on camera/ Layer-2 switch. Signal Line in / Line out to
40 Audio Input/output support audio
Inputs & outputs. (Ports required to pick up sound along with
video are optional).

41 Security Password Protected access, IP address filtering & user access


log facility

TCP/IP, UDP/IP (Unicast, Multicast IGMP), UPnP, DNS,


42 Supported Protocols DHCP,RTP, RTSP, NTP, IPv4, IPv6,SNMP v2c/v3, QoS, HTTP,
HTTPS, SSH,SSL, SMTP, FTPand 802.1x (EAP).Camera shall
support open IP standards.

43 Service Port PAL output

Manned Station: 230 V AC supply shall be made available in the


control room by BPCL. Vendor shall arrange to make necessary
cabling from the BPCL provided source to the camera. Vendor
shall arrange necessary power supply converters for providing
respective supplies to CCTV cameras and white light illuminators
44 Power Source
SV Station (Unmanned) : -48 V DC supply shall be made
available in the telecom room by BPCL. Vendor shall arrange to
make necessary cabling from the BPCL provided source to the
camera. Vendor shall arrange necessary DC to DC converters for
providing respective supplies to CCTV cameras and white light
illuminators

45 Dome Housing NEMA 4X certified IP-66 rated (Weather & Dust resistant) with an
aesthetic appeal

45.1 Dome Housing Cast Aluminum (To be suitable for Coastal Environment)

45.2 Dome Housing In-built sun-shade & heater as applicable for achievingdesired
performance ( 24/7)

45.3 Dome Housing Easy cable routing

45.4 Dome Housing Impact Resistant (IK10++ per EN62262 (80 J))

45.5 Dome Housing Vandal / Tamper Resistant

45.6 Dome Housing Dome housing make to be same as that of camera make

45.7 Dome Housing Shock & Vibration Resistant

Pendant type. As per site conditions. Adjustable head with 360


46 Mounting
deg pan, 180 deg tilt. Make to be same as that of the Camera.

View Material
47 Polycarbonate Plastic / Acrylic Plastic / Tempered Glass
(Dome Bubble)

48 Connectivity Network interface: IEEE802.3, 10/100BaseT Ethernet networks


(RJ45) for LAN/WAN, TCP, UDP, IGMP, SNMP, HTTP, RJ45

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 70 of 120

49 Internal Heat Sink Required


Mechanical
50 Pan (350°), Tilt (180°) ,Rotate (200°)
Adjustment
Outdoor with temperature range upto 50 deg C. Outdoor housing
51 Operational Temp.
and mounts to be provided with IP-66 rated protection

52 Operating Humidity 20% to 80% RH (non condensing)

The cost of Camera shall include all the required accessories,


53 Accessories connectors etc. to connect Camera with Cat-6 Cable & for
mounting on the pole, surge arrestor in-built (or external) for
power & Ethernet circuits
IEC standards viz. IEC 600682-6 or as applicable (optionally
certificate from OEM stating that the camera offered would give
stable image when mounted over 6 mtr high pole under normal
54 Certifications wind condition). FCC standards viz. FCC part 15 or as applicable,
EN or UL standards viz. EN 55022, 55024, UL60950-1 or as
applicable. (Model specific). Also the Camera should be NEMA
certified.
Application Camera shall be certified for latest ONVIF version with suitable
55 Programming
Interface SDK s & APIs to be supplied with the camera.

No license fees shall be payable over & above the rates quoted
by the bidder in this tender for operating & accessing cameras as
56 License Fees well as for firmware up gradation on the camera throughout the
contract period including warranty and comprehensive AMC
period ( 2 + 5 years)

57 Approved Makes Bidder to propose CCTV from the following approved vendor list
only: refer SIV

58 Make Offered Bidder to Mention the Make of the product being offered

59 Model Offered Bidder to Mention the Model of the product being offered
Warranty and 2 years warranty and 5 years Comprehensive Post Warranty
60
CPWMC Maintenance Contract
SD Card support for Bidder to provide minimum 64 GB SD card or better in CCTV
61
local storage camera for local storage

iii. White LED illuminators

White LED illuminators of following specification to be provided by bidder along


with each camera (Fixed & PTZ) [Refer Annexure-IV for details/quantity]:

• LED based for minimum 50 meter range


• IP-66 protection
• Even illumination
• Automatic Dawn/Dusk power on/off
• 180 degree Coverage (for PTZ Cameras)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 71 of 120

iv. Mounting Pole Specifications:

1. Type Self Support


2. Material Galvanized Steel
3. Height 6 m as per siterequirements
4. Wind 180 Km/h
Speed
5. Stress Within acceptable limit
6. The foundation of pole to be designed for three types of
soil namely soft, medium, hard/rocky.
6.1 The foundations design to be as per the actual site
Conditions.
6.2 Guard against corrosion and soil erosion should be
taken care of.
6.3 The back filling should be done by proper compaction of
soil in layers and should be done before erectionM20
concrete shall be used.Material mixing and quality
control of concrete shall be as per IS 456:2000. High
strength deformed steel bars of grade Fe 415 confirming to
IS:456 shall be used. Bending of bars shall be as per IS
2502 (1963)
Foundation
6.4 Welding shall be done as per IS:9595 (1996)
6.5 The paints used shall be in accordance with IS 2074/62,
2932 & 2933/75.Before applying coat of primer, the
surface shall be given a coat of pickling agent so as to
avoid flaking of painting. The pole shall be given two coats
of paint in addition to primer coat after erection. The pole
shall be painted as per the international standard and civil
aviation guidelines.
6.6 50x3 mm GI strip should be bonded to the base of the pole
and connected to earth pit / grid (if available in the plant or
If a new earth is to be provided same shall be
provided by BPCL) at the other end (max value of the
earth resistance shall be 0.5 ohms).

v. Industrial grade LED TV Specification as a minimum:

S. no. Min Specifications

1 Make : As per Special Instructions to Vendor approved makes.

2 The Display should have aspect ratio of 16:9.

3 The Display should support true resolution of 1920 X 1080 pixels (Full HD)

4 The Display should have minimum (Native) contrast ratio of 4000:1.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 72 of 120

5 The Display should have minimum life span of 50,000 Hrs.

6 The display should have brightness of 700 Cd/m2

The display should have following input terminals.

a) RGB Input –Mini D-Sub 15 PIN x 1

b) DVI-D In – 24+1 PIN

c) RS-232C - D-Sub 9 PIN X 1


7
c) HDMI In – 1

d) Component/ Composite Port -1

e) LAN port - RJ45

f) USB Port- 1

8 The LED should have in-built speakers (minimum 10W rms x 2)

9 The Display should Be supplied with wall Mount Bracket

The display should have the following standards certification

a) RoHS compliant – For environment

10 b) UL/IEC – For safety

c) FCC – For radiations regulation

e) Energy Star 5.0 Certification – for Power Consumption

vi. MEDIUM VOLTAGE CABLES

The cables shall be suitable for laying in trays, trenches, ducts, and conduits and for
underground-buried installation with uncontrolled backfill and possibility of flooding by
water and chemicals. Outer sheath of all cables shall be black in colour and the
minimum value of oxygen index shall be 29% at 27 ± 2 ° C. In addition suitable
chemicals shall be added into the PVC compound of the outer sheath to protect the
cable against rodent and termite attack. However, for earthing cables; colour of outer
sheath shall be green.

All cables covered in this specification shall be Flame Retardant Low Smoke (FRLS)
or Fire Survival (FS). The outer sheath of FRLS cables shall possess flame
propagation properties meeting requirements as per IS-10810 (Part-62) category AF.
FRLS cable shall be identified by indenting, embossing or printing the appropriate
legend i.e. 'FRLS, Category - C2' throughout the cable length. FRLS properties shall
be as per IS: I 08 l O Part 61 & 62, IEC-60332 Part 1 & Part 3, IEEE-383, IEC-61034,
IEC-60754 Part 1, ASTM-D-2863.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 73 of 120

Sequential marking of the length of the cable in metres shall be provided on the outer
sheath at every one metre. The embossing/engraving shall be legible and indelible.
The overall diameter of the cables shall be strictly as per the values declared by the
manufacturer in the technical information subject to a maximum tolerance of ±2 mm
up to overall diameter of 60mm and ±3mm for beyond 60mm.

The joints in armour wire/strips shall be made by brazing or welding and any surface
irregularities shall be removed. A joint in any wire/strip shall be at least 300mm. from
the nearest joint in any wire/strip in the complete cable.

All power/control cables for use on medium voltage systems shall be heavy-duty type,
650/11 OOV grade with aluminium/ copper conductor, PVC/XLPE (as mentioned in
datasheet) insulated, inner-sheathed, armoured/ unarmoured and overall PVC
sheathed. XLPE insulated cables shall meet the requirement specified in IS- 7098
(Part-I).

The conductors shall be solid for conductor of nominal area up to and including 6mm2
and stranded beyond 6mm2 Conductors of nominal area less than 16 mm2 shall be
circular only. Conductors of nominal area 16 mm2 and above may be circular or
shaped as per IS 8130. Cables with reduced neutral conductor shall have sizes as per
Table l of lS:1554 (Part-I).

The core insulation shall be with PVC/XLPE compound applied over the conductor by
extrusion. PVC compound shall conform to the requirements of type ‘C’ compound as
per IS: 5831. The thickness of insulation and the tolerance on thickness of insulation
shall be as per Table 2 of IS:1554 (Part-I). Control cables having 6 cores and above
shall be identified with prominent and indelible Arabic numerals on the outer surface
of the insulation. Color of the numbers shall contrast with the color of insulation with a
spacing of maximum 50 mm between two consecutive numbers. Color coding for
cables up to 5 cores shall be as per Indian standard.

The inner sheath shall be applied over the laid-up cores by extrusion and shall be of
PVC conforming to the requirements of Type ST-2 PVC compound as per IS: 5831.
The minimum thickness of inner sheath shall be as per Table-4 of IS: 1554 (Part- I).
Single core cables shall have no inner sheath.

All cables shall be provided with armour except those specifically specified as un-
armoured. For single core cables intended for use on AC system, the armouring shall
be of non-magnetic material. For multi-core cables, the armour shall be by single
round galvanised steel wires where the calculated diameter below armouring does not
exceed 13 mm and by galvanised steel strips where this dimension is greater than 13
mm. Requirement and methods of tests for armour material and uniformity of
galvanisation shall be considered as per IS - 3975 and IS -10810 (Part 41). The
dimensions of armour shall be considered as per method (b) of IS- 1554 (Part -1).

The outer sheath for the cables shall be applied by extrusion and shall be formulated
for lower smoke and shall be of PVC compound conforming to the requirements of
type ST-2 compound as per IS: 5831. If heat resisting PVC cables are specified in the
data sheet, it shall be possible to continuously operate the cable at a maximum

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 74 of 120

conductor temperature of 85°C under full load condition and 160°C under short-circuit
condition.

For XLPE insulated cables, it shall be possible to continuously operate the cable at a
maximum conductor temperature of 90°C under full load condition and 250°C under
short-circuit condition. The fire survival cables shall meet the following additional
requirements:
The insulation shall be of EPR or equivalent material with glass mica tape below or
above insulation. The cables shall meet requirement of circuit integrity test for a
minimum period of 3 hours at maximum temperature of 950° C. Vendor shall have
the test certificate for circuit integrity test as per IEC: 60331-21.

5.7.2 NETWORK VIDEO RECORDER SERVERS (NVR) (IP Based)

CCTV NVR solution so proposed shall be a fully IP based system with one
Management Server, Video Recorders, Video Management Software, CCTV Client
Workstation and IP cameras’ management suitable for the existing and new cameras
as defined above. NVR system shall be supplied and configured at the locations
defined in Attachment 14 and 15. NVR system shall be able to connect to all network-
connected devices.

Bidder to note that NVR system redundancy shall be provided at Mumbai and
Kota in 1:1 configuration.

NVR system shall have the following as a minimum:

• NVR Server Hardware with Monitor (21” LED, Desktop)


• Viewing Monitor (65” HD LED for Mumbai & 55”HD LED for other locations,
Wall Mounted) with Workstation (Client PC with Monitor (21” LED,
Desktop))
• SEPARATE Storage of minimum 100 TB SCSI each (RAID 5 HDD set)
(recording of cameras within its jurisdiction shall be done at 4CIF
resolution- Bidder shall calculate storage requirement accordingly and
provide additional storage media if required for holding data for upto a
minimum of 60 days @ 25 FPS)
• Fault tolerance for RAID video recordings, operating system.
• Automatic IP camera discovery and configuration
• Software RAID with 24/7 operation
• Receive encoded live video from IP cameras, Play back video while still
recording from the same camera; Store live video to hard disk, Archive
previously stored video to off-line storage media, anywhere, anytime.
• Allow alarms/events to initiate recordings
• Scheduled recordings
• Initiate recordings based on video motion detection (on a continuous basis
& scheduled for particular times, days, months, etc)
• Report any IP camera failure or recoding failure to the system
• Provide a full log of all system status (camera, server availability, etc)
• Search for recordings (by camera & time, by motion detection, by
alarms/events)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 75 of 120

• Network management with Security with passwords for each camera.


• Thumbnails of recordings & exporting of recordings into CDs & DVDs
&printers.
• NVR system at these locations shall be able to support the existing/ new
cameras as per present requirement. All required hardware, software, etc
shall be provided from day 1 for all cameras as per present requirement.
• Support full frame rate on all inputs from the IP network cameras.
• Software shall have a provision for Q-CIF, 2CIF and 4CIF configuration
minimum.
• Interfaces with IT industry Standard Hardware

Sr. No. FEATURES DESCRIPTION

1 General Should be compatible for loading video analytic


requirement Software (supporting ON-VIF protocol) from any third
party. Also shall support in-built analytics of any ON-VIF
compliant camera issued with this tender or to be
installed at later date during comprehensive AMC period.

The NVR server system proposed by bidder should at-


least comply following :

a) The NVR server system should be capable to process


minimum 64 IP cameras at 1080p Full HD resolution
at 25 fps for 24/7 recording

b) The NVR server system should be capable to store


minimum 60 days recording of 64 IP cameras at
1080p Full HD resolution at 25 fps with provision for
additional module for another 30 Days of recording.
2 Processor Type Dual Intel Xeon Skylake Silver series, 9.6GT/s 2UPI, 20M
cache, 8-core or Better
3 Hyper Threading Yes (2 threads / core)
Technology
support
4 Turbo boost Yes
Technology
support
5 CPU Cache LLC cache : up to 20MB per socket
6 NIC Minimum 2 nos with 1/10Gbps onboard

7 BIOS Type Unified Extensible Firmware Interface (UEFI), BIOS shall


also be acceptable if there is an OEM constrain.

8 StandardMemory Configured with 64 GB Memory Scalable to 192 GB


within server.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 76 of 120

9
DIMM Slots Min 12 of DDR-4 type

Memory Access
10 Min 1066MHz
Speed

Memory Mirroring Memory Mirroring Support (1 channel (2 slots


11 Support perProcessor) active, 1 spare, 1 unused) or equivalent
technology duly approved.
12 Storage Technology Hot-pluggable/ swappable SAS HDD

13 No of HDD Bays
(Internal) 8

Hard Disk Capacity 4 TB-Raw storage capacity.Four Bays shall be available


14 (Internal) for future expansion.

15 Hard Disk Capacity Minimum of 100 TB usable capacities after RAID 5


(External) configuration.
OR capacity to store minimum 60 days recording of 64 IP
cameras at 1080p Full HD resolution at 25 fps Whichever
is higher.

The solution should be capable for additional modules to


store 30 days data apart from 60 days designed without
additional processors (Total 90 Days)
16
RAID Configuration
RAID 1 configuration
Internal

RAID Configuration
18 RAID 5 configuration having support for RAID-1,5,6
external

19 No of Video Ports Dual

20 Video Memory 16MB DDR3 SDRAM or better

21 No of Gigabit Ports 2 Nos. of 1/10Gb port

23 No of USB Ports 5
Integrated systems Yes (IMM or equivalent)
24 management
controller
25 Security Power-on password / administrator password /
unattended boot /selectable boot / unattended start
mode.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 77 of 120

26 Optional systems Virtual Media Key (optional)


management
adapter
27
Predictive Failure
(PFA) support Memory, HDDs
Analysis
No of Power
28 1 +1 ( redundant)
Supplies

29 No of cooling fans (As per the server design)

Operating System Supporting the latest Windows, Linux, RHEL suite


Supporting the latest hypervisor including the hypervisor,
VMware, Citrix , Standard or Enterprise.

Should be compatible with the supplied video


management software and analytics (supporting ON-VIF
protocol) from any third party. Also shall support in-built
30 analytics of any ONVIF compliant camera issued with this
tender or to be installed at later date during warranty and
comprehensive AMC period.

Vendor should be able to downgrade the OS as per the


recommended OS by the chosen video management
software vendor till the OS OEM licensing support is
available.

31
Form Factor Tower/Rack
Anti-Virus Norton (Latest) or approved equivalent with free
32 upgrades till validity of contract including comprehensive
AMC period.
33
Approved makes IBM, HP, Dell

34 Make Offered Bidder to Mention the Make of the product being offered.

35 Model Offered Bidder to Mention the Model of the product being offered.

Video Management Software (VMS) shall have following features:

• It shall have open architecture.


• It shall be capable of providing web based access

NVR may be integrated with pipeline Administrator server or to separate servers.


Administrators shall be able to view camera details, change camera settings and
configure video settings.

NVR shall have capability of connecting to all the existing cameras in its region as
well as further connectivity with NVRs of other regions shall be provided.

When an alarm occurs in the NVR server, the live video output of the camera
associated with that alarm should be switched directly to the Viewing monitor.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 78 of 120

View options

• Single camera view


• 1 to 8/16 views on a single screen.
• Sequence view
• Map view
• Must be able to view cameras from NVR

FEATURES DESCRIPTION
S. No.

The bidder should offer Enterprise Level Software for video


Software management system.
1 Functional
Requirement Also, the software should allow seamless integration of third
party security infrastructure.

Software The Software should be a highly scalable enterprise level


1.1 Functional solution. It must offer Video Management solution scalable from
Requirement 1 camera to 64 cameras as per BOQ. (Minimum).

Software
1.2 Functional Shall support IP Cameras
Requirement

Software The VMS shall be based on open architecture which facilitates


1.3 Functional integration with other IT systems, Owner supplied free-issue
Requirement cameras with the help of API (distributed free of charge). Shall
be compliant to latest version of ON-VIF.
Software
1. 4 Functional The system shall allow operation with PC Keyboard, Mouse,
CCTV Keyboard.
Requirement
Software
1. 5 Functional Shall be able to view single and multiple cameras
Requirement simultaneously.

Option of viewing of all the CCTV cameras of BPCL network to


be extended to each of the Thirteen NVR servers.

Software The software should support viewing/ recording of minimum 64


cameras per NVR server.
1. 6 Functional
Requirement The rate quoted by the bidder forNVR (and software) shall
include licensing charges for VMS as above. No additional
charges will be payable on this account till completion of
comprehensive AMC period.

Software
1. 7 Functional Remote Administration, Monitoring & Management of Video.
Requirement
Software
1.8 Functional Facility for exporting the video
Requirement

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 79 of 120

Software
1. 9 Functional Alarm pop ups for the associated cameras.
Requirement

Software
1. 10 Functional Shall be able to view single and multiple cameras
Requirement simultaneously.

2 Platform The software platform should be latest version of Windows


server. Should be compatible to 2008 or better

3 Compatibility The VMS should be built on open standard and shall be


compatible with products from industry leading manufacturers.

4 Viewing Logical camera grouping

Simultaneous viewing live and recording from various Cameras


4.1 Viewing
by multiple users (min. 8 cameras view simultaneously)

4.2 Viewing Drag and Drop Camera Viewing.

4.3 Viewing Multi camera sequential tours

The VMS should have viewing client to enable the feed display on
4.4 Viewing
the workstation / remote location.

4.5 Viewing Extended camera viewing on multiple monitors

4.6 Viewing Provision for remote viewing of cameras through internet.

4.7 Viewing Digital zooming feature

4.8 Viewing User friendly PTZ Control functions of PTZ Camera.

4.9 Viewing Support Multiple Video Resolutions (CIF, 2CIF, 4CIF & HD (up to
8MP))
Should have feature of recording and retrieval of Video and
5 Recording & Retrieval
Audio.

5.1 Recording & Retrieval Continuous recording, by trigger (motion or alarm), by schedule.

Should support the recording of H.264,MPEG-4 & MJPEG


5.2 Recording & Retrieval
compressions

5.3 Recording & Retrieval Should have Configurable recording rate per camera

Multi-level storage: should support multilevel storage (live


6 Storage recording on primary disk, archiving on secondary, and so on)
should delete video after configurable duration.

6.1 Storage Distributed , fault tolerant database architecture

7 Video Search Video smart search on the basis of date, time, event, camera ,
location & alarm

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 80 of 120

7.1 Video Search Should have advanced / smart / quick search function

7.2 Video Search Sorting by camera name & IP Address.

7.2 Video Search Should be able to export searched video to standard video
codec (or with video player in case of proprietary format)

7.4 Video Search Quick review of upto 60 minutes of data.

Register event, associated video and alert operator on screen


8 Event Management with audio. Motion detection, sound detection, camera
tampering events should be alerted to the operator.

Show connection status of cameras, alert operator on screen with


9 Camera Management audio Manage firmware upgrades (Optional), and setting IP
address. Set camera settings such as brightness, contrast etc.

10 Security User management, password management, user access level


management

11 Configurations Various layout configurations (2X2, 3X3 & 4X4, etc.)

General
12 Features & user-friendly PTZ Controls
Specifications

General
12.1 Features & Graphic video footprints with real-time PTZ Controls
Specifications

General
12.2 Features & Sensor management tools, Alarm management options and
Specifications data editing.

General
12.3 Features & Enhanced displays for video forensics and access to video
Specifications archive systems
General
12.4 Features & Supports JPEG or BMP or GIF data input
Specifications
General
12.5 Features & Capable of managing anassigned area of interest
Specifications

General
12.6 Features & Capable of ingesting video and Sensor inputs into an open
Specifications architecture format, onto one screen

General
Provides a monitoring capability of the video/Sensor Subsystem,
12.7 Features &
to be relayed to the key operations center.
Specifications
General Provides a multipleperspective geographicdisplay of site locations
12.8 Features & with site specific surveillance information including sensor
Specifications locations and alarm conditions.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 81 of 120

General
Provides a remote ability to set and/or modify Operational
12.9 Features &
characteristics of surveillance devices and Storage
Specifications
General
12.10 Features & On line control of Pan/Tilt/Zoom (PTZ) cameras, sensors
Specifications
General
12.11 Features & Ability to record and retrieve stored video
Specifications
General
Integrated-Alarm visualization rule and device control displays in
12.12 Features &
either a single or double monitor format
Specifications
General
12.13 Features & Ability to slue PTZ cameras to Alarm generated areas
Specifications
General
12.14 Features & Capability of real time analysis of connected cameras todetect
abnormal activity and security threats.
Specifications

General Capability to filter large amounts of video and support display of


12.15 Features & time line, customizable site Map, Live Video, Video playback,
Specifications Integrated site map, Remote live view, Multi-site capability, Event
based recording all over local LAN

General Ability to deploy the Alarm components On PC Computer servers


12.16 Features & or on remote, ruggedized, externally mountable, stand alone
Specifications platforms.
General Camera obstructed should activate Alarm if the field of view is
12.17 Features &
Specifications obstructed.

General
12.18 Features & Cord cut-will alarm if the video signal is lost.
Specifications
General Hardware Alarm (Alarmscould be from Access Control System,
12.19 Features & detectors etc.) input should be able to receive signals from
Specifications external devices through alarm I/O and act accordingly

General Software should be an open IP surveillance product, enabling


12.20 Features & simultaneous digital video recording from network, mega pixel
Specifications andanalog device, intelligent video analysis and remote access
to live and recorded images from any networked computer.

General
Software should allow to add, edit, delete or disable and enable
12.21 Features &
policies for video management.
Specifications
General
12.22 Features & Option of remote viewing over handheld mobile set (3G/4G) to
Specifications keep updated while in the field.

General
12.23 Features & Software should be jointly and simultaneously able to
manage video analytics and video management as one product.
Specifications

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 82 of 120

General
12.24 Features & Software should be able to store video to local hard disk, a RAID
Specifications configuration or even a storage-area network (SAN).

General Software should support display of time line, customizable site


12.25 Features & Map, Live Video, Video playback, Integrated site map, Remote
live view, Multi site capability, Encryption, Event based
Specifications recording.
General
Option of On screen digital video tracking & digital Zoom On
12.26 Features &
tracked area.
Specifications
General
12.27 Features & Option of On screen object follow thru within tracked area
Specifications

General Management of recorded video with On screen time graph and


12.28 Features & multiple color coded event indicators for selective and
Specifications simultaneous view of alarm and non alarm situations for quick
viewing

General User friendly and time graph based selection for playback and
12.29 Features &
Specifications instant archival of video events on external media

General On selection of specific area On video with specific date and time
12.30 Features & period, instant retrievals of all past events/activities at this
selected area should be retrieved and viewed instantly as a
Specifications single video/movie clip

General
12.31 Features & Insertion and deletion of cameras
Specifications

General Software forensics analyzer shall allow the user to quickly search
12.32 Features & for and detect security events that occurred in the past. Example
Specifications includes

General
12.33 Features & Scan days and weeks of pre- recorded video within minutes
Specifications
General
12.34 Features & Locate and extract information about potential security breaches
Specifications

General
12.35 Features & Allow users to run regular queries to detect patterns
Specifications
General Allow users to apply any rule to any amount of collected or
12.36 Features &
Specifications stored video data

General
12.37 Features & Software shall provide the ability to set up security rules for
Specifications surveillance cameras.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 83 of 120

Software shall be able to create rules and responses based On


digital or contact closure input events from external devices, such
General as critical infrastructure-related events, Network connection
12.38 Features & failures, Fatal errors, Hard Disk failures, Software service down,
Specifications Video encoder failures, Security related events, Digital input pin
change, Video lost, On screen alarms, Provision for Maintenance
related events & user event notification using SMTP (Mail) should
be there
-Software shall be able to perform the following tasks
simultaneously:
a. Digitizing and compressing video
General b. Writing video to files on local hard disk and
12.39 Features & maintaining an accurate index of the stored video file
Specifications c. Deleting older video files as needed, to free up space to
record newer video files
d. Selectively transferring recorded video to long term
storage media

Software shall be Capable of managing online storage that is,


General
12.40 online video shall be available for immediate playback. Storage
Features &
shall be intelligently managed so that the video that is most likely
Specifications
to be requested by users will be retained online.

General Generating and managing system logs and audit reports, define
12.41 Features & the reporting level for system events generated by various
Specifications services, Filtering log files and events, system availability

General Updates as & when required during contract period shall be done
12.42 Features & with out additional cost. Original licensed copy of the software
Specifications shall be supplied along with the system.

General Uptime of CCTV system should be available in a module. the


12.43 Features & same to be available based on Query as daily, weekly, Monthly,
Specifications Quarterly & yearly.

General Uptime of CCTV system is considered as 100 % when all the


12.44 Features & cameras (n no.s) & system functionality are operational. If one
camera is down &balance cameras (n-1) are available fully with
Specifications all system functionalities, uptime shall be (((n-1)/n)*100 ) %.

12.45 Certifications Software shall be compliant to latest version of ONVIF

Nice, Mirasys, Milestone, Vicon, Honeywell, Dvtel,Verint ,


Axis, Genetic, Mindtree . Vendor can offer any other reputed
Approved make software provided bidder shall submit Proven Track
12.46 Makes Record from the user (Indian/foreign) at least one year from
tender due date along with the bid and it is subject to BPCL
approval.

12.47 Make Offered Bidder to Mention the Make of the product being offered.

12.48 Model Offered Bidder to Mention the Model of the product being offered.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 84 of 120

6.0 GENERAL

6.1 TRAINING

Bidder shall train an agreed number of personnel of owner in all aspect of


Telecommunication system as per table indicated below. There shall be at least two
training courses:

a) First course shall be conducted at manufacturing facilities from where the


respective equipments/subsystems are offered.

b) Second course shall be conducted at site at a time to be mutually agreed


with the successful Bidder at a later date.

It shall be explicitly understood, however, that Owner’s personnel shall be fully


associated during Engineering, Installation, Testing and commissioning activities and
this opportunity shall be taken by bidder to impart on-the-job training in addition to the
two mentioned above.

Also, Bidder shall quote for unit rates per man-day of SDH training.

Bidder’s offer shall exclude costs of transportation, lodging and boarding of the
Trainees, which shall be arranged by the owner.

Bidder’s quote shall include as per table below

Type of SDH CCTV,


Location EPABX No. of persons
training System VCS
Vendor
Factory 3 days 2 days - 2 batches of 7 persons each
factory

2 days 1 day 1 day Batch 1 of 5 persons


Site Mumbai
Engineering
2 days 1 day 1 day Batch 2 of 5 persons
Bijwasan
Mumbai 1 day
Manmad 1 day
Mangyla 1 day
Site Kota 1 day
Operations Bina 1 day
Bharatpur 1 day
Piyala 1 day
Bijwasan 1 day

The first course to be conducted at the manufacturing facilities shall be designed to


train the trainees in all aspects of System Engineering, Equipment operation and

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 85 of 120

functional details, theory of operation of equipment, trouble shooting and


familiarization with the equipment at card and component level. All equipment used for
training shall be identical to those supplied for site installation.

This course shall be conducted prior to equipment shipment to site.

The second course to be conducted at site, shall be mainly devoted to the operation
of equipment and system including testing of equipment/sub-assembly, preventive
breakdown, Trouble shooting and normal maintenance activities. Training imparted
shall cover all aspects of each equipment incorporated in the system.

Bidder shall specify in his offer the types of courses he intends to impart, including but
not limited to, the ones aforementioned.

Bidder shall provide comprehensive documentation, course material, manuals,


literature etc. as required for proper training of personnel at his own cost.
Consolidated and comprehensive documentation shall be available to each
participant. After the completion of course, all such materials shall become the
property of the owner. Bidder shall update the course material of manuals in case
there are any changes owing to revisions/modifications in equipment/system
specifications.

Bidder shall after award inform, Forty five (45) days prior to start of training, send
complete training program including details of each course, duration, subject matter,
etc. Owner/Consultant reserves their right to suggest any additions/deletion in the
program, which shall be incorporated by the Bidder at no additional cost.

6.2 PACKING

All equipment shall be individually packed in suitable containers/crates designed to


avoid damage to the equipment during transit and storage in accordance with best
commercial practice and with the requirements of applicable specifications.

The materials used for packaging, wrapping, sealing, moisture resistant barriers,
corrosion preventers, etc. shall be of recognized brands and shall conform to best
standards in the areas in which the articles are packaged.

The packing shall protect the equipment from impact, vibration, rough handling, rain,
dust, damp, insects, rodents, etc. Each container/crate shall be subjected to impact,
vibration and other mechanical tests. Each container shall be clearly marked with the
following information at prominent places (provided as sample):

OWNER: M/s BPCL

PROJECT: MMBPL & BKPL TELECOM UPGRADATION PROJECT


(TELECOMMUNICATION SYSTEM)

DESCRIPTION :

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 86 of 120

SERIAL NO. OF :
EQUIPMENT

ADDRESS :

All equipment shall be tested for damage after their receipt at respective sites by
bidder. If any equipment, part, subsystem, component, accessory is found to be
damaged during the transit, the same shall be replaced by the Bidder, free of all costs
to the Owner. The bidder shall replace such item as shall be found damaged by
bidder or as indicated to bidder, within 30 days of receipt of intimation.

6.3 BIDDER's SITE OFFICE (if Applicable/Required)

Bidder's site office shall be capable of performing the following function:

• Receipt of equipment/goods at site, checking them for correctness and


completeness, storage, transportation of goods/manpower, etc.

• Installation of system and its constituents in best Engineering practice and


workmanship.

• Check out on proper installation

• Liaison with Bidder's head office

• Pre-commissioning and commissioning activities and on-line debugging of the


system.

• Conducting of site acceptance testing and Trial run to the satisfaction of


Owner/Consultant

6.4 QUALITY ASSURANCE, INSTALLATION, TESTING AND COMMISSIONING

6.4.1 QUALITY ASSURANCE PROGRAM

a) Bidder shall submit the details of Quality Assurance Program followed by him
beginning with raw materials, active, passive and fabricated components,
units, sub-assemblies, assemblies, wiring, interconnections, structures etc. to
finished product. Bidder shall obtain and forward the Quality Assurance
Program for equipment supplied by Sub-Vendor, if any.

b) Owner/Consultant reserves the right to inspect and test each equipment at all
stages of production and commissioning of the system. Inspection and
Testing shall include but not be limited to raw materials, components, sub-
assemblies, prototypes, produced units, guaranteed performance
specifications, etc.

c) For Factory inspection and testing, Bidder shall arrange all that is required
e.g., quality assurance personnel, space, test gear etc. for successful carrying

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 87 of 120

out of the job by the Owner/Consultant, at Bidder's cost, at the Manufacturer's


works.

d) Owner/Consultant shall have free entry and access to any and all parts of the
Manufacturer’s facilities associated with manufacturing and testing of the
system at any given time.

e) It shall be explicitly understood that under no circumstances shall any approval


of the Owner/Consultant relieve the Bidder of his responsibility for material,
design, quality assurance and the guaranteed performance of the system and
its constituents.

f) Bidder shall invite the Owner/Consultant, at least 40 days in advance, of the


date at which system shall be ready for Inspection and Testing. All relevant
documents and manuals, approved Engineering drawings, etc. shall be
available with the Owner/Consultant well in advance of the start of Inspection
and Testing.

g) Owner or his representative shall, after completion of inspection and testing to


their satisfaction, issue factory acceptance certificates to release the
equipment for shipment. No equipment shall be shipped under any
circumstances unless a factory acceptance certificate has been issued
for it, unless agreed otherwise by Owner/Consultant.

6.4.2 TEST CATEGORIES, INSTALLATION, TESTING & COMMISSIONING

a) Test categories

The following tests (in the same sequence) shall be conducted for
acceptance of the equipment and the system before final acceptance of
the system:

• Pre-Factory Acceptance testing


• Factory Acceptance Testing (FAT)
• Integrated Factory Acceptance Testing (IFAT) / System Integration
Testing (SIT)
• Pre-commissioning test (after installation) for total integrated system
• Site Acceptance testing (SAT)
• Trial Run

b) These tests shall be carried out on all equipment supplied by Bidder including
those supplied by sub-Vendors, if any.

c) Bidder shall arrange all necessary test instruments, manpower, test-gear,


accessories, etc.

d) All technical personnel assigned by Bidder shall be fully conversant with the
system specifications and requirements. They shall have the specific
capability to make the system operative quickly and efficiently and shall not
interfere or be interfered by other concurrent testing, construction and

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 88 of 120

commissioning activities in progress. They shall also have the capability to


incorporate any minor modifications/suggestions put forward by
Owner/Consultant.

e) Power supply and any temporary commissioning facility including


communication system required for installation/testing/commissioning of the
telecommunication equipment, shall be arranged by the Bidder.

f) Test Plan

Bidder shall submit to Owner and Consultant `Test Plans' well in advance of
commencement of actual testing in each of the above mentioned test
categories (refer clause a)).

The plans shall include:

• System, Equipment functional and performance description (in short) and


Tests to be conducted and purpose of test.
• Test procedures (including time schedule for the tests) and identification of
test inputs details and desired test results.

g) Test Report

The observations and test results obtained during various tests conducted
shall be compiled and documented to produce Test Reports by Bidder. The
Test Reports shall be given for each equipment/item and system as a whole.
The report shall contain the following information to a minimum:

• Test results
• Comparison of test results with anticipated (as per specifications) test
result as given in test plans and reasons for deviations if any.
• The data furnished shall prove convincingly that:

a) The system meets the Guaranteed performance objectives.

b) Mechanical and Electrical limits were not exceeded.

c) Failure profiles of the equipment during the tests are well within the
specified limits.

h) Failure of Components

Till the system is accepted by the Owner, a log of each and every failure of
components shall be maintained. It shall give the date and time of failure,
description of failed component, circuit, module, component designation, effect
of failure of component on the system/equipment, cause of failure, date and
time of repair, mean time to repair etc. Repair/modification done at any point of
time at one site, shall be carried out by bidder at all the sites. Detailed
documentation for the same shall be submitted to Owner for future reference.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 89 of 120

If the malfunctions and/or failures of a unit/module/sub-system/ equipment


repeat during a test, the test shall be terminated and Bidder shall replace the
necessary component or module to correct the deficiency. Thereafter, the tests
shall commence all over again from the start.

If after the replacement the equipment still fails to meet the specifications,
Bidder shall replace the equipment with a new one and tests shall begin all
over again. If a unit/subsystem/module has failed during the test, the test shall
be suspended and restarted all over again only after the Bidder has placed the
Equipment back into acceptable operation. Owner's approval shall be obtained
for any allowable logistics time required to replace the failed
component/unit/module/sub-system.

i) Readjustments
No adjustments shall be made to any equipment during the acceptance tests.
If satisfactory test results cannot be obtained unless readjustments are made,
Bidder shall carry out only those readjustments needed to ready the
equipment/system for continuance of tests. A log of all such adjustments shall
be kept giving date and time, equipment, module, circuit, adjustments,
reasons, test result before and after adjustment etc. Fresh acceptance tests
shall be conducted after the readjustments have been completed.

6.4.2.1 Factory Acceptance Testing (FAT)

Pre Factory Acceptance Testing shall be conducted by the bidder on his own exactly
in line with approved FAT document and test reports for the same shall be submitted
to Owner/Consultant before start of FAT for review.

Factory Acceptance Testing (FAT)

Factory acceptance tests shall be carried out after review and approval of FAT
procedures / documents as per bid requirements and review of PRE-Factory
acceptance results. Factory Acceptance Testing (only SDH) shall be conducted in
the presence of the Owner/Consultant. The tests shall be carried out on all
equipment/items including those supplied by Sub-Vendors and factory acceptance
certificates shall be issued. The factory tests shall include but not be limited to:

A) Equipment testing:

1. Mechanical checks to the equipment for dimensions, inner and outer supports,
finishing, welds, hinges, terminal boards, connectors, cables, painting etc.
2. Electrical checks including internal wiring, external connections to other
equipment etc.
3. Check for assuring compliance with standards mentioned in the specifications.
4. Individual check on each/module/sub-assembly in accordance with the modes
and diagnostics programs of the bidder.
5. Check on power consumption and heat dissipation characteristics of various
equipment.
6. Environmental testing
7. Functional tests

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 90 of 120

8. Any other test not included in FAT document but relevant to the project as
desired by the Owner/Consultant at the time of factory acceptance testing.

B) Integrated Factory Acceptance Testing (IFAT) / System Integration Testing


(SIT)

Functional and performance test of the complete integrated system, as a


package concerning and connecting all major equipment for this project
(including the equipment supplied by sub-Vendors, as applicable) shall be
conducted.

The SIT/IFAT shall include as a minimum the following:


1) All the new STM-16 equipment integrated along with NMS along with
simulated existing system as per approved SIT configuration.
2) Integration of all above with Clock (of this project)
3) Integration of all above with at least 3 nos. of EPABX (both capacity)
4) Integration of all above with all Video Conferencing End point (both
external & internal MCU)
5) Integration of all above with all CCTVNVRs and 10 PTZ&10 Fixed
cameras
6) Integration of all above as one package

All the above items shall be integrated and tested as per approved SIT/IFAT
procedure.

Notes:

1. Required number of EPABX, clock, Videoconferencing equipment,


CCTV NVR, etc. shall be brought at the STM-16 Optical manufacturing
facilities by Bidder OR AT BIDDER’S FACILITIES for ‘SYSTEM
INTEGRATION TESTING / INTEGRATED FACTORY ACCEPTANCE
TESTING’ (after ‘EQUIPMENT TESTING’ at respective manufacturing
facilities) and then for final transportation to site.

2. Separate testing of Clock, EPABX, Video Conferencing System, and


CCTV NVRs at respective manufacturing locations is required and
internal factory tests results conducted by vendor/bidder shall be
submitted for review before dispatch to bidder’s facility. Refer SIV for
TPI involvement.

3. Vendor to note that the dispatch clearance shall be given for all
equipments& sub items only after satisfactory completion of IFAT as
per the channel plan.

All equipment shall be connected using the same / identical cables


(interfaces/components) as will be used during final installation so that the
system can be tested in its final configuration.

6.4.2.2 Installation and Pre-Commissioning

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 91 of 120

Installation

After successful completion of Integrated Factory Acceptance Testing (IFAT),


equipment shall be sent to site for installation. Equipment without factory
acceptance certificates (EQUIPMENT TESTING AND SYSTEM INTEGRATION
TESTING) shall not be acceptable at site.

Prior to installation, all equipment shall be checked for completeness as per the
specifications of equipment required for a particular station. Installation shall be
carried out in accordance with the installation manuals and approved installation
drawings in the best workmanship.

Bidder shall indicate the number of teams and the list of equipment for each team to
be deployed for installation of the total telecom system in order to complete the work
within the stipulated time frame.

Bidder shall engage installation experts to take up the job of installation of all
equipment at various stations.

Interconnection of various equipment, laying of Telephone, Ethernet, co-axial


cables, etc including supply of these cables, installation of telephone instruments at
various locations in the station premises, laying of unarmoured telephone and
Ethernet cable within the control room building including multi-pair buried telephone
cable & Ethernet cables outside control room within the plant area, earthing of
telecom equipment at all the sites and the Clock antennas, etc, as applicable are all
included in Bidder's scope of work.

Bidder shall bring all installation tools, accessories, special tools, test gears, spares
parts etc., at his own cost as required for the successful completion of the job. A list
of all such items, equipment wise shall be submitted to the Owner/Consultant for
review.

If during installation and commissioning any repairs are undertaken, the


maintenance spares supplied with the equipment shall not be used for the repair.
Bidder shall arrange his own spare parts for such activities till such time the system
has been finally accepted by the Owner. A detailed report & log of all such repairs
shall be made available by the bidder to Owner/Consultant and shall include cause
of faults and repair details, within 2 weeks of fault occurrence.

A detailed time schedule for these activities shall be submitted by Bidder to


Owner/Consultant to enable their representatives to be associated with the job.
Bidder shall include all installation materials required for proper installation of the
equipment. These shall include but not be limited to, all connectors, inter-bay and
inter equipment cables, power supply cables and connectors, power distribution
boxes, anchoring bolts, nuts, screws, washers, main distribution frames, audio
distribution frames, voice frequency cables, junction boxes etc.

The installation of equipment shall be done as to present neat and clean


appearance in accordance with approved installation document drawings. All inter
bay, power supply and other cables shall be routed through wall mounted cable

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 92 of 120

trays. No cable shall be visible. All through wall openings, trenches, etc. shall be
properly sealed to prevent the entry of rodents, insects and foreign materials.

Telecom room of one of the attended & unattended sites shall be made as
model rooms and bidder shall take approval from Owner/Consultant on
various aspects, spacing etc. After taking approval bidder shall take up
installation at other sites in similar fashion.

Pre-Commissioning

On completion of installation of equipment, the correctness and completeness of the


installation as per Manufacturer's manual and approved installation documents shall
be checked by the bidder on his own.

A list of Pre-commissioning tests (same as approved by the Owner/Consultant for


Site Acceptance Testing) and activities shall be prepared by bidder and the tests
shall be carried out by the bidder on his own. After the tests have been conducted to
the Bidder's own satisfaction, the bidder shall provide the test results for review by
Owner/Consultant and then offer the system for Site Acceptance Testing.

During pre-commissioning, if any fault occurs to any equipment or system, bidder


shall identify the same and provide report/history of all faults to the Owner.

During installation and pre-commissioning of the Telecom System, bidder shall


ensure enough number of commissioning spares so that the installation is not held
up because of non-availability of commissioning spares.

6.4.2.3 Site Acceptance Testing (SAT)

On completion of Pre-commissioning, Site acceptance testing shall be conducted on


the system as per the approved SAT procedures and its constituents by the bidder
under the presence of Owner/Consultant.

The tests shall include, but not be limited to the following:

• Checks for proper installation as per the approved installation drawings for each
equipment/item and system as a whole.
• Guaranteed performance specifications of individual equipment/item
• Self diagnostics test on individual equipment
• Tests on metering and alarm panels
• Tests on remote alarm transmission and reception.
• System tests on per hop basis and END TO END for the system, all complete.
• Any other test not included in SAT document but relevant to the project as
desired by the Owner/Consultant at the time of site acceptance testing.

6.4.2.4 Trial Run

As last leg of the site acceptance testing the Bidder shall keep the facilities up for 21
days for `TRIAL RUN'. During this period Bidder shall provide all specialist
Engineers & Technicians including experts at the NMCs to maintain the total log,

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 93 of 120

incidents, failures & for assisting site engineer & for total co-ordination. However,
the normal operation and maintenance of the system shall be performed by the
personnel of the Owner trained for the purpose.

If during `Trial Run' any defect is noted in the system, the Bidder shall rectify,
replace the same to the satisfaction of Owner/Consultant. The decision to repeat
the final test or restart the `Trial' shall be of Owner/Consultant, depending upon the
severity of the defect.

During trial run, if any fault occurs to any equipment or system, bidder shall identify
and rectify the same and provide report, history of all faults to the Owner.

Ideally, during the `Trial Run', no shutdown of the system due to failure of
equipment, power supply etc. should happen. A record of all failures shall be kept
for each manned/unmanned station and the availability of the system on per hop
and End-to-End basis shall be calculated, accordingly and results submitted to
Owner/Consultant.

If the system fails to come up to the guaranteed performance, the Bidder, within a
period of thirty (30) days shall take any and all corrective measures and resubmit
the system for another `Trial Run' of trial period. All modifications, changes,
corrective measures, labour, etc. shall be at the cost of the Bidder. In case the
date of completion for the second trial run exceeds the time schedule for the
project, he shall be liable to pay liquidated damages. If the system fails to reach
the guaranteed performance even after the second trial run, the Owner shall be free
to take any action as he deems fit against the Bidder and to bring the system to the
guaranteed performance with the help of a third party at the expense of the bidder.

6.4.2.5 Final acceptance of the system

Upon successful completion of the `TRIAL RUN', any shortfalls when compared to
the contract shall be made good by the Bidder.

Warranty commences after successful completion of Trial Run.

6.5 TEST INSTRUMENT

1. Test Instruments shall be supplied to following locations:

• Mumbai: 1 Lot
• SV-02: 1 Lot
• Manmad: 1 Lot
• Manglya: 1 Lot
• Kota: 1 Lot
• Piyala: 1 Lot
• Bijwasan: 1 Lot

2. OTDR: 1 No. at each location as mentioned above

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 94 of 120

Optical time domain Reflectometer, at 1310, 1550 & 1625 nm should have a
min dynamic range of 39 dB (1310 nm) & 36 dB (1550 & 1625 nm), ≥4.3”min.
color touch screen with flash memory, ≥ 256000 data points, minimum 4 hrs
battery backup. Shall be ≤ 6 kg weight. Shall be weather & shock resistant.
OTDR shall have two USB ports for transferring file, reports etc., one RJ45
10/100 Mbps Ethernet LAN port.OTDR shall have rechargeable battery.

3. Laser Source (handheld): 1 No. at each location as mentioned above

Power output -8dBm or better with stability of ±0.10 dB over 8 hours, both
1310nm & 1550nm operation. Laser Sourceshall have rechargeable battery.

4. Power meter (hand held): 1 No. at each location as mentioned above

Measurement range –70 to +25dBm with resolution better than .01 dB,
accuracy ± 0.25 dBm, working at 850, 1310, 1550 & 1625 nm.Power
metershall have rechargeable battery.

Laser source and power meter shall be separate units.

5. Fibre optic cleaning kit for cleaning Pig Tail (non – alcoholic): 1 No. at each
location as mentioned above

6. Laser Source for OFC (min. 2km range):1 No. at each location as mentioned
above

6.6 WARRANTY

Warranty for 2 Years to be provided. However, Warranty clauses shall be governed by


the Commercial Section attached with the bid document. Resident Engineer shall be
involved from the start of the Warranty starting period and till completion of CPWMC
period (System handing over to BPCL after successful completion of Trial Run).RE
during Warranty period shall perform Preventive Maintenance, Periodic Maintenance,
Emergency Breakdown services as mentioned in clause 6.9.

Additional configuration (such as CCTV camera configuration, IP phone configuration,


bandwidth reallocation, VLAN creation/modification, EPABX PRI configuration, minor
channeling plan modification etc.) required in the new telecom system shall be carried
out by the vendor during warranty period. No separate payment shall be made for
such jobs.

6.7 SPARES

6.7.1 MANDATORY SPARES:

10 % mandatory spares (SDH,EPABX) shall be provided for all electronic cards (10%
of overall quantity across the Pipeline) with round off at the lower side e.g. overall 15

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 95 of 120

cards installed across pipelines then 1.5 is the 10% hence minimum 1 card shall be
supplied. These spares shall be supplied by the Bidder along with the respective
equipment.

Bidder may utilize these spare modules available with owner if necessary and
available with owner at site, which are part of mandatory spares supplied with system
as per this MR. However if bidder desires, additional spares other than what is
available as mandatory spares may be stored at client premises to meet the schedule
of rectification of fault during emergency/ maintenance. In case any hardware/
software used from owner stock, it shall be replaced by bidder within 7 days with no
cost to owner. Bidder shall maintain a record of all faults during warranty & post
warranty period.

Equipped spare cards/interfaces offered (EDFA booster, EDFA pre amplifier, SFP,
patch cords, zero db connectors, attenuators, POE injector & Back plane of SDH &
any other subsystem if applicable shall also be considered in mandatory spares.) for
SDH & EPABX equipment shall also be taken into accounting & considered during
calculation of mandatory spares.

The above spares are not applicable for motherboard, Telephones & Laptops. 100%
spares shall be provided for consumable e.g. fuses, lamps, plugs, clamps.

Spares shall be provided from the same manufacturing facilities/location from where
the respective equipment, subsystems are offered.

Bidder to provide unit rate of each card as offered in mandatory spares. A list of
Mandatory Spares as per above clause are to be furnished.

Mandatory spare shall also include all software license CDs/ Dongle etc.

Mandatory Spares (as per MR specification) shall also include the following:
• Analog Phones: 30 nos.
• 8 Port Switch: 10 nos.
• 48 Port Switch: 5 nos.
• Media Convertor: 10 nos.
• White LED illuminator: 10 nos.
• -48 V DC/ 24 V DC/ 12 V DC Convertor for CCTV: 10 nos.
• VCE equipment (inbuilt 5 sites): 1 no.

The cost of mandatory spares shall be loaded uniformly in respective


equipment line items & no separate payment shall be done for Mandatory
spares.

6.7.2 RECOMMENDED VENDOR SPARES FOR TWO YEARS OPERATION &


MAINTENANCE (This value shall not be considered for price evaluation criteria):

Biddershall attach a list of 2 years operation & maintenance spares along with the unit
rates on respective sub Bidders letterheads, which would be necessary for 2 years
trouble free operation and maintenance of the system. Owner shall be free to select
the items of spares and the quantity at the time of award of contract or during the

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 96 of 120

execution of the project before completion of warranty. The quantity of spares


intended for procurement, is what would be necessary for two years' trouble free
maintenance of the system.

Spares shall be provided from the same manufacturing facilities/location from where
the respective equipment, subsystems are offered. Unit rates for each spares required
for operation and maintenance shall be provided.

Biddershall provide the address, contact person, fax, and telephone number of the
manufacturer of the spare parts. The Bidder shall warrant that spare parts for the
system would be available for minimum of 10 years after warranty period after system
commissioning (taking over). After this period if the Bidder discontinues the production
of spare parts, then he shall give at least 24 months notice prior to such
discontinuation so that Owner may order the requirements of spares in one lot.

6.7.3 COMMISSIONING SPARES AND CONSUMABLES:

Bidder shall provide all the commissioning spares and consumables mandatorily as
part of Lumpsum quote. It is Bidder’s responsibility to ensure the adequacy &
completeness of the commissioning spares & consumables and supply the spares &
consumables as required during the commissioning period.

The spares & consumables shall be arranged by the Bidder to cater to the
requirement during installation, pre-commissioning, Site Acceptance testing, trial-run
and commissioning. It shall be obligatory on the part of Telecom System Bidder to
modify/ upgrade, rectify any hardware problems in the system or replace any
hardware component in the supplied equipments during installation and
commissioning and operation & maintenance of the Telecom system. The spares and
consumables shall be readily available with the Bidder and Bidder shall built-up the
cost for commissioning spares & consumables required for complete telecom system
as part of initial bid itself and no separate list of these spares is required to be
provided as part of their proposal.

The consumables during installation & commissioning shall be adequate and


complete, and shall include as a minimum DVDs, CDs, DATs, paper, ink, ribbons,
print heads, cartridges, fuses, plugs, clamps, lamps etc. as required for the telecom
equipments, printers, color printer, workstations, servers etc.

6.7.4 WARRANTY/CPWMC SPARES

Bidder shall provide all the warrantee spares as required within the warrantee
&CPWMC clauses. It is bidder’s responsibility to ensure the adequacy &
completeness of the warrantee spares and supply the spares as required during the
warrantee & 5 years CPWMC period. It shall be obligatory on the part of Telecom
Bidder to modify/ upgrade, rectify any hardware problems in the system or replace
any hardware component in the supplied equipments during installation and
commissioning and operation & maintenance of the Telecom system, within the
Warrantee &CPWMC period.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 97 of 120

No separate list of warrantee/CPWMC spares is required to be provided.

6.8 LEASED LINE

Bidder shall provide one data as well as voice link (leased line of 20 Mbps) between
Mumbai Control building &Kota Control building & Kota Control Building to Bijwasan
Control Building each. Bidder shall take this links through a service provider and
provide to the Owner end to end solution including obtaining necessary statutory
permissions, as applicable, all complete.

Bidder shall provide options (minimum 3) of all the service providers (available in
Mumbai, Kota and Bijwasan region) with availability factor (99.95% or better) and
error rate after award of work. BPCL/EIL reserves the right to select the leased line
vendor best suited.

Bidder shall be one point contact for all works including installation, testing,
maintenance, etc. (including the actual usage charges) for the above link till the
end of warranty period & CPWMC period for the complete telecom system.

Bidder shall pay actual usage charges for the link, directly to Service provider. All
necessary arrangement & formalities, (including all communication with the service
provider, etc) to provide the end solution shall be Bidder’s responsibility. Owner’s
responsibility shall be limited to issue of necessary request letters seeking permission,
as required.

The vendor shall provide and commission leased lease line with all necessary
hardware & software supply. The vender shall supply, install and commission the
equipment required for provisioning of the required link Vendor shall submit
architecture design of link built-up.

The Vendor shall provide daily uptime/downtime reports of the new lease lines
through Resident Engineers placed at Mumbai & Kota. The report shall be
summarized for each quarter & provide to BPCL for their review& based on same
penalty to be deducted.

The link is preferred to be built on terrestrial media e.g. OFC/Copper with Ethernet
drop to BPCL office for connectivity. The scope of work shall include onetime
installation and commissioning of the links at the above locations. Any
maintenance/replacement of any equipment/hardware pertaining to the same shall be
completely taken care by the vendor.

SPECIAL CONDITIONS:

a. The Service Provider shall provide the lease line connectivity at all the time (24 x
7 x 365). Network Availability (uptime): More than 99.5 % per month. Full
Bandwidth without any compression factor through Leased Line.
b. The vendor (Internet Service Provider) must have a valid class ‘A’ category
license from Government of India.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 98 of 120

c. The vendor should have adequate bandwidth at the backend to provide the
service.
d. Local peering within India with at least (1) other ISP.
e. The vendor should have solution for future scalability of bandwidth.
f. Vendor shall configure the new IP addresses and gateways on the router.
g. All supplied equipment &software shall be maintained by vendor, on-site for the
entire period of contract. No charges shall be separately payable by BPCL. The
vendor shall include all incidental costs for upkeep of equipment and license fee,
if any in their contract.
h. If the vendor fails to supply the required quantity or if the quality of items supplied
is found to be unsatisfactory or bad, BPCL shall have the right to procure the
same from elsewhere and extra cost incurred would be recovered from the
vendor.
i. Reports for performance, monitoring / usage to be submitted by the vendor along
with quarterly bill or as per requirement of BPCL.
j. Vendor shall be responsible for any omission/deletion of any component and no
additional cost shall be paid to vendor by BPCL towards the same. Such
component /accessories shall be provided by vendor at his cost.

Downtime Calculation

 Downtime shall be calculated as (Total Time – Down Time) X 100 /Total Time.
Deduction in payment will be made for downtime.

 The response time for attending the faults shall be 1 hour after they are reported to
the vendor. The vendor shall rectify the faults within 04 hours failing which; the vendor
shall arrange temporary replacements. The services shall be provided 24 X 7 days in
a week.

 Downtime penalty in % of payment for Leased Line Service Provider:

Sr. No. Downtime Penalty in % on invoice of


lease line service provider
1 < = 0.5 % 0
2 >0.5 % but <=1 % 10
3 >1 % but <=1.5 % 20
4 >1.5 % but <=2 % 30
5 >2 % but <=5 % 50
6 >5 % but <=10 % 70
7 >10 % 100

 Bidder shall deduct above amount from running bill of lease line service provider &
same shall be recovered by BPCL from the PBG during warranty period & from
CPWMC charges of the bidder during post warranty period. Bidder to provide details
of payments done to the lease line service provider along with downtime calculations
for BPCL review.

 Downtime due to the following situations shall not be considered for the purpose of
penalty:

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 99 of 120

 Link down due to power failure / or any situation which are beyond the control of
service provider.
 Due to schedule maintenance by the Service Provider, with prior approval of BPCL.
 The bit error rate for this point to point circuit should be minimum 10--6 and better.
 Vendor should conduct site survey at both the locations to understand the
requirement.
 Vendor should provide link on routers on V.35/Ethernet port.
 Vendor should have operating licenses at these places. BPCL will not procure any
license for this. Vendor should ensure link/ping works from router port to router port
between the two end BPCL locations. 24 Hours * 7 days helpdesk facility should be
available and escalation matrices for service support team has to be provided.
 Recurring and Fixed Charges are to be included in the Leased Line.
 The rates quoted should be in line with the rates of TRAI. In case of downward
revision of rates by TRAI, the same should be passed on to BPCL.

6.9 COMPREHENSIVE POST WARRANT MAINTENANACE CONTRACT (CPWMC)

a) Bidder shall include proposal at the time of bid for providing post warranty
maintenance along with deployment of a Resident Engineer stationed MUMBAI &
KOTA (i.e. 1 RE in Mumbai and 1 RE in Kota) for the entire period of CPWMC and
during warranty period and provide the total i.e. comprehensive maintenance of the
Telecommunication system and its sub-systems which are part of this MR including
Warranty period.

Additional configuration (such as CCTV camera configuration, IP phone configuration,


bandwidth reallocation, VLAN creation/modification, EPABX PRI configuration, minor
channeling plan modification etc.) required in the new telecom system shall be carried
out by the vendor during CPWMC period. No separate payment shall be made for
such jobs.

Personnel (resident Engineer) deployed shall have thorough knowledge of the


system. During Warranty & CPWMC period, the Resident Engineer shall be located
at MUMBAI & KOTA to take care of the entire pipeline for daily monitoring of the
system functionality, troubleshooting, during week days (i.e. from Monday to Friday).
During weekly off (i.e. Saturday, Sunday) or holidays, bidder has to provide service
support through over phone for minor issues and if any major issues, need to visit the
site location for the restoration of the system.

b) The proposal shall include supply of maintenance spares, tools and tackle as
required; travel, boarding & lodging of service engineer. The bid shall be made year
wise upto 5 years and the price validity shall be available for the entire period of
contract.

c) In the event of any malfunction of the system hardware/ system software, experienced
service engineer shall be made available at site within 24 hours on the receipt of such
information from owner.

d) Owner personnel will work on system day to day basis and wherever possible, owner
shall inform the type of failure of hardware/ software to Bidder based on diagnostic

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 100 of 120

available with the system. However bidder shall be fully responsible to attend and
rectify the root cause and the failure at the shortest possible time.

e) Bidder may utilize the spare modules available with owner if necessary and available
with owner at site, which are part of mandatory spares supplied with system as per
this MR. However if bidder desires, additional spares other than what is available as
mandatory spares may be stored at client premises to meet the schedule of
rectification of fault during emergency/ maintenance.

f) In case any hardware/ software used from owner stock, it shall be replaced by bidder
within 7 days with no cost to owner. Bidder shall maintain a record of all faults during
post warranty period.

g) The service under Comprehensive Post Warranty Maintenance Agreement, including


supply of spare parts and services, shall broadly comprise of:

(i) Preventive Maintenance


(ii) Periodic Maintenance
(iii) Emergency Service
(iv) Software Support

• Preventive Maintenance

Half yearly Preventive maintenance shall be carried out during warranty period
also as per CPWMC clause for SDH, EPABX, CCTV, NVR& VCS system.
Client will inform the bidder one month in advance for dates. Preventive
maintenance shall involve complete overhaul of the system, inspection of
hardware and software, fault prediction, inspection of power supply quality,
environmental operating condition checks, calibration checks, major repairs/
replacements, replacement of cards and accessories because of expected
ageing failure and detailed reporting, manual cleaning of each card and
cabinet filters. HOP testing for live & dark Optical Fibers except for PCMS
sensor fibers shall be carried out once in a year during any of the preventive
maintenance visit. This visit is in addition to visit required for periodic
maintenance.

• Periodic Maintenance:

Site visits, minimum two (2) times in a year (total days expected 25 in a year),
schedule of visits to be discussed and finalized jointly between bidder and
client after placement of order/ delivery. It shall include inspection of general
healthiness of the system, study and advice on daily maintenance, inspection
of H/W & S/W, if any problem is reported, running of test programs, on-line
servicing and solving reported problems. Checks shall be conducted on
running system i.e. (a) On-line sub-system (b) Power supply checks (c) LED
(d) Printer.

Cleaning of cabinet filters, minor modification / addition related to system


configuration/ data base. Bidder shall take backup in 2 copies of last updated
software also.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 101 of 120

• Emergency Service:

In the event of any malfunction of the Telecom system & other subsystems
(EPABX, CCTV, VCS, and NVR) hardware/system software during this period,
Service Engineer must report at site within 24 hours of report of failure, with
necessary spares. The system must be brought back within 24 hours after
reporting at site.

Note:

1. Bidder to note that while carrying out the Post Warranty Maintenance Contract
activities, BPCL engineers shall be associated. On-job training of these
associated engineers shall be covered under this scope.

2. This shall include all items being supplied by bidder, including any bought out
items but not limited to the following:

(i) Labor and materials, at no additional cost, to repair any system devices
including STM-16, CCTV system Cameras & NVR, EPABX, VCE, and
related equipment, network devices, printers procured under this bid.

(ii) Labor and materials, at no additional cost, to provide tests and


adjustment to system devices including printers.

(iii) Regular checkups to ensure that a correct procedure is established for


data base backup and archiving.

(iv) Periodic Maintenance visits shall be done separately apart from


Preventive Maintenance so that every station is visited in each quarter
e.g If Preventive maintenance is carried out in January then Periodic
maintenance shall be carried out in April & so on.

• Software Maintenance/ Support:

Bidder to maintain the existing operating & application software to improve


upon performance of the system. Software modification and up gradation, as &
when required, shall also be covered under this scope at no extra cost.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 102 of 120

Annexure-I

(INDICATIVE MTO)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 103 of 120

EXISTING STATION SDH NEW


NEW LEAS
Sl. NAME SDH IP Analog Ex CCTV CCTV
(STM VCS CLOCK EPABX CCTV ED
No (with OFC Length in NMS Phones Phones Proof NVR (FIXE
-16) (PTZ) LINE
km) Phones D)

1
1 3
External 1 20 MDT
Type C MDT
1 MCU Primary
1. MUMBAI (0.0) 1
(Server) 3 (Cesium
1 1 5 5 L1
With 35 35
Inbuilt Clock)
NMS ADMIN ADMIN
MCU
2. SV-1 (11.8) 1 - - - - 3 - - - - -

3. SV-2 (30.1) 1 - - - - 2 - - - - -

4. SV-4 (42.81) 1 - - - - 2 - - - - -

5. SV-5 (71.7) 1 - - - - 2 - - - - -

6. SV-6 (96.9) 1 - - - - 2 - - - - -
1
7. WASHALA (123.5) 1 - 1 -
Type B
6 3 1 1 3 4 -

8. SV-7 (197.5) 1 - - - - 2 - - - - -

9. SV-8 (211.6) 1 - - - - 2 - - - - -

10. SV-10 (239.6) 1 - - - - 2 - - - - -

11. SV-11 (259.7) 1 - - - - 2 - - - - -

12. SV-12 (280.5) 1 - - - - 2 - - - - -

13. SV-13 (286.9) 1 - - - - 2 - - - - -

14. SV-14 (309.4) 1 - - - - 2 - - - - -


1
15. MANMAD (335.8) 1 - 1 -
Type A
10 3 2 1 5 5 -

16. SV-15 (364.5) 1 - - - - 3 - - - - -

17. SV-16 (366.46) 1 - - - - 3 - - - - -

18. SV-17 (392.02) 1 - - - - 3 - - - - -

19. SV-18 (419.45) 1 - - - - 3 - - - - -

JAVKHEDA(IP-1)
20. 1 - - - - 3 - - - - -
(450.57)
21. SV-19 (474.57) 1 - - - - 3 - - - - -

22. SV-20 (476.67) 1 - - - - 3 - - - - -


1
23. SANGHVI (502.81) 1 - 1 -
Type B
10 6 1 1 2 3 -

24. SV-21 (509.16) 1 - - - - 3 - - - - -

25. IP-2 JULWANIA 1 - - - - 3 - - - - -

26. SV-23 (560.46) 1 - - - - 3 - - - - -

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 104 of 120

EXISTING STATION SDH NEW


NEW LEAS
Sl. NAME SDH IP Analog Ex CCTV CCTV
(STM VCS CLOCK EPABX CCTV ED
No (with OFC Length in NMS Phones Phones Proof NVR (FIXE
-16) (PTZ) LINE
km) Phones D)

27. SV-24 (584.26) 1 - - - - 3 - - - - -

28. SV-25 (586.38) 1 - - - - 3 - - - - -


1
29. GUJRI (609.80) 1 - 1 -
Type B
7 4 1 1 4 4 -

30. SV-27 (624.30) 1 - - - - 3 - - - - -

31. SV-28 (650.70) 1 - - - - 3 - - - - -


MANGLYA 1 1
32. 1 1 - 20 8 1 1 3 3 -
(677.10) (Client) Type A

33. SV-29 (692.70) 1 - - - - 3 - - 1 - -

34. SV-30 (724.80) 1 - - - - 3 - - 1 - -

35. SV-31 (772.40) 1 - - - - 3 - - 1 - -

36. SV-32 (807.50) 1 - - - - 3 - - 1 - -

SHERPUR IP-1
37. 1 - - - - 3 - 1 - 1 1 -
(850.90)
38. SV-33 (888.80) 1 - - - - 3 - - 1 - -

39. SV-34 (929.60) 1 - - - - 3 - - 1 - -

40. SV-35 (964.51) 1 - - - - 3 - - 1 - -


1 L1
1 1
41. KOTA (985.31) 1
(Server)
Externa -
Type A
20 12 1 1 4 4
l MCU L2

42. SV-36 (994.56) 1 - - - - 3 - - 1 - -

43. SV-37 (998.31) 1 - - - - 3 - - 1 - -

44. SV-38 (1038.31) 1 - - - - 3 - - 1 - -

45. SV-39 (1078.31) 1 - - - - 3 - - 1 - -

46. SV-40 (1118) 1 - - - - 3 - - 1 - -


MALARNA (IPS) 1
47. 1 - 1 - 10 8 1 1 3 3 -
(1126.5) Type B

48. SV-41 (1159.1) 1 - - - - 3 - - 1 - -

49. SV-42 (1193.7) 1 - - - - 3 - - 1 - -

KARWADI (IP-4)
50. 1 - - - - 3 - 1 - 2 1 -
(1221)
51. SV-43 (1258) 1 - - - - 3 - - 1 - -

BHARATPUR (IPS) 1
52. 1 - 1 - 10 8 1 1 3 2 -
(1289.2) Type A
MATHURA (TOP) 1
53. 1 - 1 - 10 5 1 1 4 3 -
(1311.6) Type B

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 105 of 120

EXISTING STATION SDH NEW


NEW LEAS
Sl. NAME SDH IP Analog Ex CCTV CCTV
(STM VCS CLOCK EPABX CCTV ED
No (with OFC Length in NMS Phones Phones Proof NVR (FIXE
-16) (PTZ) LINE
km) Phones D)

54. SV-45 (1351.1) 1 - - - - 3 - - 1 - -

55. SV-46 (1392.6) 1 - - - - 3 - - 1 - -


1 1
56. PIYALA (1431.3) 1
(Client)
1 -
Type A
20 10 1 1 5 4 -

57. SV-47 (1453.1) 1 - - - - 3 - - 1 - -


1
1
BIJWASAN Secondary 1
58. 1 - Externa 20 7 1 1 4 4 L2
(1491.4) l MCU
(GPS Type A
Clock)
1 1
59. BINA 1
(Client)
1 -
Type C
20 3 1 1 4 4 -

60. BK_SV-1 (10.6) 1 - - - - 3 - - 1 - -

61. BK_SV-2 (40) 1 - - - - 3 - - 1 - -

62. BK_SV-3 (71.6) 1 - - - - 3 - - 1 - -

63. BK_SV-4 (101.8) 1 - - - - 3 - - 1 - -


BK_IP-1 GUNA
64. 1 - - - - 3 1 1 - 1 1 -
(131.8)
65. BK_SV-5 (170) 1 - - - - 3 - - 1 - -

66. BK_SV-6 (198) 1 - - - - 3 - - 1 - -

67. BK_SV-7 (228) 1 - - - - 3 - - 1 - -


Additional 3 nos.
68. of SDH nodes for 3 - - - - 6 - - 3 3 -
new SV-2,3 & 4

TOTAL 70 5 16 2 13 375 116 17 13 83 54 2

Note :

L1 (Lease Lines):Mumbai to Kota (20 Mbps).


L2 (Lease Lines): Kota to Bijwasan (20 Mbps).

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 106 of 120

Annexure –II

(VCS & CCTV LED Details)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 107 of 120

VCS SCREEN CCTV SCREEN


SL NO LOCATION (LED Industrial Grade) (LED Industrial Grade)
55" 65" 55" 65"

1. MUMBAI (MDT) 2 1 1 1

2. WASHALA 1 - 1

3. MANMAD - - 1

4. SANGHVI 2 -

5. GUJRI 2 1

6. MANGLYA 1 1

7. KOTA IP-02 1 1

8. MALARNA 1

9. BHARATPUR 1

10. MATHURA 1

11. PIYALA 1 1

12. BINA 1 - 1

13. BIJWASAN 1

TOTAL 11 1 12 1

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 108 of 120

Annexure –III

Existing CCTV Camera details

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 109 of 120

Existing Fixed IP

Existing PTZ IP

Camera ONVIF
Chainage
Category
Location

support
Section
S. No.

CCTV

CCTV
Make

Make
Manned Pelco
1 Mumbai 0 0 Pelco IXPS1 2
Location SD4E29
Pelco
2 SV-1 SV 6.28 1 Pelco IXPS1 1
SD4E29
Pelco
3 SV-2 SV 22 1 Pelco IXPS1 1
SD4E29
Pelco
4 SV-3 SV 0 1 Pelco IXPS1 1
SD4E29
Pelco
5 SV-4 SV 33.8 1 Pelco IXPS1 1
SD4E29
Pelco
6 SV-5 SV 60.4 1 Pelco IXPS1 1
SD4E29
Pelco
Mumbai-Manmad

7 SV-6 SV 84.3 1 Pelco IXPS1 1


SD4E29
Manned
8 Washala 109.2
Location
Pelco
9 SV-7 SV 121 1 Pelco IXPS1 1
SD4E29
Pelco
10 SV-8 SV 133.9 1 Pelco IXPS1 1
SD4E29
Pelco
11 SV-10 SV 160.6 1 Pelco IXPS1 1 YES
SD4E29
Pelco
12 SV-11 SV 179 1 Pelco IXPS1 1
SD4E29
Pelco
13 SV-12 SV 199 1 Pelco IXPS1 1
SD4E29
Pelco
14 SV-13 SV 204 1 Pelco IXPS1 1
SD4E29
Pelco
15 SV-14 SV 226.3 1 Pelco IXPS1 1
SD4E29
Manned
16 Manmad 251.1 0 0
Location
17 SV-15 SV 279.6 2 Pelco IXPS1 0 -
18 SV-16 SV 280.8 2 Pelco IXPS1 0 -
19 SV-17 SV 307.3 2 Pelco IXPS1 0 -
20 SV-18 SV 332.7 2 Pelco IXPS1 0 -
Manmad- Mangliya

21 Javkheda IP / Unmanned 358.5 2 Pelco IXPS1 0 -


22 SV-19 SV 381.9 2 Pelco IXPS1 0 -
23 SV-20 SV 383.8 2 Pelco IXPS1 0 -
Manned
24 Sanghvi 406 0 5 Axis NO
Location
25 SV-21 SV 414.3 2 Pelco IXPS1 0
26 Julwania IP / Unmanned 464.2 2 Pelco IXPS1 0
27 SV-23 SV 482 2 Pelco IXPS1 0 YES
28 SV-24 SV 505.1 2 Pelco IXPS1 0
29 SV-25 SV 507.2 2 Pelco IXPS1 0

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 110 of 120

Manned Godrej
30 Gujri 530 0 - 2 NO
Location NX599
31 SV-27 SV 558.2 2 Pelco IXPS1 0 -
YES
32 SV-28 SV 584.4 2 Pelco IXPS1 0 -
Manned Axis
33 Mangliya 610 0 - 4 NO
Location P5522E
Pelco
34 SV-29 SV 624.36 1 Axis 221 1
SD4E29
Pelco
35 SV-30 SV 658.3 1 Axis 221 1
SD4E29
Pelco
36 SV-31 SV 685 1 Axis 221 1
Mangliya-Kota

SD4E29
Pelco
37 SV-32 SV 718.8 1 Axis 221 1 YES
SD4E29
(For
Pelco
38 Sherpur IP / Unmanned 759.94 1 Axis 221 1 pelco)
SD4E29
Pelco
39 SV-33 SV 795.58 1 Axis 221 1
SD4E29
Pelco
40 SV-34 SV 834.68 1 Axis 221 1
SD4E29
Pelco
41 SV-35 SV 868.42 1 Axis 221 1
SD4E29
Manned NO (for
42 Kota 887.77 1 Axis 221 1 Axis 232D+
Location Axis)
Pelco
43 SV-36 SV 987.52 1 Axis 221 1
SD4E29
Pelco
44 SV-37 SV 903.35 1 Axis 221 1
SD4E29
YES
Pelco
45 SV-38 SV 943.44 1 Axis 221 1 (For
SD4E29
pelco)
Pelco
46 SV-39 SV 984.34 1 Axis 221 1
SD4E29 NO (for
Pelco Axis
Kota-Mathura

47 SV-40 SV 1023.5 1 Axis 221 1


SD4E29 221)
Manned NO (for
48 Malarna 1029.8 0 - 4 Axis Q6032
Location Axis)
Pelco
49 SV-41 SV 1064.1 1 Axis 221 1
SD4E29
Pelco
50 SV-42 SV 1100.1 1 Axis 221 1 YES
SD4E29
(For
Pelco
51 Karwadi IP / Unmanned 1129.8 1 Axis 221 1 pelco)
SD4E29
Pelco
52 SV-43 SV 1162 1 Axis 221 1
SD4E29
Manned NO (for
53 Bharatpur 1192 1 Axis 221 4 Axis Q6032
Location Axis)
YES
Pelco
(For
Manned SD4E29 /
54 Mathura 1212 1 Axis 221 2 pelco)
Location Axis
NO (for
P5522E
Mathura-Bijwasan

Axis)
Pelco
55 SV-45 SV 1254 1 Axis 221 1
SD4E29
Pelco
56 SV-46 SV 1292 1 Axis 221 1 YES
SD4E29
(For
Manned
57 Piyala 1331 1 Axis 221 0 - pelco)
Location
Pelco
58 SV-47 SV 1354 1 Axis 221 1
SD4E29

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 111 of 120

Manned Pelco
59 Bijwasan 1389 1 Axis 221 1
Location SD4E29
Manned NO (for
60 Bina 0 0 - 2 Axis 232D+
Location Axis)
Pelco
61 BKSV1 SV 10.6 1 Axis 221 1
SD4E29
Pelco
62 BKSV2 SV 40 1 Axis 221 1
SD4E29
Pelco
63 BKSV3 SV 78 1 Axis 221 1
SD4E29
Pelco
BKPL

64 BKSV4 SV 106 1 Axis 221 1 YES


SD4E29
(For
Pelco
65 BKIP1 IP / Unmanned 131 1 Axis 221 1 pelco)
SD4E29
Pelco
66 BKSV5 SV 170.4 1 Axis 221 1
SD4E29
Pelco
67 BKSV6 SV 199.07 1 Axis 221 1
SD4E29
Pelco
68 BKSV7 SV 228.49 1 Axis 221 1
SD4E29
No. of Sites 74 68

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 112 of 120

ANNEXURE-IV

(Indicative list of Installation Materials for CCTV)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 113 of 120

Indicative list of installation materials for CCTV


Armoure White
Locati d Data Power Light
DC-DC Junctio Media HDPE
on Fixed PTZ Cable in supply Illumi Po
NVR POE Conve n Box Convert Condu
(State Camera Camera Mtr cable nator le
rtor JB or it
wise) (For (Mtr) (in
CCTV) Nos.)

MH 4 18 20 32 27 3645 4390 78 7 14 9 1425

MP 3 21 12 26 18 3645 3795 57 6 12 9 1090

RJ 3 28 11 22 19 3665 3390 62 7 14 6 1260

UP 1 5 3 7 2 3685 270 12 0 0 1 100

HR 1 7 4 9 3 3735 1130 14 4 8 4 1400

DL 1 4 4 8 1 3785 130 10 0 0 0 100

Total 13 83 54 104 70 22160 13105 233 24 48 29 5375

MH: Maharashtra
MP: Madhya Pradesh
RJ: Rajasthan
UP: Uttar Pradesh
HR: Haryana
DL: Delhi

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 114 of 120

ANNEXURE-V

(Indicative list of CAT6 cable requirement for IP Phones)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 115 of 120

IP PHONE
CAT-6
SR NO LOCATION IP PHONE (Telecom State
Cable
Room)
MMBPL Rerouting
1 2 0 50
SV-2 Maharashtra
MMBPL Rerouting
2 2 0 50
SV-3 Maharashtra
MMBPL Rerouting
3 2 0 50
SV-4 Maharashtra
4 MUMBAI (MDT) 20 0 1250 Maharashtra
5 MUMBAI (ADMIN) 35 0 - Maharashtra
6 SV01 2 1 75 Maharashtra
7 SV02 2 0 50 Maharashtra
8 SV04 2 0 50 Maharashtra
9 SV05 2 0 50 Maharashtra
10 SV06 2 0 50 Maharashtra
11 WASHALA 6 0 480 Maharashtra
12 SV07 2 0 50 Maharashtra
13 SV08 2 0 50 Maharashtra
14 SV10 2 0 50 Maharashtra
15 SV11 2 0 50 Maharashtra
16 SV12 2 0 50 Maharashtra
17 SV13 2 0 50 Maharashtra
18 SV14 2 0 50 Maharashtra
19 MANMAD 10 0 600 Maharashtra
20 SV15 2 1 75 Maharashtra
21 SV16 2 1 75 Maharashtra
22 SV17 2 1 75 Maharashtra
23 SV18 2 1 75 Maharashtra
24 IP-JAVKHEDA 2 1 75 Maharashtra
25 SV19 2 1 75 Maharashtra
26 SV20 2 1 75 Maharashtra
27 SANGHVI 10 0 650 Maharashtra
28 SV21 2 1 75 Maharashtra
29 Julwania 2 1 75 Madhya Pradesh
30 SV23 2 1 75 Madhya Pradesh
SR NO LOCATION IP PHONE IP PHONE CAT-6 State

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 116 of 120

(Telecom Cable
Room)
31 SV24 2 1 75 Madhya Pradesh
32 SV25 2 1 75 Madhya Pradesh
33 GUJRI 7 0 650 Madhya Pradesh
34 SV27 2 1 75 Madhya Pradesh
35 SV28 2 1 75 Madhya Pradesh
36 MANGLYA 20 0 1100 Madhya Pradesh
37 SV29 2 1 75 Madhya Pradesh
38 SV30 2 1 75 Madhya Pradesh
39 SV31 2 1 75 Madhya Pradesh
40 SV32 2 1 75 Madhya Pradesh
41 SHERPUR IP-1 2 1 75 Rajasthan
42 SV33 2 1 75 Rajasthan
43 SV34 2 1 75 Rajasthan
44 SV35 2 1 75 Rajasthan
45 KOTA IP-02 20 0 1200 Rajasthan
46 SV36 2 1 75 Rajasthan
47 SV37 2 1 75 Rajasthan
48 SV38 2 1 75 Rajasthan
49 SV39 2 1 75 Rajasthan
50 SV40 2 1 75 Rajasthan
51 MALARNA IP-03 10 0 700 Rajasthan
52 SV41 2 1 75 Rajasthan
53 SV42 2 1 75 Rajasthan
54 KARWADI IP-04 2 1 75 Rajasthan
55 SV43 2 1 75 Rajasthan
56 BHARATPUR SV44 10 0 500 Rajasthan
57 MATHURA IP-05 10 0 700 Uttar Pradesh
58 SV45 2 1 75 Uttar Pradesh
59 SV46 2 1 75 Haryana
60 PIYALA 20 0 1400 Haryana
61 SV47 2 1 75 Haryana
62 BIJWASAN 20 0 1200 New Delhi
63 BINA 20 0 1200 Madhya Pradesh
64 BK SV01 2 1 75 Madhya Pradesh
65 BK SV02 2 1 75 Madhya Pradesh
66 BK SV03 2 1 75 Madhya Pradesh
SR NO LOCATION IP PHONE IP PHONE CAT-6 State

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 117 of 120

(Telecom Cable
Room)
67 BK SV04 2 1 75 Madhya Pradesh
68 BK GUNA IP-01 2 1 75 Madhya Pradesh
69 BK SV05 2 1 75 Rajasthan
70 BK SV06 2 1 75 Rajasthan
71 BK SV07 2 1 75 Rajasthan
TOTAL 332 43 15555

Indicative list of CAT6 cable requirement for IP Phones


IP PHONE
Location IP Total IP Total Unarmoured
(Telecom
(State wise) PHONE Handsets Cat-6 Cable
Room)
Maharashtra 127 9 136 4355
Madhya Pradesh 77 15 92 4075
Rajasthan 72 16 88 3600
Uttar Pradesh 12 1 13 775
Haryana 24 2 26 1475
Delhi 20 0 20 1275
Total 332 43 375 15555

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 118 of 120

ANNEXURE-VI

(Ethernet Switch Details)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 119 of 120

Sl. EXISTING STATION NAME 48 port 8 port State


No (with OFC Length in km) Ethernet Ethernet
switch switch
1. MMBPL Rerouting SV-2 1 Maharashtra
2. MMBPL Rerouting SV-3 1 Maharashtra
3. MMBPL Rerouting SV-4 1 Maharashtra
4. MUMBAI (0.0) 1 Maharashtra
5. SV-1 (11.8) 1 Maharashtra
6. SV-2 (30.1) 1 Maharashtra
7. SV-4 (42.81) 1 Maharashtra
8. SV-5 (71.7) 1 Maharashtra
9. SV-6 (96.9) 1 Maharashtra
10. WASHALA (123.5) 1 Maharashtra
11. SV-7 (197.5) 1 Maharashtra
12. SV-8 (211.6) 1 Maharashtra
13. SV-10 (239.6) 1 Maharashtra
14. SV-11 (259.7) 1 Maharashtra
15. SV-12 (280.5) 1 Maharashtra
16. SV-13 (286.9) 1 Maharashtra
17. SV-14 (309.4) 1 Maharashtra
18. MANMAD (335.8) 1 Maharashtra
19. SV-15 (364.5) 1 Maharashtra
20. SV-16 (366.46) 1 Maharashtra
21. SV-17 (392.02) 1 Maharashtra
22. SV-18 (419.45) 1 Maharashtra
23. JAVKHEDA(IP-1) (450.57) 1 Maharashtra
24. SV-19 (474.57) 1 Maharashtra
25. SV-20 (476.67) 1 Maharashtra
26. SANGHVI (502.81) 1 Maharashtra
27. SV-21 (509.16) 1 Maharashtra
28. IP-2 JULWANIA 1 Madhya Pradesh
29. SV-23 (560.46) 1 Madhya Pradesh
30. SV-24 (584.26) 1 Madhya Pradesh
31. SV-25 (586.38) 1 Madhya Pradesh
32. GUJRI (609.80) 1 Madhya Pradesh
33. SV-27 (624.30) 1 Madhya Pradesh
34. SV-28 (650.70) 1 Madhya Pradesh
35. MANGLYA (677.10) 1 Madhya Pradesh
36. SV-29 (692.70) 1 Madhya Pradesh
37. SV-30 (724.80) 1 Madhya Pradesh
38. SV-31 (772.40) 1 Madhya Pradesh
39. SV-32 (807.50) 1 Madhya Pradesh
40. SHERPUR IP-1 (850.90) 1 Rajasthan
Sl. EXISTING STATION NAME 48 port 8 port State
No (with OFC Length in km) Ethernet Ethernet

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TELECOMMUNICATION DOCUMENT No.
SYSTEM FOR B049-000-16-51-SP90
MMBPL& BKPL Rev. D
UPGRADATION PROJECT Page 120 of 120

switch switch
41. SV-33 (888.80) 1 Rajasthan
42. SV-34 (929.60) 1 Rajasthan
43. SV-35 (964.51) 1 Rajasthan
44. KOTA (985.31) 1 Rajasthan
45. SV-36 (994.56) 1 Rajasthan
46. SV-37 (998.31) 1 Rajasthan
47. SV-38 (1038.31) 1 Rajasthan
48. SV-39 (1078.31) 1 Rajasthan
49. SV-40 (1118) 1 Rajasthan
50. MALARNA (IPS) (1126.5) 1 Rajasthan
51. SV-41 (1159.1) 1 Rajasthan
52. SV-42 (1193.7) 1 Rajasthan
53. KARWADI (IP-4) (1221) 1 Rajasthan
54. SV-43 (1258) 1 Rajasthan
55. BHARATPUR (IPS) (1289.2) 1 Rajasthan
56. MATHURA (TOP) (1311.6) 1 Uttar Pradesh
57. SV-45 (1351.1) 1 Uttar Pradesh
58. SV-46 (1392.6) 1 Haryana
59. PIYALA (1431.3) 1 Haryana
60. SV-47 (1453.1) 1 Haryana
61. BIJWASAN (1491.4) 1 New Delhi
62. BINA 1 Madhya Pradesh
63. BK_SV-1 (10.6) 1 Madhya Pradesh
64. BK_SV-2 (40) 1 Madhya Pradesh
65. BK_SV-3 (71.6) 1 Madhya Pradesh
66. BK_SV-4 (101.8) 1 Madhya Pradesh
67. BK_IP-1 (131.8) 1 Madhya Pradesh
68. BK_SV-5 (170) 1 Rajasthan
69. BK_SV-6 (198) 1 Rajasthan
70. BK_SV-7 (228) 1 Rajasthan
TOTAL 13 57

Location 48 port 8 port


(State wise Summary) Ethernet Ethernet
Switch switch
Maharashtra 4 23
Madhya Pradesh 3 15
Uttar Pradesh 1 1
Haryana 1 2
New Delhi 1 0
Rajasthan 3 16
TOTAL 13 57

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

NEW DELHI
ENGINEERS INDIA LIMITED

REV.
DATE
REVISION
BY
CHK
APPROVED
APPROVED
DRAWING NO.
REV.

1-1641-0503 REV.0 A3-420x297


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

NEW DELHI
ENGINEERS INDIA LIMITED

REV.
DATE
REVISION
BY
CHK
APPROVED
APPROVED
DRAWING NO.
REV.

1-1641-0503 REV.0 A3-420x297


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

NEW DELHI
ENGINEERS INDIA LIMITED

REV.
DATE
REVISION
BY
CHK
APPROVED
APPROVED
DRAWING NO.
REV.

1-1641-0503 REV.0 A3-420x297


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

NEW DELHI
ENGINEERS INDIA LIMITED

REV.
DATE
REVISION
BY
CHK
APPROVED
APPROVED
DRAWING NO.
REV.

1-1641-0503 REV.0 A3-420x297


DOCUMENT No.
PROCEDURE FOR OPTICAL B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 1 of 8

PROCEDURE
FOR
OPTICAL FIBRE CABLE (OFC) TESTING

PROJECT : MMBPL & BKPL TELECOM UP-GRADATION PROJECT

CLIENT : BPCL

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : B049

A 06.09.17 ISSUED WITH MR SS SK PKS


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 2 of 8

INDEX

1.0 TEST PROCEDURE................................................................................................... 3

1.1 FIBRE LENGTH MEASUREMENT................................................................................... 3


Test Description ............................................................................................................. 3
Tools / Equipment /accessories required........................................................................ 3
Procedure ...................................................................................................................... 3
1.2 INSERTION LOSS MEASUREMENT ................................................................................ 4
Test Description ............................................................................................................. 4
Tools / Equipment /accessories required........................................................................ 4
Procedure:...................................................................................................................... 4
Appendix-1A................................................................................................................... 5
Appendix-1B................................................................................................................... 6
Appendix-2A................................................................................................................... 7
Appendix-2B................................................................................................................... 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 3 of 8

1.0 TEST PROCEDURE

Optical fibre cable will be tested for its continuity and average loss in dB/km. The link
will be tested and recorded in the format given in Appendix- 1 & 2.

1.1 Fibre length Measurement

Test Description

This test will check the continuity of the fiber from station to station and record the
length of fiber. Average loss per kilometer of fiber length shown in dB/km shall be
recorded for information only. Testing will be done from both ends and average loss
will be calculated.

Tools / Equipment /accessories required

1. Optical Time Domain Reflectometer (OTDR)


2. Patch cords, pigtails.

Procedure

• Power ON the OTDR and make the settings as required for the hop under test.

• Splice a pigtail to one of the fibers.

• Connect the OTDR with pigtail.

• Make the Laser ON and observe the trace till it gets settled up to the end of the
trace.

• Store the results in the hard disk/floppy disk with proper identification of the fiber
under test.

• Record the results in format

• Repeat the procedure for the opposite direction.

• Test Formats are provided in Appendix-1

• Repeat above steps for each fiber.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 4 of 8

1.2 Insertion loss measurement

Test Description

During insertion loss measurement, light is launched in the fiber by using a LASER
source from one end of the link and at the other end, the received power is measured
by Optical Power meter. Fiber loss is calculated by subtracting the receive power
from the transmit power. This test also determines the fiber termination continuity on
end-to-end basis as the measurement is done on both the ends of a link.

Tools / Equipment /accessories required

1. Power meter
2. Laser source
3. Patch cords (10 mtrs)
4. Optical talk set

Procedure:

• One power meter, one laser source and one unit of optical talk set are required at
each end.

• At location A, switch ON the laser source, set it to operating wavelength of


1310nm and connect it to the power meter (set at 1310nm) by patch cord and
record the laser power transmitted. Record it in the test sheet.

• Cut the patch cord into two halves (laser source & power meter remaining
connected to the 2 halves of the patch cord (i.e. 2 pig tails)).

• Splice each of the pigtails to two ends of the same fiber under test.

• Record the power received in test sheet.

• To establish communication between two stations A & B, connect the Optical talk
set to one of the fiber (e.g. No 1) at both the stations. When that particular fiber is
next for testing, connect the talk set to one on which testing is complete (e.g. No
2).

• Confirm on the talk set that the power received is recorded.

• Repeat the test for 1550nm.

• Connect the source to next fibre at location A and power meter at location B.

• Repeat the same procedure with source at location B and power meter at location
A.

• Continue the above process till all fibers are tested.

• Average loss of each fiber should be less than the average loss estimated.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 5 of 8

• Test Formats are provided in Appendix-2.

Appendix-1A

FIBER LENGTH MEASUREMENT (G.652)

Date: _____________
Location A: ____________________
Location B: ____________________
Wavelength: 1310nm
Equipment used: ____________________

Tube No./Color Fiber No./ Color Fiber Length (m) Optical loss dB/km
From A From B

Cable loss (Average of above): ___________________km


(ALL LOSSES MEASURED IN dB/km)

Signature & date Signature & date


(Tested & handed over (Witnessed & taken over by
by ‘cable laying vendor’) ‘Telecom system vendor)

Signature & date


Witnessed by CLIENT/CONSULTANT representative(s)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 6 of 8

Appendix-1B

FIBER LENGTH MEASUREMENT (G.652)

Date: _____________
Location A: ____________________
Location B: ____________________
Wavelength: 1550nm
Equipment used: ____________________

Tube No./Color Fiber No./ Color Fiber Length (m) Optical loss dB/km
From A From B

Cable loss (Average of above): ___________________km


(ALL LOSSES MEASURED IN dB/km)

Signature & date Signature & date


(Tested & handed over (Witnessed & taken over by
by ‘cable laying vendor’) ‘Telecom system vendor)

Signature & date


Witnessed by CLIENT/CONSULTANT representative(s)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 7 of 8

Appendix-2A

INSERTION LOSS MEASUREMENT (G.652)

Date: _____________
Location A: ______________ Location B: ___________________
Wavelength: 1310nm Equipment used: ______________
Cable length from Appendix 1A: _______km
Number of Splices (including Pigtails-N): _________
Number of connectors-C: ______ Average IL = 0.37L+0.07N+0.5C: ____(estimated)

Tube Fiber No./ A-B B-A Average


No./Color Color Power Transmitted at A Power Transmitted at B IL
Power IL (A-B) Power IL (B-A)
received at received at
B A

(ALL LOSSES MEASURED IN dB/km)

Signature & date Signature & date


(Tested & handed over (Witnessed & taken over by
by ‘cable laying vendor’) ‘Telecom system vendor)

Signature & date


Witnessed by CLIENT/CONSULTANT representative(s)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
PROCEDURE FOR OPTICAL
B049-000-16-51-SP82
FIBRE CABLE TESTING Rev. A
Page 8 of 8

Appendix-2B

INSERTION LOSS MEASUREMENT (G.652)

Date: _____________
Location A: ______________ Location B: ___________________
Wavelength: 1550 nm Equipment used: ______________
Cable length from Appendix 1A: _______km
Number of Splices (including Pigtails-N): _________
Number of connectors-C: ______ Average IL = 0.22L+0.07N+0.5C: ____(estimated)

Tube Fiber No./ A-B B-A Average


No./Color Color Power Transmitted at A Power Transmitted at B IL
Power IL (A-B) Power IL (B-A)
received at received at
B A

(ALL LOSSES MEASURED IN dB/km)

Signature & date Signature & date


(Tested & handed over (Witnessed & taken over by
by ‘cable laying vendor’) ‘Telecom system vendor)

Signature & date


Witnessed by CLIENT/CONSULTANT representative(s)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

2.0 DEFINITIONS
2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS


6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:

Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION No.
∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem) (A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),
firm, company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR requirements, applicable
codes, specifications and statutory rules/regulations. Any error/deficiency noticed
during any stage of manufacturing/execution/installation shall be promptly corrected
by the supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where number of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by supplier. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
Each volume will have hard front cover and a reinforced spine to fit thickness of book.
These spines will also have the title printed on them. Title shall include also volume
number (say 11 of 15) etc.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved


SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

Tag. No.
Supplier's/ Contractor's
Works Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.

Signature Signature
Date Date
Name Name
Designation Designation
Department Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved
ATTACHMENT-14

MUMBAI

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 3 6 2 11
MUMBAI FIX CAMERA 3 6 2 11

Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018


CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 1 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
WASHALA

ATTACHMENT-14

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 7 4 0 11
WASHALA FIX CAMERA 7 3 0 10
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 2 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
MANMAD

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 2 4 1 7
MANMAD FIX CAMERA 10 2 3 15
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 3 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
SANGHVI

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 0 3 0 3
SANGHVI FIX CAMERA 8 2 0 10

Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018


CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 4 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
GUJRI

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 0 4 0 4
GUJRI FIX CAMERA 12 2 2 16
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 5 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
MANGLIYA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 7 3 0 10
MANGLIYA FIX CAMERA 0 6 1 7

Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018


CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 6 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
KOTA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 9 3 2 14
KOTA FIX CAMERA 1 11 2 14
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 7 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
MALARNA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 6 2 1 9
MALARNA FIX CAMERA 0 6 1 7
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 8 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
BHARATPUR

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 7 3 0 10
BHARATPUR FIX CAMERA 0 5 3 8
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 9 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
MATHURA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 3 2 1 6
MATHURA FIX CAMERA 1 1 4 6
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 10 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
PIYALA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 2 2 2 6
PIYALA FIX CAMERA 0 4 2 6
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 11 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
BIJWASAN

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 2 0 4 6
BIJWASAN FIX CAMERA 1 1 4 6
Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018
CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 12 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
BINA

NVR CAMERA TYPE EXISTING NEW SPARE TOTAL


LOCATION- PTZ CAMERA 5 5 0 10
BINA FIX CAMERA 0 8 2 10

Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018


CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 13 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
SUMMARY:
SL NO NVR LOCATION CAMERA TYPE EXISTING NEW SPARE TOTAL
PTZ TYPE 3 6 2 11
1 MUMBAI
FIXED TYPE 3 6 2 11
PTZ TYPE 7 4 0 11
2 WASHALA
FIXED TYPE 7 3 0 10
PTZ TYPE 2 4 1 7
3 MANMAD
FIXED TYPE 10 2 3 15
PTZ TYPE 0 3 0 3
4 SANGHVI
FIXED TYPE 8 2 0 10
PTZ TYPE 0 4 0 4
5 GUJRI
FIXED TYPE 12 2 2 16
PTZ TYPE 7 3 0 10
6 MANGLIYA
FIXED TYPE 0 6 1 7
PTZ TYPE 9 3 2 14
7 KOTA
FIXED TYPE 1 11 2 14
PTZ TYPE 6 2 1 9
8 MALARNA
FIXED TYPE 0 6 1 7
PTZ TYPE 7 3 0 10
9 BHARATPUR
FIXED TYPE 0 5 3 8
PTZ TYPE 3 2 1 6
10 MATHURA
FIXED TYPE 1 1 4 6
PTZ TYPE 2 2 2 6
11 PIYALA
FIXED TYPE 0 4 2 6
PTZ TYPE 2 0 4 6
12 BIJWASAN
FIXED TYPE 1 1 4 6
PTZ TYPE 5 5 0 10
13 BINA
FIXED TYPE 0 8 2 10
TOTAL 96 98 39 233

Project Title Prepared By Approved By ARMOURED OFC Drawing Dated:21.05.2018


CABLE
MMBPL & BKPL ARMOURED CAT-6 NVR vs Camera Requirement
CABLE
LEGEND

TELECOMSYSTEM
Page 14 of 14
UPGRADATION CAT-6 CABLE FIX PTZ
CAMERA CAMERA
ATTACHMENT-15
Location Wise CCTV Details
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

New fixed camera to


1 - MMBPL Old C/R Gate New - Wall 50 50 1 1 1 - - be supply, install and
comm.
New fixed camera to
Replacement of
1 - MMBPL new C/R Gate 100 Wall 100 30 1 1 - 1 2 be supply, install and
existing PTZ camera
comm.
New fixed camera to
MMBPL new C/R SCADA Server
1 - New - Wall 30 30 1 1 - - - be supply, install and
room area
comm.

1 - Spare-01 New - - - - 1 1 - - - -

1 - Spare-02 New - - - - 1 1 - - - -
1 Mumbai 150
New PTZ camera to be
MMBPL sub-station Terrace Replacement of
1 - - Pole (6 Meter) 50 50 1 1 - - - supply, install and
B/F, B/P & manifold area existing PTZ camera
comm.
New PTZ camera to be
1 - MMBPL Old C/R MLP Shed area New - Pole (6 Meter) 35 35 1 1 - - - supply, install and
comm.
New PTZ camera to be
MMBPL Old C/R Terrace Pig Replacement of
1 - - Wall 35 35 1 1 - - - supply, install and
Launcher & PCV area existing PTZ camera
comm.

1 - Spare-01 New - - - - 1 1 - - - -

1 - Spare-02 New - - - - 1 1 - - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
2 SV-01 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
3 SV-02 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
4 SV-04 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
5 SV-05 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
6 SV-06 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

New fixed camera to


1 Security Gate New - Pole (6Meter) 65 65 1 1 1 - - be supply, install and
comm.
New fixed camera to
Replacement of
1 C/R front area - wall 50 50 1 1 - - - be supply, install and
existing PTZ camera
comm.
New fixed camera to
1 C/R back side area New - wall 50 50 1 1 - - - be supply, install and
comm.
New PTZ camera to be
1 MLP P/H area New - Pole (6 Meter) 80 80 1 1 - - - supply, install and
7 Washala 300
comm.
New PTZ camera to be
Replacement of supply, install and
1 B/F & Pig reciever area - Pole (6 Meter) 70 70 1 1 - - -
existing PTZ camera comm. Existing pole to
be used.
New PTZ camera to be
1 Sub station area outside New - Wall 50 50 1 1 - - - supply, install and
comm.
New PTZ camera to be
1 Fire water tank farm area New 165 Pole (6 Meter) 100 165 1 1 - 1 2 supply, install and
comm.

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
8 SV-07 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
9 SV-08 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
10 SV-10 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

2 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
11 SV-11 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
12 SV-12 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
13 SV-13 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
14 SV-14 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 C/R terrace front area New - Wall 30 30 1 1 1 - - New fixed camera to


be supply, install and
comm.
1 Sub station area New - Wall 70 70 1 1 - - -

1 Spare-01 New - - - - 1 1 - - -

1 Spare02 New - - - - 1 1 - - -

1 Spare-03 New - - - - 1 1 - - -
15 Manmad 375

1 Old Pump House area New - Pole (6 Meter) 90 90 1 1 - - -

1 New Pump House area New - Pole (6 Meter) 80 80 1 1 - - - New fixed camera to
be supply, install and
Receipt Manifold & Pig receiver comm.
1 New 160 Pole (6 Meter) 60 30 1 1 - 1 2
area

dispatch Manifold & Pig


1 New 110 Pole (6 Meter) 60 30 1 1 - 1 2
launcher area

1 Spare-01 New - - - - 1 1 - - -

3 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
16 SV-15 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
17 SV-16 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
18 SV-17 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
19 SV-18 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
20 Javkheda - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
21 SV-19 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
22 SV-20 - -
Cable
1 Cage Existing - Wall 50 50 - 1 - - -

4 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

New fixed camera to


Replacement of be supply, install and
1 Security Gate 230 Wall 30 30 1 1 1 1 2
existing PTZ camera comm.existing OFC to
be used

New fixed camera to


Replacement of
1 SBV area 120 Pole (6 Meter) 30 30 1 1 - 1 2 be supply, install and
existing PTZ camera
comm. existing OFC &
Pole to be used
New PTZ camera to be
supply, install and
23 Sanghavi 1 MLP area - 80 80 1 1 - - - 600
Replacement of comm.Existing Pole to
existing PTZ camera Pole (6 Meter) be used.

New PTZ camera to be


1 B/F & Metering area 100 60 30 1 1 - 1 2 supply, install and
Replacement of comm. existing OFC &
existing PTZ camera Pole (6 Meter) Pole to be used
NewPTZ camera to be
Replacement of supply, install and
1 Sub station area - Pole (6 Meter) 85 85 1 1 - - -
existing PTZ camera comm.Existing Pole to
be used.

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
24 SV-21 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate New - Wall 50 50 - 1 1 - -


MMBPL Re- New Fix and PTZ
25 routing camera supply, install
SV02 & Comm.
1 Cage New - Wall 50 50 - 1 - -

1 Gate New - Wall 50 50 - 1 1 - -


MMBPL Re- New Fix and PTZ
26 routing camera supply, install
SV03 & Comm.
1 Cage New - Wall 50 50 - 1 - -

1 Gate New - Wall 50 50 - 1 1 - -


MMBPL Re- New Fix and PTZ
27 routing camera supply, install
SV04 & Comm.
1 Cage New - Wall 50 50 - 1 - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
28 Julwania - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

5 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
29 SV-23 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
30 SV-24 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
31 SV-25 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

New fixed camera to


1 - Security Gate New 135 Pole (6 Meter) 135 30 1 1 1 1 2 be supply, install and
comm.
New fixed camera to
1 - Fire Water Tank farm New 95 Pole (6 Meter) 95 30 1 1 - 1 2 be supply, install and
comm.

1 - Spare-01 New - - - - 1 1 - - -

1 - Spare-02 New - - - - 1 1 - - -

32 Gujri 320 New PTZ camera to be


Replacement of
1 - C/R front side area - Wall 40 40 1 1 - - - supply, install and
existing PTZ camera
comm.
New PTZ camera to be
Replacement of supply, install and
1 - MLP area - Pole (6 Meter) 60 60 1 1 - - -
existing PTZ camera comm. Existing pole to
be used.
New PTZ camera to be
1 - B/F & Metering area New - Pole (6 Meter) 75 75 1 1 - - - supply, install and
comm.
New PTZ camera to be
1 - Sub station area New - Pole (6 Meter) 50 50 1 1 - - - supply, install and
comm.

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
33 SV-27 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

6 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 Gate Existing - Wall 50 50 - 1 1 - -


Supply & laying of
34 SV-28 - -
Cable
1 Cage Existing - Wall 100 50 - 1 - - -

New fixed camera to


1 C/R front side area New - Wall 40 40 1 1 1 - - be supply, install and
comm.
New fixed camera to
1 Sub-station area New - Wall 60 60 1 1 - - - be supply, install and
comm.

1 Spare-01 New - - - - 1 1 - - -

NewPTZ camera to be
Pig Receipt and receipt Replacement of supply, install and
1 120 Pole (6 Meter) 60 30 1 1 - 1 2
manifold area existing PTZ camera comm. Existing pole to
be used.
35 Manglya 350 NewPTZ camera to be
Pig launcher and dispatch
1 New 110 Pole (6 Meter) 30 30 1 1 - 1 2 supply, install and
manifold area
comm.
NewPTZ camera to be
1 MLP P/H area-02 New - Pole (6 Meter) 85 85 1 1 - - - supply, install and
comm.

1 Booster Area Existing - - 100 - - 1 - - -


-

1 B/F area Existing - - 100 - - 1 - - -


-

1 MLP P/H area Existing - - 100 - - 1 - - -


-
Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
36 SV-29
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
37 SV-30
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
38 SV-31
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

7 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
39 SV-32
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

New Fixed Camera to


1 - C/R Front side area New - wall 50 50 1 1 1 - - be supply, install &
comm.
New Fixed Camera to
1 - Sub station area New - wall 75 75 1 1 - - - be supply, install &
comm.
New Fixed Camera to
1 - Transformer area New - wall 80 80 1 1 - - - be supply, install &
comm.

1 - Spare-01 New - - - - 1 1 - - -

New PTZ Camera to be


40 Bina Replacement of 360 supply, install & comm.
1 - MLP P/H area - Pole (6 Meter) 80 80 1 1 - - -
existing PTZ camera Existing pole to be
used.
New PTZ Camera to be
Replacement of supply, install & comm.
1 - Pig launcher area - Pole (6 Meter) 90 90 1 1 - - -
existing PTZ camera Existing pole to be
used.

1 - Booster & B/F area New 130 Pole (6 Meter) 60 30 1 1 - 1 2 New PTZ Camera to be
supply, install & comm.

1 - Metering area New 125 Pole (6 Meter) 60 30 1 1 - 1 2 New PTZ Camera to be


supply, install & comm.
Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
41 BK SV-01
comm. Supply & laying
- - 1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
42 BK SV-02
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
43 BK SV-03
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

8 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
44 BK SV-04
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

New Fixed Camera to


Replacement of
1 Gate - Wall 50 50 1 1 1 - - be supply, install &
existing Fixed camera
comm.

1 Spare-01 New - - - - 1 1 - - -
BK IP-1
45 60
Guna
1 Field area-02 New - Pole (6 Meter) 70 70 1 1 - - - New PTZ Camera to be
supply, install & comm.

1 Field area-01 Existing - Wall 50 50 1 1 - - -

New Fixed Camera to


Replacement of be supply, install &
1 Gate - Pole (6 Meter) 70 70 - 1 1 - -
existing Fixed camera comm. Supply & laying
of Cable

1 Spare-01 New - - - - 1 1 - - -
Sherpur-IP-
46 New PTZ Camera to be
1
supply, install & comm.
1 Metering area New - Pole (6 Meter) 70 70 1 1 - - -
Supply & laying of
Cable

1 Field area Existing - Wall 70 - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
47 SV-33
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
48 SV-34
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
49 SV-35
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

9 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

New Fixed Camera to


1 - Security gate New 135 Pole (6 Meter) 100 30 1 1 1 1 2 be supply, install &
comm.
New Fixed Camera to
1 - C/R front side area New - Wall 40 40 1 1 - - - be supply, install &
comm.
New Fixed Camera to
1 - Sub station area New - Wall 60 60 1 1 - - - be supply, install &
comm.

1 - Spare-01 New - - - - 1 1 - - -

Pig reciever/Basket
1 - New 110 Pole (6 Meter) 50 30 1 1 - 1 2 New PTZ Camera to be
filter/Metering area
50 Kota 460 supply, install & comm.

1 - Manifold area New 110 Pole (6 Meter) 50 30 1 1 - 1 2 New PTZ Camera to be


supply, install & comm.

1 - Spare-01 New - - - - 1 1 - - -

1 - Spare-02 New - - - - 1 1 - - -

1 P/H area Existing - - - - - 1 - - -


- -
1 B/F area Existing - - - - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
51 SV-36
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
52 SV-37
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
53 SV-38
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
54 SV-39
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

10 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
55 SV-40
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

New Fixed Camera to


1 C/R front side area New - Wall 50 50 1 1 1 - - be supply, install &
comm.
New Fixed Camera to
1 Sub station area New - Wall 80 80 1 1 - - - be supply, install &
comm.

1 Spare-01 New - - - - 1 1 - - -

New PTZ Camera to be


Replacement of supply, install & comm.
1 gate old C/R 200 Wall 60 30 1 1 - 1 2
existing PTZ Camera Existing OFC cable to
56 Malarna 450 be used.
New PTZ Camera to be
Replacement of On Existing supply, install & comm.
1 Watch Tower 120 60 30 1 1 - 1 2
existing PTZ Camera tower Existing OFC cable to
be used.

1 Spare-01 New - - - - 1 1 - - -

1 B/F Area Existing - - 30 - - 1 - - -

1 P/H area Existing - - 30 - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
57 SV-41
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
58 SV-42
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

New Fixed Camera to


Replacement of
1 Gate - - 70 70 - 1 1 - - be supply, install &
existing Fixed camera
comm.

1 Spare-01 New - - - - - 1 - - -
59 Karwadi

1 Field area-02 New - Pole (6 Meter) 50 50 1 1 - - - New PTZ Camera to be


supply, install & comm.

1 Field area-01 Existing - - 70 70 - 1 - - -

11 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

Replacement of New Fixed Camera to


1 Gate - Wall 50 50 - 1 1 - -
existing Fixed camera be supply, install &
60 SV-43
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

New Fixed Camera to


1 - C/R front side area New - Wall 50 50 1 1 1 - - be supply, install &
comm.

1 - Spare-01 New - - - - 1 1 - - -

1 - Spare-02 New - - - - 1 1 - - -

New PTZ Camera to be


Replacement of supply, install & comm.
1 - Watch tower 150 On watch tower 60 30 1 1 - 1 2
existing PTZ Camera Existing OFC to be
used.
61 Bharatpur 350 New PTZ Camera to be
Replacement of supply, install & comm.
1 - Old manifold 100 Pole (6 Meter) 60 30 1 1 - 1 2
existing PTZ Camera Existing OFC & Pole to
be used.

1 C/R backside Existing - - 50 - - 1 - - -

1 Metering area Existing - - 30 - - 1 - - -

1 P/H area Existing - - 30 - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
62 BK SV-05
comm. Supply & laying
- - 1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
63 BK SV-06
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
64 BK SV-07
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

12 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 - Spare-01 New - - - - 1 1 1 - -

1 - Spare-02 New - - - - 1 1 - - -

1 - Spare-03 New - - - - 1 1 - - -

1 - Spare-04 New - - - - 1 1 - - -

1 - Metering area New - Pole (6 Meter) 75 75 1 1 - - - New PTZ Camera to be


supply, install & comm.
65 Mathura 100

1 - C/R Front side area New - Wall 45 45 1 1 - - - New PTZ Camera to be


supply, install & comm.

1 - Spare-01 New - - - - 1 1 - - -

1 Security Gate Existing - - - - - 1 - - -

- 1 Manifold area Existing - - - - - 1 - - -

1 SBV area Existing - - - - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
66 SV-45
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
67 SV-46
comm. Supply & laying
1 Cage Existing - Wall 100 50 - 1 - - - of Cable

13 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

New Fixed Camera to


1 SBV-Reciept New 300 Pole (6 Meter) 300 30 1 1 1 1 2 be supply, install &
comm.
New Fixed Camera to
1 SBV-Dispatch New 300 Pole (6 Meter) 300 30 1 1 - 1 2 be supply, install &
comm.
New Fixed Camera to
1 C/R Front side area New - Wall 50 50 1 1 - - - be supply, install &
comm.

1 Spare-01 New - - - - 1 1 - - -

1 Spare-02 New - - - - 1 1 - - -
68 Piyala 1400
1 Pig receiver New 210 Pole (6 Meter) 60 30 1 1 - 1 2 New PTZ Camera to be
supply, install & comm.

1 Metering area New 210 Pole (6 Meter) 60 30 1 1 - 1 2 New PTZ Camera to be


supply, install & comm.

1 Spare-01 New - - - - 1 1 - - -

1 Spare-02 New - - - - 1 1 - - -

- - 1 P/H area Existing - - 60 - - 1 - - -

Replacement of
1 Gate - Wall 50 50 - 1 1 - - New Fixed Camera to
existing Fixed camera
be supply, install &
69 SV-47
comm. Supply & laying
- - 1 Cage Existing - Wall 100 50 - 1 - - - of Cable

14 of 15
Supply, Install and commissioning by Bidder

New PTZ Existing


New Fixed OFC Cable Length DC-DC power
Camera Camera to be Mounting Power Cable Data Cable Length White Light Junction Media Action to be taken by
Sr. No. Location Camera (In Camera Location Existing / New in meter POE supply HDPE Condute
(In bidder used (Pole/Wall) Length in meter in meter Illuminator Box Convertor Bidder
bidder Scope) (In BPCL Scope) Convertor
Scope) (In BPCL Scope)

1 - Spare-01 New - - - - 1 1 1 - -

1 - Spare-02 New - - - - 1 1 - - -

1 - Spare-03 New - - - - 1 1 - - -

1 - Spare-04 New - - - - 1 1 - - -

1 - Spare-01 New - - - - 1 1 - - -
70 Bijwasan 100
1 - Spare-02 New - - - - 1 1 - - -

1 - Spare-03 New - - - - 1 1 - - -

1 - Spare-04 New - - - - 1 1 - - -

1 C/R front side area Existing - - 50 - - 1 - - -


- -
1 Field area Existing - - 80 - - 1 - - -

Total 83 54 96 3645 29 13105 8990 104 233 70 24 48 5375

Total New Fix Camera to be Supply, Install & Commission = 83

Total New PTZ Camera to be Supply, Install & Commission = 54

OFC cable supply and Laying shall be done by BPCL

15 of 15
ATTACHMENT-16

OTDR SUMMARY REPORT MUMBAI-MANMAD SECTION


MDT FTC SV - 1 FTC Towards SV - 1 Towards MDT
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 Spare BREAK RX NOKIA OK 4.822 8.068 0.598 -14.520
A2 RX NOKIA Ok TX NOKIA OK 4.798 8.063 0.595
No Permisson
A3 RX WRI Ok RX WRI OK -12.180
A4 Spare BREAK TX WRI OK 19.262 12.152 1.585 4.464 8.060 0.554
A5 TX NOKIA OK Spare OK 0.860 8.059 0.107
A6 Spare BREAK Spare OK 2.545 5.489 0.464 4.382 8.061 0.544
SV - 1 MDT MDT SV - 1
B1 Spare BREAK Spare OK 5.185 8.068 0.643 4.519 8.061 0.561
B2 Spare BREAK 5.232 8.069 0.648
B3 Spare BREAK 4.587 5.492 0.835
B4 Spare BREAK 4.264 11.722 0.364
B5 Spare BREAK 8.213 7.224 1.137
B6 TX WRI OK
High Loss SV 1 To 0.848 Mt.

SV 1 FTC SV - 2 FTC Towards SV - 2 Towards SV 1


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
RX NOKIA OK RX NOKIA -18.450 -28.340
TX NOKIA OK TX NOKIA 22.577 18.256 1.237 19.092 18.245 1.046
RX WRI OK RX WRI -22.510 -16.390
TX WRI OK TX WRI 21.148 18.254 1.159 17.243 18.250 0.945
Spare BREAK Spare BREAK 7.225 3.462 2.087 5.094 5.628 0.905
Spare BREAK Spare BREAK 1.876 1.521 1.233 17.855 15.448 1.156
SV - 2 SV 1 SV 1 SV - 2
Spare BREAK 12.557 5.258 2.388

1 of 23
OTDR SUMMARY REPORT MUMBAI-MANMAD SECTION
SV - 2 FTC SV - 4 FTC Towards SV - 4 Towards SV - 2
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
RX NOKIA OK 11 RX NOKIA OK -23.350 -19.280
TX NOKIA OK 2 TX NOKIA OK 14.917 12.704 1.174 14.569 12.703 1.147
RX WRI OK 7 RX WRI OK -16.650 -11.840
TX WRI OK 1 TX WRI OK 17.770 12.707 1.398 17.649 12.708 1.389
Spare BREAK 6 Spare BREAK 6.054 0.383 0.739 0.518
12 Spare BREAK 12.595 12.702 1.020
SV - 4 SV - 2 SV -2 SV - 4
8 Spare BREAK 7.886 6.335 1.245
10 Spare BREAK 0.322 0.739 0.436
3 Spare BREAK 0.304 0.739 0.411
5 Spare BREAK 0.307 0.739 0.415
4 Spare BREAK 3.162 2.807 1.126
9 Spare BREAK 0.236 0.739 0.319
HIGH Loss SV 4 To 8.575 KM.

SV - 4 FTC SV - 5 FTC Towards SV - 5 Towards SV - 4


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
RX NOKIA OK B1 RX NOKIA OK -17.930 -26.010
TX NOKIA OK A4 TX NOKIA OK 15.830 28.889 0.548 14.028 28.883 0.486
TX WRI OK Splic Thru 28.035 61.332 0.457
SV -4 SV - 5
RX WRI OK Splic Thru -25.160
RX RTU CH 37 OK Splic Thru 2.689 4.899 0.549
TX RTU CH 37 OK Splic Thru 3.105 4.896 0.634
SV - 5 SV - 4
Spare OK 2.935 4.897 0.599
Spare Ok 3.099 4.898 0.646
Spare BREAK 3.857 6.862 0.562
Spare BREAK 1.955 4.315 0.453
Spare BREAK 5.174 6.798 0.761

2 of 23
OTDR SUMMARY REPORT MUMBAI-MANMAD SECTION
SV - 5 FTC SV - 6 FTC Towards SV - 5 Towards SV - 6
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
B4 TX NOKIA OK A1 TX NOKIA OK 14.365 25.194 0.570 13.160 25.201 0.522
B1 RX NOKIA OK B4 RX NOKIA OK -16.230 -17.910
Splic Thru Splic Thru
SV -5 SV - 6 SV -6 SV -5
Splic Thru Splic Thru
Splic Thru Splic Thru
Splic Thru Splic Thru

SV - 6 FTC WASHLA FTC Towards WASHLA Towards SV - 6


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A2 TX NOKIA OK A1 TX NOKIA OK 12.216 26.501 0.461 12.796 26.512 0.483
B1 RX NOKIA OK A2 RX NOKIA OK -9.250 -13.160
Splic Thru A3 Spare BREAK 31.162 65.725 0.474
WASHLA SV - 6 SV -6 WASHLA
Splic Thru A4 TX WRI OK 26.993 80.413 0.336
Splic Thru A5 Spare BREAK 29.027 52.346 0.555
Splic Thru A6 RX WRI OK -30.5

WASHLA FTC SV - 7 FTC Towards SV - 7 Towards WASHLA


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
B1 RX WRI OK 1 TX NOKIA OK 14.757 73.956 0.200 5.829 12.012 0.485
B2 TX WRI OK 2 RX NOKIA OK -23.040 -23.870
B3 Spare BREAK Splic Thru 6.624 13.446 0.493
SV -7 WASHLA WASHLA SV - 7
B4 Spare BREAK Splic Thru 25.052 53.986 0.464
B5 RX Nokia OK Splic Thru -8.060
B6 TX Nokia OK Splic Thru 6.046 12.009 0.503

3 of 23
OTDR SUMMARY REPORT MUMBAI-MANMAD SECTION
SV - 7 FTC SV - 8 FTC Towards SV - 8 Towards SV -7
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
7 RX Nokia OK 5 TX NOKIA OK -11.320 8.138 14.095 0.577
8 TX Nokia OK 6 RX NOKIA OK 6.143 14.089 0.436 -6.540
9 Splic Thru Splic Thru
SV -8 SV -7 SV - 7 SV - 8
10 Splic Thru Splic Thru
11 Splic Thru Splic Thru
12 Splic Thru Splic Thru

SV - 8 FTC SV - 10 FTC Towards SV - 10 Towards SV -8


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
7 RX Nokia OK 1 TX NOKIA OK -9.180 11.452 27.915 0.410
8 TX Nokia OK 2 RX NOKIA OK 9.145 27.905 0.328 -34.360
9 Splic Thru 3 Splic Thru
SV -10 SV -8 SV - 8 SV - 10
10 Splic Thru 4 Splic Thru
11 Splic Thru 5 Splic Thru
12 Splic Thru 6 Splic Thru

SV - 10 FTC SV - 11 FTC Towards SV - 11 Towards SV -10


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
5 RX Nokia OK 7 TX ABB BREAK -29.390
12 TX Nokia OK 8 RX NOKIA OK 8.489 20.015 0.424 -14.440
8 Spare BREAK 9 RX ABB OK Mumbai Nokia Spare 53.986 -68.800
SV -11 SV -10 SV - 10 SV - 11
11 Spare BREAK 10 TX NOKIA OK Cut at 80 Mt. From SV - 11 9.403 20.014 0.470
Splic Thru 11 RX WRI OK -17.020
Splic Thru 12 TX WRI OK 20.921 54.310 0.385

SV - 11 FTC SV - 12 FTC Towards SV - 12 Towards SV -11


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
1 RX NOKIA OK 3 RX NOKIA OK -7.810 7.642 20.889 0.366
2 TX NOKIA OK 4 TX NOKIA OK 7.976 20.894 0.382 -12.670
3 RX ABB OK Splic Thru -68.700
SV -12 SV -11 SV - 11 SV - 12
4 TX ABB BREAK Splic Thru 0.990 2.202 0.450
5 TX WRI OK Splic Thru 22.651 75.926 0.298
6 RX WRI OK Splic Thru -9.170

4 of 23
OTDR SUMMARY REPORT MUMBAI-MANMAD SECTION
SV - 12 FTC SV - 13 FTC Towards SV - 13 Towards SV -12
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
1 TX NOKIA OK 9 TX NOKIA OK -6.170 3.296 6.303 0.523
2 RX NOKIA OK 10 RX NOKIA OK 3.928 6.317 0.622 -6.260
3 Splic Thru Splic Thru
SV -13 SV -12 SV - 12 SV - 13
4 Splic Thru Splic Thru
5 Splic Thru Splic Thru
6 Splic Thru Splic Thru

SV - 13 FTC SV - 14 FTC Towards SV - 14 Towards SV -13


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
1 RX NOKIA OK 1 TX NOKIA OK -23.560 8.562 22.450 0.381
2 TX NOKIA OK 2 RX NOKIA OK 8.556 22.452 0.381 -6.130
3
SV -14 SV -13 SV - 13 SV - 14
4
5 Spare BREAK 2.811 6.312 0.445
6 Spare BREAK 2.785 6.312 0.441

SV - 14 FTC MANMAD FTC Towards MANMAD Towards SV -14


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
7 RX NOKIA OK C1 TX NOKIA OK -5.210 10.177 26.349 0.386
8 TX NOKIA OK C2 RX NOKIA OK 11.442 26.330 0.435
C3 Spare 17.482 46.230 0.378
MANMAD SV -14 SV - 14 MANMAD
C4 Spare 28.745 74.815 0.384
C5 RX WRI -10.610
C6 TX WRI 23.719 75.995 0.312

5 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
SV 15 FTC SV 16 FTC Towards SV - 16 Towards SV - 15
Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 TX NOKIA OK A1 RX NOKIA OK 0.496 1.984 0.250 -3.590
A2 RX NOKIA OK A2 TX NOKIA OK -5.110 0.95 1.956 0.486
A3 Spare OK A3 Spare OK 1.047 1.945 0.538 1.7 1.956 0.869
SV - 16 SV - 15 SV - 15 SV - 16
A4 Spare OK A4 Spare OK 3.046 1.957 1.556
A5 Spare OK A5 Spare OK 0.95 1.952 0.487 1.92 1.956 0.982
A6 Spare OK A6 Spare OK 0.909 1.955 0.465 1.445 1.956 0.739
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV 16 FTC SV 17 FTC Towards SV - 17 Towards SV - 16


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
B1 RX NOKIA OK B1 TX NOKIA OK -14.710 9.671 25.553 0.378
B2 TX NOKIA OK B2 RX NOKIA OK 10.014 25.557 0.392 -14.860
B3 Spare OK B3 Spare OK 10.077 25.556 0.394 11.311 25.557 0.443
SV - 17 SV - 16 SV - 16 SV - 17
B4 Spare OK B4 Spare OK 11.288 25.560 0.442 11.411 25.556 0.447
B5 Spare OK B5 Spare OK 12.625 25.554 0.49405181 12.778 25.552 0.500
B6 Spare OK B6 Spare OK 9.942 25.557 0.389 10.538 25.553 0.412
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV 17 FTC SV 18 FTC Towards SV - 18 Towards SV - 17


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 TX NOKIA OK C1 RX ABB OK 11.608 27.427 0.423 -26.640
A2 Spare OK C2 TX ABB OK 10.806 27.426 0.394 24.257 70.671 0.343
A3 Spare OK C3 RX NOKIA OK 10.82 27.423 0.395 -12.480
SV - 18 SV - 17
A4 RX NOKIA OK C4 Spare OK -10.860 12.016 27.424 0.438
A5 Spare OK C5 Spare OK 10.858 27.423 0.396 11.418 27.423 0.416
A6 Spare OK C6 TX NOKIA OK 10.64 27.427 0.388 11.794 27.424 0.430
SV - 17 SV - 18
FIBER NO.1,2,9,10,11,12 SPLICE THRU D1 Spare OK 11.636 27.423 0.42431536
D2 Spare OK 12.628 27.426 0.460439
D3 SPLICE

6 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
D4 SPLICE
D5 Spare OK 26.93 84.144 0.32004659
D6 Spare OK 24.645 84.44 0.29186405
FIBER NO D3,D4 SPLICE THRU

SV 18 FTC IP JAVKHEDA FTC Towards IP JAVKHEDA Towards SV - 18


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 TX NOKIA OK A1 SV - 18 IP LAVKHEDA RX ABB OK 12.263 31.190 0.393 -14.680
A2 RX NOKIA OK A2 TX ABB OK -31.610 10.623 26.747 0.397
A3 TX ABB OK A3 Spare OK 10.678 26.694 0.400 10.431 26.744 0.390
A4 RX ABB OK A4 Spare OK -9.130 12.194 26.747 0.456
A5 Spare OK A5 Spare OK 9.87 26.745 0.369 12.574 26.742 0.470
A6 Spare OK A6 Spare OK 10.156 26.745 0.380 10.354 26.742 0.38718121
IP JAVKHEDA SV - 18
B1 Spare OK FIBER NO.1,2,9,10,11,12 SPLICE THRU 10.116 26.74 0.37830965
B2 Spare OK 9.945 26.744 0.37185911
B3 SPLICE
B4 SPLICE
B5 Spare OK 23.902 63.044 0.37913203
B6 Spare OK 24.257 78.815 0.30777136
FIBER NO B3,B4 SPLICE THRU

IP JAVKHEDA FTC SV - 19 FTC Towards SV - 19 Towards IP JAVKHEDA


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
B1 TX ABB OK A1 RX ABB OK 9.191 23.959 0.384 -7.850
B2 RX ABB OK A2 TX ABB OK -10.090 10.335 23.959 0.431
B3 IP Spare OK A3 Spare OK 7.765 23.954 0.324 9.596 23.955 0.401
SV - 19 IP JAVKHEDA
B4 LAVKHEDA Spare OK A4 Spare OK 7.607 23.958 0.318 10.342 23.958 0.432
B5 Spare OK A5 Spare OK 8.678 23.953 0.362 9.337 23.957 0.390
B6 Spare OK A6 Spare OK 9.021 23.955 0.37658109 9.52 23.958 0.39736205
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV - 19 FTC SV - 20 FTC Towards SV - 20 Towards SV - 19

7 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
B1 RX ABB OK B1 TX ABB OK -12.420 2.336 2.059 1.135
B2 TX ABB OK B2 RX ABB OK 1.911 2.057 0.929 -8.700
B3 Spare OK B3 Spare OK 1.46 2.058 0.709 1.196 2.059 0.581
SV - 20 SV 19 SV -19 SV - 20
B4 Spare OK B4 Spare OK 2.362 2.058 1.148 1.567 2.059 0.761
B5 Spare OK B5 Spare OK 2.722 2.058 1.323 1.502 2.059 0.729
B6 Spare OK B6 Spare OK 1.29 2.058 0.62682216 1.082 2.059 0.52549781
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV - 20 FTC SV - 20 A FTC Towards SV - 20 A Towards SV - 20


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 TX ABB OK 10.564 26.081 0.405
A2 RX ABB OK -14.240
A3 Spare OK A3 Spare OK 9.746 19.242 0.506 8.232 19.242 0.428
SV -20 A SV - 20 SV -20 SV - 20 A
A4 Spare OK A4 Spare OK 10.047 19.247 0.522 9.627 19.247 0.500
A5 Spare OK A5 Spare OK 8.048 19.246 0.418 7.42 19.246 0.386
A6 Spare OK A6 Spare OK 8.872 19.249 0.46090706 7.658 19.246 0.39790086
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU PATCH CHORD CONNECTED TO FIBER NO A4 & A5

SV - 20 A FTC IP SANGHVI FTC Towards IP SANGHVI Towards SV 20 A


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
B1 TX ABB OK 11.497 26.073 0.441
B2 RX ABB OK -15.480
B3 Spare OK C3 SPLICE OK 4.341 6.839 0.635 WRI
IP SANGHVI SV - 20 A
B4 Spare OK C4 SPLICE OK 2.975 6.839 0.435 WRI
B5 Spare C5 Spare OK 2.687 6.839 0.393
B6 Spare OK C6 Spare OK 3.109 6.84 0.45453216 2.587 6.839 0.378
SV 20 A IP SANGHVI
D1 Spare OK 4.021 6.839 0.58795145
D2 Spare OK 2.687 6.84 0.39283626
D3 TX STM 1 OK 29.815 83.735 0.35606377
FIBER NO.1,2,9,10,11,12 SPLICE THRU D4 RX STM 1 OK -31.28
D5 Spare Break 4.426 8.502 0.52058339

8 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
D6 Spare OK 23.095 78.576 0.29391926
FIBER NO C3,C4 SPLICE THRU

IP SANGHVI FTC SV 21 FTC Towards SV 21 Towards IP SANGHVI


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 RX ABB OK C1 RX ABB OK -5.650 -49.380
A2 TX ABB OK C2 TX ABB OK 2.588 6.353 0.407 23.493 54.323 0.432
A3 SPLICE OK C3 TX ABB OK WRI 2.895 6.355 0.456
A4 SPLICE OK C4 RX ABB OK WRI -13.330
A5 Spare OK C5 Spare OK 15.45 6.350 2.433 2.891 6.354 0.455
A6 Spare OK C6 Spare OK 3.314 6.354 0.522 3.346 6.354 0.527
SV 21 IP SANGHVI IP SANGHVI SV 21
B1 Spare OK D1 Spare OK 3.314 6.354 0.52156122 3.852 6.354 0.60623229
B2 Spare OK D2 Spare OK 2.622 6.353 0.4127184 2.597 6.353 0.40878325
B3 RX STM 1 OK D3 SPLICE OK -19.81 WRI
B4 TX STM 1 OK D4 SPLICE OK 29.089 72.526 0.40108375 WRI
B5 Spare OK D5 Spare OK 3.304 6.353 0.52006926 2.74 6.353 0.4312923
B6 Spare OK D6 Spare OK 4.542 6.354 0.71482531 2.644 6.354 0.41611583
FIBER NO A3,A4 SPLICE THRU FIBER NO D3,D4 SPLICE THRU PATCH CORD CONNECTED TO FIBER NO- C5,C6,D1&D2

SV 21 FTC SV - 22 FTC Towards SV 22 Towards SV - 21


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 TX ABB OK B1 Spare OK 17.631 51.183 0.344 10.525 26.304 0.400
A2 RX ABB OK B2 Spare OK -16.090 10.309 26.302 0.392
A3 Spare OK B3 Spare OK 11.303 26.304 0.430 21.612 32.656 0.662
SV 21 SV - 22
A4 Spare OK B4 Spare OK 11.853 26.302 0.451 21.943 32.661 0.672
A5 Spare OK B5 Spare OK 11.368 26.304 0.432 10.745 26.304 0.408
A6 Spare OK B6 Spare OK 10.653 26.305 0.405 10.604 26.303 0.40314793
SV 22 SV 21
B1 Spare OK FIBER NO.1,2,9,10,11,12 SPLICE THRU 11.204 26.304 0.42592663
B2 Spare OK 12.401 26.303 0.47146713
B3 SPLICE WRI
B4 SPLICE WRI
B5 Spare OK 16.652 51.176 0.3253869
B6 Spare OK 17.431 51.19 0.34051573

9 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
FIBER NO B3,B4 SPLICE THRU

SV - 22 FTC SV - 23 FTC Towards SV - 23 Towards SV - 22


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 Spare OK B1 TX ABB OK 11.854 24.883 0.476 6.914 19.242 0.359
A2 Spare OK B2 RX ABB OK 9.328 24.884 0.375 -6.600
A3 Spare OK B3 Spare OK 9.056 24.885 0.364 8.494 19.241 0.441
SV 23 SV - 22 SV 22 SV - 23
A4 Spare OK B4 Spare OK 10.696 24.886 0.430 6.956 19.241 0.362
A5 Spare OK B5 Spare OK 9.771 24.886 0.393 6.706 18.256 0.367
A6 Spare OK B6 Spare OK 9.06 24.884 0.36408937 7.495 19.237 0.38961377
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV - 23 FTC SV - 24 FTC Towards SV - 24 Towards SV - 23


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 RX ABB OK B1 TX ABB OK -9.330 8.801 23.770 0.370
A2 TX ABB OK B2 RX ABB OK 8.598 23.768 0.362 -8.100
A3 Spare OK B3 Spare OK 8.747 23.766 0.368 8.823 23.766 0.371
SV 24 SV - 23 SV 23 SV - 24
A4 Spare OK B4 Spare OK 8.905 23.768 0.375 8.971 23.768 0.377
A5 Spare OK B5 Spare OK 11.084 23.769 0.466 9.225 23.769 0.388
A6 Spare OK B6 Spare OK 9.382 23.764 0.39479886 8.059 23.764 0.33912641
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV - 24 FTC SV - 25 FTC Towards SV - 25 Towards SV - 24


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 RX ABB OK B1 TX ABB OK -7.030 0.77 2.115 0.364
A2 TX ABB OK B2 RX ABB OK 3.201 2.116 1.513 -8.410
A3 Spare OK B3 Spare OK 2.607 2.111 1.235 0.576 2.115 0.272
SV 25 SV - 24 SV 24 SV - 25
A4 Spare OK B4 Spare OK 1.356 2.115 0.641 0.787 2.115 0.372
A5 Spare OK B5 Spare OK 2.115 0.688 2.115 0.325
A6 Spare OK B6 Spare OK 4.197 2.115 1.98439716 1.141 2.115 0.53947991
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

10 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
SV - 25 FTC IP GUJRI FTC Towards IP GUJRI Towards SV 25
Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 RX ABB OK B1 -11.420
A2 TX ABB OK B2 9.041 23.411 0.386
A3 Spare OK B3 10.763 23.410 0.460
IP GUJRI SV - 25
A4 Spare OK B4 8.277 23.411 0.354
A5 Spare OK B5 TX ABB OK 8.65 23.410 0.370 9.508 23.409 0.406
A6 Spare OK B6 RX ABB OK 8.672 23.411 0.37042416 -13.78
SV -25 GUJRI
FIBER NO.1,2,9,10,11,12 SPLICE THRU D1 TX ABB OK 21.41 68.51 0.31250912
D2 Spare Break 18.263 49.285 0.37055899
D3 TX WRI OK 25.436 125.974 0.20191468
D4 RX WRI OK -14.16
D5 Spare Break 7.867 25.501 0.30849771
D6 RX ABB OK -19.34

IP GUJRI FTC SV - 27 FTC Towards SV 27 Towards IP GUJRI


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 B1 TX ABB OK 11.488 28.519 0.403
A2 B2 RX ABB Break 10.846 24.918 0.435
A3 B3 Spare OK 13.524 28.518 0.474
IP GUJRI SV - 27
A4 B4 Spare OK 11.684 28.520 0.410
A5 Spare OK B5 Spare Break 29.971 81.640 0.367 8.804 19.127 0.460
A6 Spare OK B6 Spare Break 25.512 81.589 0.313 10.056 24.921 0.40351511
SV -27 IP GUJRI
B1 RX ABB OK FIBER NO.1,2,9,10,11,12 SPLICE THRU -10.94
B2 TX ABB OK 10.554 28.515 0.37012099
B3 RX WRI OK -11.19
B4 TX WRI OK 25.425 81.574 0.31168019
B5 RX ABB Break 1.415 3.6 0.39305556
B6 Spare Break 1.585 3.601 0.44015551

SV - 27 FTC SV - 28 FTC Towards SV - 28 Towards SV - 27


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.

11 of 23
OTDR SUMMARY REPORT MANMAD-MANGLYA SECTION
A1 RX ABB OK B1 TX ABB OK -14.390 10.754 26.732 0.402
A2 Spare OK B2 RX ABB OK 10.188 26.730 0.381 -11.520
A3 TX ABB OK B3 Spare OK 11.6 26.731 0.434 10.187 26.730 0.381
SV 28 SV - 27 SV 27 SV - 28
A4 Spare OK B4 Spare OK 11.347 26.730 0.425 10.713 26.730 0.401
A5 Spare OK B5 Spare OK 11.97 26.727 0.448 10.414 26.727 0.390
A6 Spare OK B6 Spare OK 11.399 26.730 0.42644968 10.955 26.728 0.4098698
FIBER NO.1,2,9,10,11,12 SPLICE THRU FIBER NO.1,2,9,10,11,12 SPLICE THRU

SV - 28 FTC IP MANGLYA FTC Towards MANGLYA Towards SV 28


Fiber Terminated Fiber
Towards Used for Status Towards Terminated at Used for Status Loss in dB OFC Length Slope Loss in dB OFC Length Slope
No. at No.
A1 Spare OK A1 RX ABB OK 11.799 26.372 0.447 22.006 81.475 0.270
A2 TX ABB OK A2 Spare OK 13.758 26.369 0.522 30.14 81.630 0.369
A3 RX ABB OK A3 Spare OK -30.310 11.713 26.372 0.444
MANGLYA SV - 28
A4 Spare OK A4 RX ABB OK 13.41 26.371 0.509 -18.340
A5 Spare Break A5 TX ABB OK 4.469 9.880 0.452 11.93 26.368 0.452
A6 Spare Break A6 Spare OK 4.84 9.880 0.48987854 13.082 26.371 0.496
SV -28 IP MANGLYA
FIBER NO.1,2,9,10,11,12 SPLICE THRU B1 Spare Break 7.952 16.486 0.48234866
B2 Spare Break 7.115 16.485 0.43160449
B3 TX WRI OK 19.092 81.551 0.23411117
B4 RX WRI OK -21.85
B5 TX ABB OK 24.576 78.019 0.31500019
B6 Spare OK 19.655 72.425 0.27138419

12 of 23
OTDR SUMMARY REPORT MANGLYA-KOTA SECTION
IP MANGLIYA FTC SV - 29 FTC Towards SV 29 Towards MANGLYA
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 Spare OK C1 Spare OK 4.577 15.507 0.295 6.215 15.515 0.400
A2 TX STM1 OK C2 RX STM 1 OK 3.342 15.508 0.215 -14.250
A3 RX STM1 OK C3 TX STM 1 OK -6.390 5.627 15.518 0.362
A4 Spare OK C4 IP Spare OK 3.381 15.510 0.217 5.382 15.519 0.346
SV - 29
A5 Spare Break C5 MANGLYA Spare Break 1.138 1.324 0.859 5.222 14.196 0.367
A6 IP Spare Break C6 Spare Break 1.475 1.324 1.114 5.29 14.201 0.372
SV -29
B1 MANGLYA Spare Break D1 Spare Break 0.517 1.326 0.389 5.102 14.208 0.359
B2 Spare Break D2 Spare Break 0.453 1.325 0.341 5.204 14.202. 0.366
B3 Spare OK FIBER NO. 9,10,11,12 SPLICE THRU 25.254 68.516 0.368
B4 TX STM4 OK 20.695 78.387 0.264
B5 RX STM4 OK -21.71
B6 Spare OK 15.717 68.489 0.229

SV - 29 FTC SV - 30 FTC Towards SV 30 Towards SV 29


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 RX STM 1 OK A1 TX STM 1 OK -35.040 11.119 32.038 0.347
A2 TX STM 1 OK A2 RX STM 1 OK 12.351 32.066 0.385 -26.640
A3 Spare OK A3 11.839 32.066 0.369
A4 Spare OK A4 Spare OK 11.998 32.058 0.374 13.763 32.058 0.429
SV - 30 SV - 29 SV 29 SV - 30
A5 Spare OK A5 Spare OK 12.914 32.038 0.403 13.334 32.038 0.416
A6 Spare OK A6 Spare OK 11.932 32.030 0.372 13.314 32.030 0.415
B1 Spare OK B1 Spare OK 11.411 32.039 0.356 11.573 32.039 0.361
B2 Spare OK B2 Spare OK 12.29 32.044 0.383 11.765 32.044 0.367
FIBER NO. 9,10,11,12 SPLICE THRU FIBER NO. 9,10,11,12 SPLICE THRU

SV - 30 FTC SV - 31 FTC Towards SV 31 Towards SV 30


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
C1 Spare OK C1 Spare OK 11.246 30.858 0.364 12.713 30.856 0.412
C2 Spare OK C2 Spare OK 11.766 30.879 0.381 13.120 30.879 0.424
C3 Spare OK C3 Spare OK 11.782 30.879 0.381 13.296 30.875 0.430
C4 Spare OK C4 Spare OK 11.406 30.860 0.369 12.595 30.860 0.408
SV 31 SV - 30
C5 RX STM 1 OK C5 TX STM 1 OK -26.140 12.585 30.877 0.407
C6 TX STM 1 OK C6 RX STM 1 OK 11.748 30.863 0.38 -19.23
SV 30 SV - 31

13 of 23
OTDR SUMMARY REPORT MANGLYA-KOTA SECTION
SV 30 SV - 31 17.683 47.554 0.371 16.369 78.28 0.209
D1 Spare OK D1 TX STM 4 OK
D2 Spare OK D2 RX STM 4 OK 11.202 30.87 0.362 -19.75
FIBER NO. 9,10,11,12 SPLICE THRU D3 Spare Break 2.702 10.028 0.269
Fiber No. D1 RX From SV 31 Patch Cord RX Power -18.85 D4 Spare Break 3.953 10.031 0.394
Fiber No. D2 TX To SV 31 Pigtel RX Power -2.11 D5 Spare Break 3.078 10.03 0.306
D6 Spare Break 2.729 10.037 0.271

SV - 31 FTC SV - 32 FTC Towards SV 32 Towards SV 31


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 RX STM 1 OK C1 TX STM 1 OK -21.460 13.400 30.014 0.446
A2 TX STM 1 OK C2 RX STM 1 OK 12.711 35.034 0.362 -18.890
A3 Spare OK C3 Spare OK 14.348 35.039 0.409 12.795 35.040 0.365
A4 Spare OK C4 Spare OK 13.645 35.019 0.389 13.606 35.019 0.388
SV 31 SV - 32
A5 Spare OK C5 Spare OK 13.285 35.009 0.379 13.198 35.009 0.376
A6 Spare OK C6 Spare OK 13.232 35.016 0.377 13.301 35.016 0.379
SV 32 SV - 31
B1 Spare OK D1 Spare OK 12.819 34.996 0.366 12.765 34.996 0.364
B2 Spare OK D2 Spare OK 13.831 35.005 0.395 13.893 35.003 0.396
B3 RX STM 4 OK FIBER NO. 9,10,11,12 SPLICE THRU -30.24
B4 TX STM 4 OK 17.609 78.285 0.224
B5 Spare OK 18.362 78.29 0.234
B6 Spare OK 17.567 78.295 0.224

SV - 32 FTC IP SHER PUR FTC Towards IP SHERPUR Towards SV 32


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 RX STM 1 OK C1 TX STM 1 OK -18.460 17.157 43.311 0.396
A2 TX STM 1 OK C2 RX STM 1 OK 16.153 43.321 0.372 -23.190
A3 Spare OK C3 Spare OK 15.845 43.331 0.365 9.627 43.310 0.222
A4 Spare OK C4 Spare OK 16.463 43.334 0.379 10.805 43.307 0.249
IP SHERPUR SV - 32
A5 Spare OK C5 Spare OK 16.208 43.321 0.374 9.932 43.297 0.229
A6 Spare OK C6 Spare OK 16.159 43.313 0.373 9.817 43.289 0.226
SV 32 IP SHERPUR
B1 Spare OK D1 Spare OK 16.466 43.305 0.38 12.222 43.284 0.282
B2 Spare OK D2 Spare OK 15.962 43.318 0.368 11.256 43.294 0.259
FIBER NO. 9,10,11,12 SPLICE THRU D3 TX STM 4 OK 25.416 78.314 0.324
D4 RX STM 4 OK -23.23
D5 Spare OK 17.766 78.29 0.226
D6 Spare OK 17.446 78.295 0.222

14 of 23
OTDR SUMMARY REPORT MANGLYA-KOTA SECTION
IP SHER PUR FTC SV - 33 FTC Towards SV 33 Towards IP SHERPUR
Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 TX STM 1 OK C1 RX STM 1 OK 13.855 37.795 0.366 -30.390
A2 RX STM 1 OK C2 TX STM 1 OK -18.290 13.638 37.808 0.360
A3 Spare OK C3 Spare OK 13.514 37.807 0.357 13.521 37.807 0.357
A4 Spare OK C4 IP Spare OK 13.844 37.810 0.366 13.990 37.812 0.369
SV - 33
A5 Spare OK C5 SHERPUR Spare OK 14.428 37.815 0.381 14.168 37.815 0.374
A6 Spare OK C6 Spare OK 13.585 37.784 0.359 13.702 37.785 0.362
SV 33 IP SHERPUR
B1 Spare OK D1 Spare OK 16.009 37.802 0.423 13.79 37.802 0.364
B2 Spare OK D2 Spare OK 14.861 37.803 0.393 13.557 37.803 0.358
B3 Spare OK FIBER NO. 9,10,11,12 SPLICE THRU 24.662 65.522 0.376
B4 TX STM 4 OK 29.494 81.119 0.363
B5 Spare OK 32.387 84.399 0.383
B6 RX STM 4 OK -34.71

SV - 33 FTC SV - 34 FTC Towards SV - 34 Towards SV - 33


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 TX STM 1 OK C1 RX STM 1 OK 16.836 40.674 0.413 -48.630
A2 Spare OK C2 Spare OK 18.332 40.687 0.450 17.000 40.687 0.417
A3 Spare OK C3 Spare OK 17.148 40.695 0.421 16.242 40.695 0.399
A4 RX STM 1 OK C4 TX STM 1 OK -54.570 18.201 40.690 0.447
SV 34 SV - 33 SV 33 SV - 34
A5 Spare OK C5 Spare OK 17.404 40.713 0.427 16.254 40.713 0.399
A6 Spare Break C6 Spare Break 4.718 8.210 0.574 14.766 32.490 0.454
B1 Spare OK D1 Spare OK 16.809 40.69 0.413 16.245 40.69 0.399
B2 Spare Break D2 Spare Break 3.72 8.21 0.453 12.404 32.485 0.381
FIBER NO. 9,10,11,12 SPLICE THRU FIBER NO. 9,10,11,12 SPLICE THRU

SV - 34 FTC SV - 35 FTC Towards SV - 35 Towards SV - 34


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 TX STM 1 OK C1 RX STM 1 OK 12.825 34.857 0.367 -13.980
A2 RX STM 1 OK C2 TX STM 1 OK -15.340 12.652 34.874 0.362
A3 Spare OK C3 Spare OK 12.465 34.885 0.357 12.659 34.885 0.362
A4 Spare OK C4 Spare OK 12.739 34.888 0.365 12.606 34.888 0.361
SV 35 SV - 34 SV 34 SV - 35
A5 Spare OK C5 Spare OK 15.744 34.909 0.451 13.594 34.911 0.389
A6 Spare OK C6 Spare OK 14.145 34.891 0.405 13.103 34.891 0.375
B1 Spare OK D1 Spare OK 13.134 34.903 0.376 13.012 34.903 0.372

15 of 23
OTDR SUMMARY REPORT MANGLYA-KOTA SECTION
B2 Spare OK D2 Spare OK 12.391 34.892 0.355 12.514 34.892 0.358
FIBER NO. 9,10,11,12 SPLICE THRU FIBER NO. 9,10,11,12 SPLICE THRU

SV - 35 FTC IP 2 KOTA FTC Towards IP 2 KOTA Towards SV 35


Terminat Terminat OFC OFC
Fiber No. Towards Used for Status Fiber No. Towards Used for Status Loss in dB Slope Loss in dB Slope
ed at ed at Length Length
A1 RX STM 1 OK C1 TX STM 1 OK -11.980 9.803 20.747 0.472
A2 TX STM 1 OK C2 RX STM 1 OK 8.919 20.756 0.429 -22.900
A3 Spare OK C3 Spare OK 9.685 20.753 0.466 8.996 20.753 0.433
A4 Spare OK C4 Spare OK 10.427 20.732 0.502 10.009 20.732 0.482
IP 2 KOTA SV - 35
A5 Spare OK C5 Spare OK 10.065 20.755 0.484 10.273 20.755 0.494
A6 Spare Break C6 Spare Break 10.089 20.578 0.49 4.091 0.291 14.054
SV 35 IP 2 KOTA
B1 Spare Break D1 Spare Break 9.239 19.995 0.462 0.745 0.765 0.973
B2 Spare OK D2 Spare OK 9.956 20.746 0.479 11.034 20.746 0.531
FIBER NO. 9,10,11,12 SPLICE THRU D3 Spare OK 23.706 68.47 0.346
D4 RX STM 4 OK -27.2
D5 Spare OK 23.451 63.294 0.37
D6 TX STM 4 OK 26.664 73.4 0.363

16 of 23
OTDR SUMMARY REPORT KOTA-BIJWASAN SECTION
SV-42 (STM 1) Towards Bijwasan Towards Mangliya
Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Tx STM1 Ok C1 Tx STM1 Ok
IP-3
A2 Rx STM1 Ok C2 Rx STM1 Ok
IP-4
A3 Spare Ok C3 Spare Ok 6.803 29.797 0.228 8.340 37.297 0.224
SV-41
A4 Spare Damaged Cut at 26.08819 C4 Used by PCMS OPS-4 - 29.797 -
A5 For PCMS GES C5 For PCMS GES
Spliced thru (SV-41 - IP-4) Spliced thru (SV-41 - IP-4)
A6 For PCMS GES C6 For PCMS GES
Bijwasan Mangliya
B1 Spare Ok D1 Spare Ok 10.269 29.797 0.345 5.944 37.297 0.159
IP-4 SV-41
B2 Spare Ok D2 Spare Ok 8.885 29.797 0.298 8.321 37.257 0.223
B3 STM4 D3 STM4
B4 STM4 D4 STM4
Spliced thru (SV-41 - IP-4) Spliced thru (SV-41 - IP-4)
B5 Spare D5 Spare
B6 Spare D6 Spare

IP-4 (STM 1 & STM 4) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Tx STM4 Ok C1 Rx STM1 Ok
SV-44
A2 Rx STM4 Ok C2 Tx STM1 Ok
SV-42
A3 Spare Ok C3 Spare Ok 10.870 35.442 0.307 6.828 29.797 0.229
A4 SV-43 Spare Ok C4 Spare Damaged Cut at 3.669 6.674 35.402 0.189 - 29.797 -
A5 Spare Ok C5 For PCMS GES 9.507 35.402 0.269
SV-41
A6 For PCMS GES C6 For PCMS GES
Bijwasan IP-5 Mangliya
B1 For PCMS GES D1 Spare Ok 9.178 29.797 0.308
SV-42
B2 Spare Ok D2 Spare Ok 9.629 35.402 0.272 8.816 29.797 0.296
B3 Rx STM1 Ok D3 Tx STM4 Ok
B4 SV-43 Tx STM1 Ok D4 Rx STM4 Ok
SV-41
B5 Spare Ok D5 Spare Ok 9.220 35.442 0.260 10.155 67.176 0.151
B6 Spare Ok D6 Spare Ok 7.114 35.402 0.201 16.117 67.135 0.240

SV-43 (STM 1) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 STM4 C1 STM4
Spliced Thru IP-4 - SV-44 Spliced Thru IP-4 - SV-44
A2 STM4 C2 STM4
A3 Spare Ok C3 Spare Ok 8.274 31.168 0.265 9.341 35.967 0.260
A4 SV-44 Spare Ok C4 IP-4 Spare Ok 9.388 31.168 0.301 9.810 35.402 0.277
A5 Spare Ok C5 Spare Ok 9.007 31.168 0.289 9.459 36.531 0.259
A6 For PCMS GES C6 For PCMS GES
Bijwasan Spliced Thru IP-4 - IP-5 Mangliya Spliced Thru IP-4 - IP-5
B1 For PCMS GES D1 For PCMS GES
B2 SV-44 Spare Ok D2 Spare Ok 8.411 31.168 0.270 10.177 35.402 0.287
B3 Rx STM 1 Ok D3 Rx STM1 Ok
B4 Tx STM1 Ok D4 IP-4 Tx STM1 Ok
IP-5
B5 Spare Ok D5 Spare Ok 13.553 53.547 0.253 9.582 35.442 0.270
B6 Spare Ok D6 Spare Ok 10.625 53.547 0.198 9.152 35.442 0.258

17 of 23
OTDR SUMMARY REPORT KOTA-BIJWASAN SECTION
SV-44 (STM 4) Towards Bijwasan Towards Mangliya
Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
1 Spare Ok 13 Rx STM4 Ok 5.917 22.338 0.265
IP-4
2 Rx STM4 Ok 14 Tx STM4 Ok
3 IP-5 Tx STM4 Ok 15 Spare Ok 7.492 31.168 0.240
4 Spare Ok 16 SV-43 Spare Ok 6.348 22.378 0.284 9.078 31.168 0.291
5 Spare Ok 17 Spare Ok 7.766 22.338 0.348 9.524 31.168 0.306
6 For PCMS GES 18 For PCMS GES
Bijwasan Spliced Thru (IP-4 - IP-5) Mangliya Spliced Thru (IP-4 - IP-5)
7 For PCMS GES 19 For PCMS GES
8 IP-5 Spare Ok 20 Spare Ok 5.691 22.338 0.255 8.229 31.168 0.264
9 STM1 21 STM1
10 STM1 22 STM1
Spliced Thru (SV-43 - IP-5) Spliced Thru (SV-43 - IP-5)
11 Spare 23 Spare
12 Spare 24 Spare

IP-5 (STM 1 & STM 4) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Tx STM 1 Ok C1 Spare Ok 6.096 22.338 0.273
A2 Rx STM1 Ok C2 Tx STM4 Ok
A3 Spare Ok C3 SV-44 Rx STM4 Ok 10.283 39.555 0.260
A4 Spare Ok C4 Spare Ok 11.790 39.515 0.298 6.400 22.338 0.287
SV-45
A5 Spare Ok C5 Spare Ok 10.721 39.475 0.272 7.748 22.338 0.347
A6 Spare Ok C6 For PCMS GES 10.928 39.475 0.277
Bijwasan Mangliya IP-4
B1 Spare Ok D1 For PCMS GES 10.361 39.475 0.262
B2 Spare Ok D2 SV-44 Spare Ok 10.495 39.475 0.266 5.664 22.338 0.254
B3 Spare Ok D3 Tx STM1 Ok 13.474 81.046 0.166
B4 Rx STM4 Ok D4 Rx STM1 Ok
SV-46 SV-43
B5 Tx STM4 Ok D5 Spare Ok 13.834 53.587 0.258
B6 Spare Damaged at 63.506 Km D6 Spare Ok - - - 14.186 53.507 0.265

SV-45 (STM 1) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Spare Ok C1 Rx STM1 Ok 12.644 80.240 0.158
Piyala
A2 Tx STM1 Ok C2 Tx STM1 Ok
SV-46 / Patched to B2 in SV-46 FTC for
A3 Rx STM1 C3 Spare Ok 5.928 39.555 0.150
Piyala Piyala
A4 Spare Ok C4 IP-5 Spare Ok 6.811 41.491 0.164 5.773 39.515 0.146
A5 Spare Damaged at 3.467 Km C5 Spare Ok - - - 5.631 39.515 0.143
A6 Bijwasan SV-46 Spare Ok C6 Mangliya Spare Ok 5.868 41.531 0.141 5.491 39.515 0.139
B1 Spare Ok D1 Spare Ok 5.715 41.531 0.138 5.720 39.555 0.145
B2 Spare Ok D2 Spare Ok 7.785 51.531 0.151 6.501 39.515 0.165
B3 Spare D3 Spare
B4 STM4 D4 STM4
Spliced Thru (IP-5 - SV-46) Spliced Thru (IP-5 - SV-46)
B5 STM4 D5 STM4
B6 Spare D6 Spare

18 of 23
OTDR SUMMARY REPORT KOTA-BIJWASAN SECTION
SV-46 (STM 4) Towards Bijwasan Towards Mangliya
Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Spare C1 Spliced Thru (SV-45-Piyala) Spare
Spliced Thru (SV-45-Piyala)
A2 STM1 C2 STM1 STM1
Spliced thru by patch cord to B2 in FTC for STM1
A3 Spare Ok C3 SV-45 10.564 38.708 0.273
link b/w SV-45 and Piyala
A4 Spare Ok C4 Spare Ok 10.392 38.708 0.268 14.562 41.491 0.351
Piyala
A5 Spare Damaged at 28.426 Km C5 Spare Major Drop at 38.023 - - - 14.634 41.491 0.353
A6 Spare Ok C6 Spare Ok 9.554 38.668 0.247 14.274 41.531 0.344
Bijwasan Mangliya SV-45
B1 Spare Ok D1 Spare Ok 9.373 38.668 0.242 11.983 41.491 0.289
Spliced thru by patch cord to C3 in FTC for
B2 Piyala D2 Spare Ok 12.786 41.531 0.308
STM1 link b/w SV-45 and Piyala
B3 Tx STM4 Ok D3 Spare Ok 21.590 81.046 0.266
B4 Rx STM4 Ok D4 Rx STM4 Ok
Piyala IP-5
B5 Spare Ok D5 Tx STM4 Ok 9.419 38.708 0.243
B6 Spare Ok D6 Spare Damaged at 17.580 Km 9.854 38.668 0.255 - - -

Piyala (STM 1 & STM 4) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Tx STM 1 Ok C1 Spare Ok 18.432 80.240 0.230
SV-45
A2 Rx STM1 Ok C2 Rx STM1 Ok
A3 Spare Ok C3 Spare Ok 4.780 21.773 0.220 10.079 38.708 0.260
A4 Spare Ok C4 Spare Ok 6.266 21.773 0.288 9.813 38.708 0.254
A5 SV-47 Spare Damaged C5 SV-46 Spare Damaged at 10.241 Km - - -
A6 PCMS Demo Ok C6 Spare Ok 4.702 21.773 0.216 9.344 38.708 0.241
B1 Bijwasan Spare Ok D1 Mangliya Spare Ok 5.295 21.773 0.243 9.604 38.708 0.248
Patched to C3 in SV-46 FTC for SV-
B2 Spare Ok D2 SV-46/SV-45 Tx STM1 5.198 21.733 0.239
45
B3 Rx STM4 Ok D3 Tx STM4 Ok
B4 Spare Ok D4 Rx STM4 Ok 15.312 59.998 0.255
Bijwasan SV-46
B6 Spare Ok D5 Spare Ok 8.819 59.998 0.147 10.556 38.668 0.273
B5 Tx STM 4 Ok D6 Spare Ok 8.966 38.668 0.232

SV-47 (STM 1) Towards Bijwasan Towards Mangliya


Fiber Terminated Fiber Terminated OFC
Towards Used for Status Towards Used for Status Loss in dB OFC Length Slope Loss in dB Slope
No. at No. at Length
A1 Tx STM1 Ok C1 Rx STM1 Ok
A2 Rx STM1 Ok C2 Tx STM1 Ok
A3 Spare Damaged at 16.380 Km C3 Spare Ok - - - 6.509 21.804 0.299
A4 Spare Ok C4 Spare Ok 10.991 38.255 0.287 4.615 21.804 0.212
Bijwasan Piyala
A5 Spare Ok C5 Spare Damaged at 10.403 Km 11.296 38.235 0.295 - - -
A6 Spare Ok C6 PCMS Demo Termination Kit Installed. 10.405 38.245 0.272 5.436 21.783 0.250
Bijwasan Mangliya
B1 Spare Damaged at 14.334 Km D1 Spare Ok - - - 5.684 21.773 0.261
B2 Spare Damaged at 34.061 Km D2 Spare Ok - - - 5.558 21.783 0.255
B3 STM4 D3 STM4
B4 Spliced thru (Piyala - Spare D4 Spliced thru (Piyala - Spare
B5 Bijwasan) Spare D5 Bijwasan) Spare

19 of 23
OTDR SUMMARY REPORT KOTA-BIJWASAN SECTION
B6 STM4 D6 STM4

Bijwasan (STM 1 & STM 4) Towards Mangliya


Fiber Terminated OFC
Towards Used for Status Loss in dB Slope
No. at Length
A1 Rx STM1 Ok
A2 Tx STM1 Ok
A3 Spare Damaged at 21.904 Km - - -
A4 Spare Ok 10.014 38.255 0.262
SV-47
A5 Spare Ok 12.267 38.184 0.321
A6 Spare Ok 13.549 38.184 0.355
Mangliya
B1 Spare Damaged at 23.984 Km - - -
B2 Spare Damaged at 4.213 Km - - -
B3 Tx STM4 Ok
B4 Spare Ok 15.065 60.018 0.251
Piyala
B5 Spare Ok 14.848 60.029 0.247
B6 Rx STM4 Ok

20 of 23
OTDR SUMMARY REPORT BINA-KOTA SECTION
IP KOTA FTC SV - 7 FTC Towards SV - 7 Towards KOTA
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss In dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 TX SV6 OK A1 SPLICE 13.479 59.906 0.225 21.455 59.938 0.358
C2 RX SV6 OK A2 SPLICE -16.91 -16.320
C3 TX SV 7 OK A3 TX KOTA OK 6.48 29.968 0.216 10.787 29.985 0.360 6.247 29.971 0.208 10.566 29.986 0.352
C4 RX SV 7 OK A4 RX KOTA OK 7.054 29.971 0.235 11.381 29.986 0.380 6.529 29.971 0.218 11.009 29.986 0.367
C5 RX IP1 OK A5 SPLICE 13.081 61.384 0.213 20.919 57.352 0.365
C6 Spare OK A6 SPLICE 13.209 61.384 0.215 21.874 59.692 0.366
SV 7 KOTA KOTA SV 7
D1 TX IP1 OK B1 SPLICE 21.012 70.113 0.300 21.945 60.009 0.366
D2 Spare OK B2 SPLICE 13.129 59.973 0.219 21.261 60.004 0.354
D3 Spare OK B3 Spare OK 6.421 29.950 0.214 10.808 29.969 0.361 6.648 29.952 0.222 10.839 29.969 0.362
D4 Spare OK B4 Spare OK 6.46 29.953 0.216 10.561 29.971 0.352 6.257 29.953 0.209 10.486 29.971 0.350
D5 Spare OK B5 SPLICE 18.197 83.823 0.217 22.704 61.383 0.370
D6 Spare OK B6 SPLICE 18.837 83.869 0.225 21.317 57.506 0.371
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU

SV 7 FTC SV - 6 FTC Towards SV - 6 Towards SV 7


Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 SPLICE A1 RX KOTA OK -30.540 -29.920
C2 SPLICE A2 TX KOTA OK 13.67 59.899 0.2282175 59.933
C3 TX SV 6 OK A3 RX SV 7 OK 6.436 30.009 0.214469 10.852 30.025 0.361 -8.600 -8.070
C4 RX SV 6 OK A4 TX SV 7 OK -9.030 6.369 30.005 0.2122646 10.909 30.022 0.363
C5 SPLICE A5 SPLICE
C6 SPLICE A6 SPLICE
SV 6 SV 7 SV 7 SV 6
D1 SPLICE B1 Spare OK 13.951 59.986 0.2325709 22.096 60.009 0.368
D2 SPLICE B2 Spare OK 12.912 59.970 0.2153077 21.964 59.989 0.366
D3 Spare OK B3 Spare OK 6.456 29.980 0.2153436 10.989 29.998 0.366 6.563 29.980 0.2189126 10.983 29.998 0.366
D4 Spare OK B4 Spare OK 6.424 29.981 0.214269 10.84 29.999 0.361 6.4 29.981 0.2134685 10.866 29.999 0.362
D5 SPLICE B5 SPLICE
D6 SPLICE B6 SPLICE
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU Fiber No. 5,6,11,12, SPLICE THRU
Fiber no. B1 Patchcord Connected
SV 6 FTC SV - 5 FTC Towards SV - 5 Towards SV 6
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 Spare OK A1 SPLICE 15.897 69.536 0.2286351 22.474 69.578 0.323
C2 RX IP 1 OK A2 SPLICE -10.850
C3 Spare BREAK A3 Spare BREAK 0.524 1.402 0.3737518 10.516 23.814 0.442 1.195 5.715 0.2090989 0.209
C4 Spare BREAK A4 Spare BREAK 23.814 11.130 23.816 0.467 1.471 5.716 0.0824003 0.257
C5 SPLICE A5 SPLICE
C6 SPLICE A6 SPLICE
SV 5 SV 6 SV 6 SV 5
D1 Spare OK B1 SPLICE 16.259 69.643 0.2334621 19.866 69.680 0.285
D2 TX IP 1 OK B2 SPLICE 14.032 69.656 0.2017251 21.253 68.696 0.309
D3 RX SV 5 OK B3 TX SV 6 OK -9.340 6.938 29.505 0.2351466 10.979 29.522 0.372
D4 TX SV 5 OK B4 RX SV 6 OK 7.145 29.505 0.2421623 10.988 29.523 0.372 -14.780 -14.220
D5 SPLICE B5 SPLICE
D6 SPLICE B6 SPLICE
Fiber No. 5,6,11,12, SPLICE THRU Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU
Fiber no. D1 Patchcord Connected
SV 5 FTC IP 1 {GUNA} FTC Towards IP 1 {GUNA} Towards SV 5
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 SPLICE A1 Spare 9.066 69.556 0.130341 18.779 69.563 0.270
C2 SPLICE A2 TX SV 5 10.083 69.546 0.1449832 16.869 69.588 0.242
C3 Spare OK A3 Spare OK 9.527 40.109 0.2375277 14.764 40.130 0.368 9.184 40.104 0.2290046 14.518 40.130 0.362

21 of 23
OTDR SUMMARY REPORT BINA-KOTA SECTION
C4 Spare OK A4 Spare OK 10.264 40.112 0.2558835 15.915 40.133 0.397 10.296 40.112 0.2566813 15.909 40.135 0.396
C5 SPLICE A5 TX KOTA 16.848 68.352 0.2458414 21.815 51.559 0.423
C6 IP 1 SPLICE A6 Spare 14.948 68.268 0.2189606 18.606 50.721 0.367
SV 5 SV 5 IP 1 {GUNA}
D1 {GUNA} SPLICE B1 RX KOTA 15.076 69.658 0.2164288 19.673 69.701 0.282
D2 SPLICE B2 RX SV 6 -23.730 -23.070
D3 TX IP 1 OK B3 RX SV 5 OK 8.592 40.112 0.2142002 14.88 40.133 0.371 -13.300 -12.740
D4 RX IP 1 OK B4 TX SV 5 OK -14.6 -14.000 8.901 40.117 0.221876 14.696 40.138 0.366
D5 SPLICE B5 Spare BREAK 10.294 45.821 0.2246568 16.967 45.896 0.370
D6 SPLICE B6 Spare BREAK 13.365 45.829 0.2916276 21.072 45.908 0.459
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU
IP 1{GUNA} FTC SV - 4 FTC Towards SV - 4 Towards IP 1 {GUNA}
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 RX SV3 OK A1 SPLICE 17.941 56.020 0.3202606 22.652 56.045 0.404
C2 TX SV 3 OK A2 SPLICE 16.333 56.020 0.2915566 23.287 56.055 0.415
C3 TX SV 4 OK A3 RX IP 1 OK 7.554 26.635 0.283612 11.499 26.650 0.431 -12.320 -11.610
C4 RX SV 4 OK A4 TX IP 1 OK -11.57 -11.080 8.898 26.640 0.334009 11.769 26.654 0.442
C5 TX BINA OK A5 SPLICE 25.503 93.562 0.2725786 19.756 45.459 0.435
C6 RX BINA OK A6 IP 1 SPLICE 25.919 91.561 0.283079 22.292 51.625 0.432
SV 4 IP 1 {GUNA} SV 4
D1 Spare OK B1 {GUNA} SPLICE 16.477 56.076 0.2938334 20.240 56.103 0.361
D2 Spare BREAK B2 SPLICE 6.079 22.351 0.2719789 16.766 34.485 0.486
D3 Spare BREAK B3 Spare BREAK 2.274 5.605 0.4057092 0.406 6.728 21.036 0.3198327 9.675 21.037 0.460
D4 Spare OK B4 Spare OK 7.478 26.634 0.2807689 11.482 26.649 0.431 7.757 26.633 0.2912552 11.785 26.649 0.442
D5 Spare OK B5 SPLICE 21.018 69.587 0.3020392 20.381 45.617 0.447
D6 Spare OK B6 SPLICE 21.209 66.769 0.3176474 22.268 48.606 0.458
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU
SV 4 FTC SV - 3 FTC Towards SV - 3 Towards SV-4
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 SPLICE A1 RX IP 1 OK 56.014 19.23 56.029 0.343
C2 SPLICE A2 TX IP 1 OK 16.438 56.017 0.2934466 21.897 56.039 0.391
C3 RX SV 7 OK A3 TX SV 4 OK -12.47 -11.990 9.709 29.436 0.3298342 13.193 29.453 0.448
C4 TX SV 7 OK A4 RX SV 4 OK 8.436 29.439 0.2865586 13.083 29.455 0.444 -18.800 -17.790
C5 SPLICE A5 SPLICE
C6 SPLICE A6 SPLICE
SV 3 SV 4 SV 4 SV 3
D1 SPLICE B1 Spare OK 16.555 56.073 0.2952401 20.694 56.093 0.369
D2 SPLICE B2 Spare BREAK 7.258 21.638 0.3354284 9.437 21.645 0.436
D3 Spare BREAK B3 Spare BREAK 2.711 9.284 0.2920078 4.121 9.289 0.444 4.978 20.151 0.2470349 7.823 20.159 0.388
D4 Spare BREAK B4 Spare OK 2.617 9.284 0.2818828 5.091 9.289 0.548 8.313 29.431 0.2824573 12.593 29.447 0.428
D5 SPLICE B5 SPLICE
D6 SPLICE B6 SPLICE
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU Fiber No. 5,6,11,12, SPLICE THRU
SV 3 FTC SV - 2 FTC Towards SV - 2 Towards SV 3
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 Spare OK A1 SPLICE 23.159 83.323 0.2779425 24.071 48.989 0.491
C2 Spare OK A2 SPLICE 22.898 83.338 0.2747606 24.217 50.195 0.482
C3 TX SV 2 OK A3 TX SV 3 OK No Make OFC Length 12.691 39.471 0.3215272 19.59 39.492 0.496
C4 RX SV 2 OK A4 RX SV 3 OK 12.128 39.469 0.3072791 18.863 39.492 0.478 17.117 39.469 0.4336821 19.601 39.494 0.496
C5 SPLICE A5 SPLICE
C6 SPLICE A6 SPLICE
SV 2 SV 3 SV 3 SV 2
D1 TX BINA OK B1 SPLICE 20.285 83.455 0.2430651 17.216 36.712 0.469
D2 RX BINA OK B2 SPLICE 21.164 83.435 0.2536585 24.743 51.380 0.482
D3 Spare OK B3 Spare 10.869 39.459 0.2754505 18.793 39.487 0.476 No Make OFC Length
D4 Spare OK B4 Spare 13.116 39.474 0.3322693 19.907 39.489 0.504 No Make OFC Length
D5 SPLICE B5 SPLICE
D6 SPLICE B6 SPLICE
Fiber No. 5,6,11,12, SPLICE THRU Fiber No.1,2,5,6,7,8,11,12, SPLICE THRU
SV 2 FTC SV - 1 FTC Towards SV - 1 Towards SV 2

22 of 23
OTDR SUMMARY REPORT BINA-KOTA SECTION
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 SPLICE A1 SPLICE
C2 SPLICE A2 SPLICE
C3 RX SV 1 OK A3 TX SV 2 OK 9.129 30.711 0.2972551 13.344 30.727 0.434 9.317 30.714 0.303347 14.191 30.703 0.462
C4 TX SV 1 OK A4 RX SV 2 OK 9.098 30.712 0.296236 14.307 30.727 0.466 9.428 30.711 0.306991 14.057 30.727 0.457
C5 SPLICE A5 SPLICE
C6 SPLICE A6 SPLICE
SV 1 SV 2 SV 2 SV 1
D1 SPLICE B1 SPLICE
D2 SPLICE B2 SPLICE
D3 Spare OK B3 Spare OK 8.697 30.706 0.2832345 14.123 30.721 0.460 8.584 30.703 0.2795818 13.693 30.718 0.446
D4 Spare OK B4 Spare OK 2.571 30.707 0.0837268 12.223 30.718 0.398 6.834 30.705 0.2225696 16.097 30.722 0.524
D5 SPLICE B5 SPLICE
D6 SPLICE B6 SPLICE
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU
Fiber No. D4 High Loss Sv 2 to 6.367 Km.
SV 1 FTC BINA FTC Towards BINA Towards SV 1
Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope Loss in dB OFC Length Slope
Fiber No. Towards Terminated at Used for Status Fiber No. Towards Terminated at Used for Status
1550 1550 (1550) 1310 1310 (1310) 1550 1550 (1550) 1310 1310 (1310)
C1 SPLICE A1 Spare OK 14.86 43.687 0.340147 16.835 34.102 0.494
C2 SPLICE A2 Spare OK 23.432 83.348 0.2811345 19.458 51.487 0.378
C3 TX BINA OK A3 RX SV 1 OK 3.462 13.285 0.2605947 3.894 13.293 0.293 3.426 13.285 0.2578848 6.591 13.292 0.496
C4 RX BINA OK A4 TX SV 1 OK 3.894 13.285 0.2931125 5.893 13.293 0.443 4.911 13.286 0.3696372 7.049 13.294 0.530
C5 SPLICE A5
C6 SPLICE A6
BINA SV 1 SV 1 BINA
D1 SPLICE B1 RX IP 1 OK -52.140 -51.140
D2 SPLICE B2 TX IP 1 OK 18.656 49.813 0.3745207 6.163 46.634 0.132
D3 Spare OK B3 RX SV 3 OK 3.424 13.278 0.2578702 7.041 13.287 0.530 -43.470 -42.900
D4 Spare OK B4 TX SV 3 OK 4.031 13.278 0.3035849 7.617 13.287 0.573 20.463 83.455 0.245198 23.748 51.421 0.462
D5 SPLICE B5
D6 SPLICE B6
Fiber No. 1,2,5,6,7,8,11,12, SPLICE THRU Fiber No. A5,A6,B5,B6 Not Connected

23 of 23

You might also like