(SUMMARY EN) - CONTROLE - QoS - F02 - SOCOF - CAB5 - AOI - 2020 PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 10

A SUMMARY OF THE TENDER TITLED

ACQUISITION OF A QUALITY CONTROL PLATFORM FOR


MONITORING PERFORMANCE OF MOBILE NETWORKS

In the Democratic Republic of Congo

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:

Attention of: Mr. Hubert MAMBA, Managing Director


Street: Av. Pierre Mulele (Ex. 24 Nov), Infinity Center building in opposite the ISC Gombé
Floor / office number: 5th floor, Room 507
City: Kinshasa / Gombe
Country: Democratic Republic of Congo
Phone number: + 243 995 723 486
Email address: dpm@socof.net, assistant.dg@socof.net, claudeogou2@gmail.com

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;

o For National Companies


▪ A certificate of non-bankruptcy
▪ A certificate of tax regularity
▪ A certificate of social regularity

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.

o In accordance with the technical specifications:


▪ Response to the bid compliance table expressed in the technical specifications
(format defined in the appendix to the technical specifications)
▪ The technical documents relating to each equipment or software delivered
(brochures, specifications, functional and technical description, etc.) and their
provenance (country of manufacture and original)
▪ The provisional delivery and realization of services
▪ A proposal for a compliant maintenance contract to the technical specifications
for a period of one year.

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:

(a) The letter of submission


(b) Price Tables
(c) Offer Guarantee
(d) Variant Offers: if any;
(e) Power of Attorney: for the person representing the Bidder in Kinshasa;
(f) Qualifications: documents attesting that the Bidder has the qualifications required to
perform the Contract if awarded;
(g) Eligibility: Documents attesting that the Bidder is eligible to compete:

 If the Bidder is the manufacturer of the Solution:


(i) Financial capacity:
Must provide written proof for the requirements:
o a bank certificate from the company or group for the last 3 months
o Possessing a cumulative turnover over three (3) years equal to the
amount of submission. The turnover is calculated with the
certificates of good execution and / or on the basis of certified
balance sheets from the last 3 years
(ii) Technical capacity and experience: The Bidder must provide supporting
documents for meeting the required capacities above.

 If the Bidder is not the manufacturer but offers Supplies on behalf of a


Manufacturer within the framework of a Manufacturer's Authorization, the
Manufacturer must possess the qualifications above, and the Bidder must do
proof that it has successfully completed 3 contracts for similar supplies during
from the previous 5 years.

(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:

- Four (4) hard copies


- One (1) copy in electronic format on CD-ROM. The CD- ROM will contain all
documents and parts provided in the original of the paper version and a video
demonstration of the proposed platform.
12.
SOCOF will award the Contract to the Bidder whose offer is evaluated as the most advantageous
as per the below criteria:

(a) which essentially complies with the Call of Offers specifications and
(b) with the lowest evaluated cost.
Section II: Technical Specifications & Requirements

A. General Requirements & Functionalities

1. QoS control tool for 2G/3G/4G networks, expandable to accommodate 5G / IOT;

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;

5. Capable of determining the degradation of QoS for MNOs

6. Capable of performing outdoor, indoor and in-car (on-the-go) measurements

7. Capable of carrying out comparative measurement in real time (possibility of connecting up to


8 mobiles in parallel to perform MOS measurements of all MNOs in DRC and generate multi-
network reports from the quality and performance for the benchmarking purposes

8. Capable of diagnosing quality problems once detected

9. Capable of measuring and optimizing Outdoor and Indoor coverage

10. Capable of scanning frequency spectrums and analyzing interference problems

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.

15. Having a graphical interface allowing MNO benchmarking

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:

Solution architecture is presented below:

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.

Mobile measurement unit is composed of:

 8 GSM / GPRS / WCDMA / LTE mobiles.


 A GPS geographic positioning system.
 A portable PC and software for collecting and processing data.
 A backpack + kits for indoor tests with a minimum power autonomy of 5 hours.
 Measurement software supporting the 900 and 1800 bands for GSM, 900 and 2100 for
UMTS, 700, 800, 1800 and 2100 for LTE;

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:

- 2x Intel Xeon E5-2630 v3 2.4GHz processors, 20M Cache, 8C or equivalent


- 32GB memory (2x 16GB) RDIMM, 2666 MT / s, Dual Rank, x4
- Max memory 768GB (24 slots)
- 1TB 7.2K RPM SAS 6Gbps 3.5in Hot-plug disk
- PERC H730 RAID controller, 1GB Cache
- DVD +/- RW SATA burner
- Broadcom 5720 Quad Port 1Gb Network
- Double Power 495W
- Storage support
▪ 4x Clusters up to 48 TB
▪ Intel Atom C2538 Quad-Core 2.4 GHz processor
▪ 2 GB RAM
▪ Sequential read greater than 1099 MB / s
▪ Redundant power supply (2x 150W)
▪ Hot Swap function
▪ Two redundant system fans
▪ 20 VPN Server connections
▪ 2x USB 3.0
▪ 1x eSATA 6Gb / s

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

Regulations for Supplies and Services from abroad:

(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.

You might also like