Professional Documents
Culture Documents
(SUMMARY EN) - CONTROLE - QoS - F02 - SOCOF - CAB5 - AOI - 2020 PDF
(SUMMARY EN) - CONTROLE - QoS - F02 - SOCOF - CAB5 - AOI - 2020 PDF
(SUMMARY EN) - CONTROLE - QoS - F02 - SOCOF - CAB5 - AOI - 2020 PDF
April 2020
Section I: General Requirements and Conditions
1.
Tender identification number: F02 / SOCOF / CAB5 / AOI / 2020
Name of Purchaser: Société Congolaise de Fiber Optique (SOCOF SA)
Name of Tender: ACQUISITION OF A QUALITY CONTROL PLATFORM FOR
MONITORING PERFORMANCE OF MOBILE NETWORKS
2.
Adopted by: Government of the Democratic Republic of Congo
Project Name: Central African Backbone (CAB5)
3.
The number of members of a Group of companies competing in the Tender (the “Group”) should
not exceed: two (2)
4.
For Offers’ submission and obtaining clarifications, the address is as per below:
Deadline for receiving requests for clarification, expressed in number of days before the deadline
for submission of tenders is 15 days.
Offers opening ceremony will be at the same address mentioned above at the below date and time:
Date: May 12, 2020
Time: 11 hours 30 minutes, Kinshasa time.
5.
The submission language and all correspondences should be in: "French"
6.
The currency used to convert the seller's exchange rate into a single currency all offer prices
expressed in various currencies for the purposes to evaluate and compare these offers is: United
States Dollar (USD). However, tenderer can indicate the currencies of his choice, provided that
the number of currencies doesn’t exceed three (3).
The source of the exchange rate to be used is: Central Bank of Congo (BCC)
7.
The below documents should be submitted:
A. Administrative Documents
o Foreign companies
▪ A certificate of non-bankruptcy issued by the court of first instance (or by the
Chamber of trade and industry) of the place of residence of the tenderer, less than
three (03) months old;
▪ A copy of the commercial register
▪ A bank domiciliation certificate from tenderer, issued by a bank approved by the
Ministry of Finance of the Republic Democratic of Congo or by a bank of first order
abroad;
▪ The valid certificate of royalty free certified in accordance with the laws of the
country of origin;
B. Technical Documents
o The tenderer's references during the five (5) last years in the field concerned by the
present invitation to tender with contract amounts correspondents or similar projects in
fields related. Bidders will present at a minimum two (2) similar references.
8.
The period of validity of the offer will be 120 days.
9.
The bid guarantee amount will be: 17,000 USD. The offer must be accompanied by an offer
guarantee amounting to Seventeen thousand dollars (17,000 USD).
Guarantees in the form of checks are not acceptable in the part of this contract. It is the same for
the simple warranty statements.
10.
The offer submitted should include the following documents:
(h) Eligibility of Goods and Related Services: documents attesting that the Supplies and
Services related to be provided by the Bidder meet the original criteria;
(i) Compliance: documents attesting that Supplies and Related Services comply with
requirements of the tender documents;
11.
In addition to the original offer, the number of copies requested is:
(a) which essentially complies with the Call of Offers specifications and
(b) with the lowest evaluated cost.
Section II: Technical Specifications & Requirements
2. Tenderer must provide list of contract references similar to the QoS control system and their
proposed mobile network performance;
3. Provide mobile tracking devices capable of collecting data from the air interface of MNOs and
displaying them in real time. These mobiles must also connect to the Windows data collection
application, in addition to recording log files for generating KPIs and creating reports;
11. Capable of measuring voice quality PESQ / POLQA (MOS voice quality according to ITU
Standards)
12. Capable of tracking signaling exchange messages between mobile devices and corresponding
networks
13. Capable of generating reports based on measurements runs and anomalies detected by type
(processing and post-processing reports must be customizable according to the specific needs of
ARPTC, in terms of accessibility, mobility, coverage and maintenance of communication)
14. Having a GIS module for the dynamic display of MNO’s radio sites and KPI compliance.
Exports of maps of different data (cells, sites, KPIs, etc.) must be compatible with formats of other
platforms such that google earth, txt, csv.
16. Having a graphical interface allowing users to analyze noise and aggregated data (by time, by
node, by technology, by area, ...) of each MNO
17 Having a graphical interface capable of viewing, in a synchronized manner, KPIs aggregated
in time and space (area) on maps and in tables to facilitate comparison of different MNOs’ KPIs
18. Configurable and modifiable color codes (color and threshold), unique for displaying each KPI
uniquely
19. Capable of creating customizable alarms and messages for detecting anomalies
20. Capable of automatically generating mobile to mobile calls, i.e. setting pre-defined parameters
for measurements purposes. E.g. programming of a series of calls specifying the duration of the
program, call duration, pause time, type of call: MOC / MTC, the number of successive calls MOC
/ MTC, the number of retries petition of call attempts after a connection failure etc.) and
automatically releasing generated calls.
21. Simultaneously controlling at least two different measurement programs (E.g. one for long
calls long (MOC) and the 2nd for short (MTC) calls for two or more operators).
B. Technical Specifications
1. System must be composed of mobile measurement units and a management system for
processing of information collected for indoor, outdoor and in-car (on-the-go) usage.
2. System must allow 2G (900/1800) and GPRS and 3G (U900 and U2100) and 4G (700, 800,
1800 and 2100) on at least four competing networks, for the carrying out comparative
measurements.
3. Tenderer must propose mobile units for Drive Test measurements and must include the hardware
and software necessary for proper functioning of system.
4. Tenderer must associate his data processing unit with the "MAPINFO" geographic information
system for visualization and a database Map of the country recently deployed in.
5. System must consist of large storage capacity to be able to store numerous measurement files.
Maximum volume (in terms of duration) of measurement files that its server can support should
be clearly mentioned.
6. Tenderer must specify the environmental requirements relating to his server (power, air
conditioning, humidity, etc.)
C. Solution Architecture
The proposed solution must be structured around a Central server to which will be connected
processing units geographically distributed as per below:
1. In Kinshasa:
2. In Lubumbashi:
3. In Kisangani:
Each processing center must be able to carry out all types of processing at once, including those
required by ARPTC for analysis.
D. Solution Components
(03) flexible mobile measurement units for Indoor, Outdoor and In-car (on-the-go)
measurements (Portable PCs + SW),
(01) Server,
(01) Network switch;
(04) post processing units.
The measurement and post-processing laptops must have minimum requirements below:
- Core i7 8th Generation processor, up to 4.1 GHz, or equivalent
- 9 MB cache
- 16 GB memory
- 1 TB SSD drive
- Ethernet LAN 10/100/1000
- 3 x USB 3.1
- Wifi / Bluetooth
- 1x HDMI
- Windows 10 pro
A rackable server required for post-processing with the minimum requirements below:
Tools should have licenses supporting EGSM / GPRS / EDGE / WCDMA / HDSPA / HSUPA /
4G+ / VoLTE and all the functionalities specified in these specifications. The tenderer is required
to detail in his offer the conditions of maintenance in case of breakdown and upgrade.
E. Functional Requirements
ARPTC required measurement tools ARPTC for measuring the air interface GSM / GPRS / EDGE
/ UMTS / HSDPA / HSUPA / HSPA+ / 4G+ / LTE-A / VoLTE network for testing the quality and
performance of the network of a GSM900 / 1800 GPRS network, (UTRAN) of a network UMTS
/ HSPA+ and a 4G / 4G+ / VoLTE network.
Section III: Remuneration
(i) Advance Payment: ten (10%) percent of the price of the Contract will be settled within 30
days of signature, against a request for payment, and a guarantee bank (i) an equivalent amount
(ii) valid until delivery of the Supplies
(ii) On boarding: eighty (80%) percent of the price of the On-board Supply Contract will be
settled by letter from confirmed and irrevocable credit open to the Supplier's credit in a bank in his
country.
(iii) Upon acceptance: ten (10%) percent of the Contract Price Supplies delivered will be settled
within thirty (30) days following their receipt, against an accompanied claim a certificate of
acceptance issued by the Buyer.
Regulations for Supplies and Services from the country of the Buyer:
(i) Advance Payment: ten (10%) percent of the price of the Contract will be settled within 30
days of signing the Contract, against a receipt and a bank guarantee for an equivalent amount;
(ii) On delivery: eighty (80%) percent of the Contract Price will be paid upon receipt of the
Supplies against delivery of documents.
(iii) Upon acceptance: the balance of ten (10%) percent of the Price Contract will be paid to the
Supplier within thirty (30) days following the date of the certificate of acceptance issued by the
Buyer.