Sie sind auf Seite 1von 5

Points to be considered during Negotiation

Bidder No. 1: M/s Huawei: 1. Details of voice processing card (MBPD) has not been provided for UMG8900 (number of subscribers, sessions etc. per card). The bidder has to confirm that the number cards provided is enough for NTs requirement. 2. The bidder should confirm that MGWe hardware and software configuration provided for Nepalgunj, Attaria and Pokhara is sufficient to handle all the traffic as per NT requirement (Annex 14). The bidder should also confirm that the MGWe resource can smoothly handle IP bearer to TDM bearer conversion and vice versa in full configuration of MGWe. 3. For MSCe, the number of processing cards (UPBA0) after calculation to meet NTs requirement is 4 pairs per MSCe. The bidder has proposed only 2 pairs of the card. Loading has been performed for the same. 4 numbers of interface card KWAD0USIA101 is provided and for full configuration of MSCe, 2 nos of this card is additionally required for each MSCe . Loading is thus performed. The bidder shall clarify if any other supporting cards are required to meet the requirement and provide those cards also, if required if the bidder happens to be the successful bidder. 4. 5.1.33 The offered MSCe must support the detection of cloned MS. The bidder must explain how this feature will be realized and provide detail documentation on it. need to confirm how the feature is realized. 5. For each HLRe, one service subrack (HLR-SSS), one ATM/IP calling control module(HLR-CCM), one ATM/IP Broadband signaling control module(HLR-BSM) and one IP interface module (KC6P0IPUNI00) is found necessary in addition to those provided in BoQ. Loading has been performed for the same. The bidder shall clarify if any other supporting cards are required to meet the requirement and provide those cards also, if required if the bidder happens to be the successful bidder. 6. Only 100 nos. of license per K subscriber is provided for OTASP and OTAPA functions. The requirement of NT is 1000 nos of the same for each of those services. The difference of 900 nos. of the license per K subscriber is thus loaded. The bidder shall clarify if any other requirement (software and hardware) is required for realize the OTASP and OTAPA functions in working conditions for 1M subscribers. The bidder shall clarify if any other requirement (software and hardware) is required for realizing 500 messages per second SMS handling rate of SMSCe in working condition. 7. Only 171 Message per second license is provided for SMSCe. The requirement of NT is at least 500 messages per second. The difference 329 messages per second license is therefore loaded. 8. Details of capacity of various cards (Data processing unit and Extensible processing unit etc.) not seen from the bid document. It has to be clarified

1 of 5

Points to be considered during Negotiation


and confirmed what causes the requirement for addition of these cards. The bidder also has to confirm and clarify that the different equipment have been equipped such that all the requirements in the tender document will be fulfilled. 9. Detail breakdown of HLR BAM required during negotiation. 10.Various modules for MSCe, HLRe, MGWe and SBC are not provided as spares. The spares for those module, 2 nos for each type, is thus loaded. 11.No warranty and extended warranty is provided for Lawful Interception (LI) devices. 12.MMS handling capacity and Disk array capacity for MMS operation is not mentioned in the document provided for VAS. The bidder should confirm and clarify that the system provided is capable of handling MMS as per NT requirements (20% MMS, 80% SMS). 13.In Nepalgunj BSC, one more sub-rack has been added compared to the BSCs in Pokhara and Dhangadhi. It needs to be clarified and confirmed when it is required to add a sub-rack? 14.No modules provided for GE/FE electrical connection (electrical SFP not required?) 15.Clause no 3.5.50 of BSS spec In addition to the E1 and electrical Ethernet interface all the offered EV-DO BTS sites equipment must have Optical Ethernet interface has been loaded and shall be quoted to be supplied accordingly. The offered main processing and transmission interface seem to be incorporated in a same card. This kind of dual performance card will have serious impact in operation as a problem in interface will also cripple the control processing function. The two cards thus shall be separate. 16.Clause no. 3.5.9 of BSS spec The bidder shall provide all 64 channel elements (CE) according to Walsh Code for the use of fixed wireless terminal for each carrier sector (for both FL and DL) for evaluation purpose. The exact number of CE for FL and DL will be decided during contract negotiation shall be adhered strictly to 64CE F/R as it is necessary for the carrier addition of the multi TRX unit. 17.In forward link budget calculation the 7/8 feeder loss is incorporated however the offered BTS is split type which doesnt require the 7/8 feeder cable. 18.Cell Id broadcast details as per complied clause 3.1.10 not found. 19.The bidder shall confirm the availability of NTP interface functionality via proposed SYNLOCK V5. The bidder shall also provide the unit price for the

2 of 5

Points to be considered during Negotiation


same. The function shall thus be installed and in ready to go condition as per complied clause 3.1.11. 20.A-flex feature as per clause no. 3.2.26 of BSS is not described in detail. The bidder shall be asked to provide the details. 21.The secondary carrier shutdown and migration of the secondary carrier traffic to primary carrier is not defined in detail. The bidder shall provide the details and define the same as per clause 3.2.33, 3.2.39 & 3.2.41. 22.In the services part, for BTS site electrification service cost, the bidder has not quoted the number of sites. The bidder needs to confirm and clarify that the total sites for the mentioned service is according to the SOR provided by NT. 23.BSS clause 3.4.1.5 BSS-OMC connection shall be optical FE/GE. 24.Total RF power of RRU not seen. The RFP requires it to be 20W per carrier sector. The RNP value is +43dBm but the same is not found in the document. 25.Normally the software & hardware license for the first (1) carrier is included in multi trx hardware unit purchase but the BOQ shows the license for the first carrier charged. 26.For 1+1, 4+1 and 7+1 STM-1 radios, the bidder has proposed less number of MUX equipment than required by the tender document. In case of 1+1, the total link number is 15 (with 2X15 numbers of Radio units), requiring 2X15 number of MUX equipment. Similarly, for 4+1 and 7+1 systems also, the total link number is 15 each, requiring 30 MUX equipment each for both 4+1 and 7+1 systems. Hence, loading has been performed for meeting NTs requirement of 30 MUX equipment (with the complete installation materials) each for 1+1, 4+1 and 7+1 systems. 27.As per clause no. 8.1 of general technical requirement the training shall be offered at OEM premises. The offered M/W system has country of origin Japan, so the system training should also be in Japan. 28.One unit is short for both types, loading has been performed for the same. 29.NTs requirement is data-enabled 1M subscribers and simultaneous active users of 120K. The bidder has offered license for only 200K (190K for pre-paid and 10K for post-paid) subscribers in the AAA. The bidder has to confirm that license is required for Active Subscribers only and that NTs requirement of 1 Million Data-ready customers is supported. 30.The bidder has not provided the detailed BOQ for VSAT, only the SOP has been provided.

3 of 5

Points to be considered during Negotiation


31.For PDSN, NTs requirement is 20 Gbps non-blocking throughput (clause no. 3.7.7.3 of BSS Detail Technical) and the bidder has fully complied with the clause. In the product description, the bidder mentions that 20 Gbps throughput is supported for a fully configured chassis. Further, in section 5.6.2 of Technical Proposal for NT IPCDMA project, the bidder has mentioned in table 5.2 (page 31) that the equipment has been designed for 120K PPP sessions and 120 Mbps maximum throughput. The bidder has to confirm that NTs requirements are fulfilled with the proposed equipment, if the bidder happens to be the successful bidder. 32.For G.SHDSL modem, NTs requirement is for 70 links (70 hops) and 3 links (3 hops) for spare, the bidder has offered a total of 70 and 3 units only respectively. 70 and 3 units of the equipment have been loaded to meet NTs requirement. Similarly, installation materials for 70+3 units are required and loading has been performed. 33.According to the tender document, with each set of drive test tool, NT requires 3 units of test mobile sets. The bidder has offered only 1 unit in each set. Short quantity has been loaded (2 in each set, 6 in total for 3 sets). 34.It is not clear from the BOQ that the bidder has proposed a laptop as required by NTs technical document for drive test tool, one each for 3 sets of drive test tool. The bidder has to confirm and clarify the same. 35.It is not clear from the detailed BOQ that the bidder has proposed 1+1 OMS system each for Pokhara, Nepalgunj and Dhangadhi. The bidder has quoted for the 3 sets in SOP but the same could not be located in the detailed BOQ. The bidder has to clarify and confirm. 36.For M2000 to be installed in Kathmandu NOC, the bidder has quoted for the hardware and software part for MSCe (Core), BSS, PDSN, HLR, SIWF, MGW and power and environmental monitoring. However, the bidder has not detailed the different functionalities in the product document. The bidder has to confirm that M2000 supports monitoring and control of elements up to the BTS level, with the power supply and environmental monitoring according to NTs requirement. 37.No. of possible connection licenses provided for each type of radio in offered NMS. Networking of the offered radios upto the NMS location is the responsibility of the bidder along with all the required items e.g. cable, switches, connectors. 38.Planning tool GENEX- no of BTS planned is not mentioned in the annex. Model tuning for all the technology and morphology (dense urban, urban, sub urban etc) shall be conducted and used for planning and the same tuned model shall be provided to NT in Aircomm V6.2 compatible format.

4 of 5

Points to be considered during Negotiation


39.The bidder needs to confirm the power consumption data for the different equipment. The bidder also needs to confirm that the bidder understands the penalty requirements as mentioned in clause no. 4.1.6 of detail technical (BSS). 40.A/C and FCU units are not offered as per BTS Sites. Very less quantity of A/C and FCU are offered. Loading has been performed. 41.The AC Distribution offered does not have mentioned Class B Lightning arrester. Separate Class- B Lightning arrestor set shall be provided in addition to Class C Lightning arrester with each system as per clause no.4.2.3.4.14.1.4.BSS Detail technical. 42.There is not sufficient information regarding OMC for Power supply system and air-conditioning System. 43.The noise level of the FCU is not clear from the provided catalogues. The bidder has to confirm the noise level of FCU. 44.The Air Conditioning units offered by the bidders shall be able to maintain the following ambient temperature 22 to 24 degree Celsius in the BTS room.

5 of 5

Das könnte Ihnen auch gefallen