Escolar Documentos
Profissional Documentos
Cultura Documentos
COMPANY LIMITED
T&S TR-231
TECHNOLOGY AND Dec 22, 2008
STANDARDS WING
OF PTCL
Change History
The table below lists the significant, product-impacting changes to the document.
Editorial changes and cosmetic changes are not listed.
TABLE OF CONTENTS
Sr. No. Description Page No.
1. General 4
2. Technical Requirements 9
3. Characteristics of Transmitter and Receiver 12
4. Requirements for System Performance 16
5. Interference 16
6. Frequency Plan 17
7. Requirements for Antenna/Waveguide System/Feeder 17
8. Mechanical Characteristics 18
9. Requirements for Waveguide/Feeder Cable 19
10. Operation and Maintenance Requirements: 19
11. Test Equipment (Optional) 23
12. Inspection and Acceptance 24
13. Warranty 24
14. Handbooks and Documentation 24
15. Spare Parts 25
1 GENERAL
1.1.1 The Bidder shall furnish a clause-by-clause compliance for each and every clause
/ sub-clause of the technical specification. As far as possible, the bidder shall provide the
detailed technical description for each compliance / partial compliance.
i) “FULLY COMPLIANT”, if the systems and functions offered fully meet the
tender requirement.
ii) “PARTIALLY COMPLIANT”, if the systems and functions offered partially
meet the tender requirement. The reason why the offer is partially compliant shall be
stated. If the bidder is able to fulfill the specified requirement later, the time schedule for
this shall also be stated. In such cases, the bidder shall clearly mention the extent to
which other requirements or specifications are affected.
iii) “NON COMPLIANT”, if the systems and functions offered cannot meet the
requirements, the bidder shall also state the reasons for it.
1.1.3 For every clause, the Bidder must mention in the same table the reference of
document (document name/number and page number) where evidence has been provided
in support of the Clause. The required documents must be included in the bid.
1.2 The bidder shall include in his proposal the detailed technical information,
drawing and functional descriptions of the offered equipment to support the Compliance
to the technical requirement.
1.3 The bids will be evaluated on the basis of compliance statement. The successful
bidder will be required to deliver equipment in accordance with the compliance
statement. The bid bond / performance bond will be forfeited in case of his failure to
deliver the goods accordingly.
1.4 The bidder shall provide detailed cost breakdown of the components of the
complete system up to card level.
1.5 The Digital Radio Systems to be delivered by successful bidder will be complete
system in itself including all installation material required for installation of the system.
Any item required necessarily for a complete system according to PTCL specifications /
bidder’s compliance statement, if found short, will be delivered to PTCL without
additional cost to PTCL.
1.6 The contractor will be required to arrange training on installation, testing and
operation of the offered systems for a period of 2 weeks at supplier premises in Pakistan.
The number of trainees for each type of equipment has been specified in the respective
Bill of Quantity.
1.7 Installation / testing of at least one complete system of each type of DRS link will
be demonstrated by the supplier during training.
1.8 PTCL reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of tenders/contract without thereby
incurring any liability towards any bidder, or any obligation to inform any bidder of the
grounds for this company’s actions. The decision of the PTCL shall be final and bidding
on bidders.
1.9 PTCL may ask any bidder to raise the standard and capability of its offered
system to match with better standard of capability of the system offered by its competitor
for PTCL required network.
1.11 Serving all these networks requirements, digital radio systems shall basically
comprise:
a) System capacity: As per BoQ (software upgradeable).
b) Application areas: Short haul application, junction networks and local networks,
for branching signals from trunk lines and on short haul links in rural areas.
1.13 The proposed DRS systems can be either fully indoor design or of split mount
version with indoor Unit (IDU) and Outdoor Unit (ODU) connected by an IF feeder
cable. The capacity and frequency shall be software configurable.
1.14 The offered equipment shall use state of the art technology to maximize RF-
spectrum utilization.
If other types are used, adaptors to interface these connectors to the above
mentioned types or to BNC (for IF and base band) shall be provided.
1.16 Connections for RF / Base-band input and output as well as for test purposes and
connectors for isolated IF output shall be located at the front.
1.17 HOUSING
a) All indoor equipment shall be designed for installation in racks. All equipment should
be cooled by natural convection.
b) The bidders shall provide detailed specifications for the housing of equipment.
i) All equipment shall operate and guarantee the stated performance requirements under
the following conditions:
ii) All equipment shall also be suitable for transportation and storage under the
following conditions:
iii) System design shall allow for heat dissipation inside building, housing, etc. and
for condensation during failure of air-conditioning equipment.
iv) All equipment shall be capable of being switched on in bedewed condition and shall
reach the operation condition self-supporting.
1.19.1 The digital radio equipment shall operate from a no break 48V (nominal) DC
exchange battery supply, with the positive pole earthed. The earth bus shall be directly
connected to the battery pole.
1.19.2 The guaranteed performance of the equipment shall be maintained for the
following variations of power supply (as measured at the power input to each rack):
1.19.3 The efficiency of the power supply shall be greater than 80%
1.19.4 The power consumption of one unprotected Digital Radio Terminal, when fully
loaded, shall not exceed 40 watts. The power consumption of one protected Digital Radio
Terminal, when fully load, shall not exceed 80 watts.
1.19.5 The power consumption of each rack and subassembly (fully equipped) shall be
stated by the bidders.
1.19.6 Rack power supplies shall, as rule, be duplicated where power failure would
involve loss of traffic. The bidders shall state any exceptions to this requirement.
1.19.7 The DC power supply shall have individual fuses or automatic circuit breakers for
each rack.
1.20 EARTHING:
1.20.1 The equipment power earths shall be connected to the station’s earth terminal.
1.20.2 For connection of all the metal housing of coaxial and power cables to the ground
system, provision be made in the rack.
1.20.3 The radio equipment including the wave-guide hatch shall be connected to the
interior ring bus and through a primary bond to the exterior ring ground.
1.20.4 The antenna shall be bonded to the metallic supporting structure to prevent
arching. Wave-guides / Feeders shall be bonded to the antenna / tower at the top and
bottom of the vertical run as well as to the wave-guide hatch.
1.20.5 Reference shall also be made to ITU-R Report 932 and handbook “Protection of
telecommunication lines and equipment against lightning discharges”
1.20.6 Bidders shall include in their bids all the necessary details concerning the earthing
of the equipment.
1.21.1 Power supply units shall be provided with thermal release device protecting them
from damage in case of overheating due to output overload. The operating voltage which
they provide for the equipment insets shall be short-circuit proof.
1.21.2 The supply voltage input shall be protected for polarity reversal.
1.21.3 The operating (internal) voltages shall be isolated from the primary side.
1.21.4 All interfaces shall be permanent short-circuit proof and open circuits stable. A
transmit unit shall operate on open circuit without any damage.
1.21.5 If single overload has caused protection circuits to operate, these circuits shall
automatically be restored when the signal level is reduced to its normal value. The
equipment will thereafter continue to operate properly without any re-adjustment.
1.21.6 The equipment shall be designed to ensure complete protection of all personnel
against contact with apparatus carrying dangerous voltages or emitting dangerous levels
of radio frequency radiation. All equipment employing dangerous voltages shall be
completely enclosed with covers of either safe insulating material or earthed, and shall be
clearly marked with warning signs for the information of personnel.
1.22.2 Each equipment should be clearly marked in a position that can be easily read
when the covers are removed. All marking should be legible, durable and containing
information.
a) Article code number and revision status,
b) Equipment designation,
c) Manufacturer’s name or code.
1.22.3 Marking on replacement units and printed board assemblies should include:
a) Article code number and revision status,
b) Manufacturer’s name or code,
c) Date of manufacture.
a) All racks, units and sub-units should be clearly marked in English with their name
and type number. Any unit or sub-unit bearing the same label shall be interchangeable.
b) Each position, in a rack or unit, into which a replaceable unit or sub-unit is fitted
should be labeled with the name and type number of that replaceable unit or sub-unit.
c) Large components should be marked with their schematic references. Small
components need not be marked but should be readily identifiable from handbook
components layout diagrams.
d) All controls, switches, indicators, meters, strapping points, etc. should be clearly
marked to show their circuit designations and functions.
e) Each terminal block and terminal should be marked with an identifying code.
f) All fuses, and their holders where necessary, shall be clearly marked with the fuse
rating.
g) A suitable system of circuit components identification for fault localization shall
be employed. The system shall indicate, as a minimum, a major component or group of
components identified.
h) The frequency dependent units shall be labeled to show the working value.
2 TECHNICAL REQUIREMENTS:
2.1 This Technical Specification covers a complete digital radio system consisting of the
following elements:
• Terminal and Repeater Equipment
• Protection switching
• Technical characteristics
• System Performance Requirements
• Antenna and wave-guide assembly / IF feeder cable
• Operation & Maintenance requirements
2.2 This specification describes the minimum standards and requirements for digital
Radio Systems providing digital signals with bit rates from 4xE1s to 64xE1s.
2.3 The system characteristics, including any item not covered here, shall comply at
least with the latest ITU-R and/or ITU-T Recommendations, which are deemed to be an
integral part of this specification.
2.5 The modulation methods are QAM, TCM or QPSK. No other modulation method
is to be offered.
2.7 Add/Drop Functionality shall be supported by the DRS system. Traffic shall be
collected from different nodes on the way and carried to the far end.
2.9 Point-to-Multi Point function shall be supported by the DRS system. The number
of multi-points shall be mentioned by the Bidder.
2.10 It shall be possible to connect an existing partial ring of Optical Fiber Cable
system to DRS system so as to build a Self-Healing Ring.
2.11 It shall be possible to connect the NMS with DRS for System Monitoring
purposes, without any additional cost. The Detail specification of the NMS shall be
described by the bidder.
2.12 It shall be possible to connect the LCT with DRS for installation and maintenance
purposes. The Detail specification of the LCT shall be described by the bidder
2.13 Digital Line Rate shall be of 2.048 Mbps (E1) as per ITU G.703.
2.14 Ethernet Interface of 10/100 Mbps shall also be provided. RJ-45 interface shall be
used.
2.15 All links to be equipped with service channel facility with RS-232C, 64 kbps
synchronous co/contra-directional V.11 and Engineering Order Wire facility.
2.18 DRS shall have redundancy and diversity options. Bidder shall describe the
redundancy and diversity options in detail.
2.19 DRS shall support multiple outdoor units (ODUs) with traffic routing between radio
paths and local interfaces without external cabling or patch panels.
2.20 Traffic add and drop, north-south traffic aggregation and concentration shall be
supported.
2.21 Hardware, ring and path diversity protection switching shall be supported.
2.24.1 The system shall possess switching equipment to protect the information signal
against outages caused by equipment failure, when frame alignment is lost or
when bit error rate exceeds a preset threshold.
2.24.2 The switching equipment shall automatically replace the faulty radio channel by a
protection (stand-by) channel.
2.24.3 The switching operation should be error free and shall not cause interruptions or
rapid phase discontinuities to the digital signal.
2.24.4 All switching devices shall be hitless.
2.24.5 The system shall be equalized to compensate for any differences of signal delay
between the working channel and the stand-by channel. Any add-on coaxial cable
used to equalize the difference in transmission time shall be clearly marked.
2.24.6 The bidder shall state the signal interruption time caused by the operation of the
protection switching (transmit-side). The receive-side switch shall perform a hitless
switchover.
2.24.7 The bidders shall specify which units are not protected by the switching system.
2.24.8 The bidders shall specify all units of the switching system, which are not
replaceable without interruption of the switched signal.
2.24.9 Depending on the specific application of the radio-relay system either of the
following protection switching arrangements shall be used:
2.24.10 The bidder shall provide full details for protection-switching arrangements,
including features, explaining operation, performance etc. and any feature, which will not
be included at present but could be added in the future.
2.24.11 The following redundancy types shall be supported for Transmission System
• Up to 8 E1s: 1+0
• From 8 E1s to 16 E1s: 1+0 and 1+1
• 16 E1s and above: 1+1
When the System is upgraded from 8 E1s to 16 E1s or more, it shall be possible to
change the system configuration from 1+0 to 1+1, without buying any additional
switching equipment.
2.25 The NMS supplied shall be fully compatible with the Central Network Operations
Center (NoC) and fully support all the relevant protocols like CORBA, SNMP, Syslog,
JDBC and other relevant ITU recommendations. The NMS shall support the North bound
architecture.
3.1 Transmitter
3.2.9 Dynamic range of the : The bidders shall state the receiver
receiver threshold for 10-3 and 10-6 Bit
Error Ratio & submit curves
showing Bit Error Ratio as a
function of received signal levels
(measured at antenna port of
branching circulator) for typical
production units.
Switching Criteria:
The protection switch shall switch the RF channel to the protection channel when the
former fails or is degraded. The failure is determined by a loss of signal or a loss of frame
or when the Bit Error Ratio exceeds 10-3. The degradation is determined when the bit error
ratio exceed a threshold of 10-6 . This threshold shall be selectable within a range of 10-3 to
10-6 . Detection and switching time shall be stated by the bidders.
3.6.1 The digital radio systems described by the Technical Specification shall
interface with the digital network (via a digital distribution frame) at a bit rate of
2048 kbit/s. This signal shall comply in all aspects with ITU-T Rec.G.703 and ITU-
R Rec. 596 (Rep. 938) across 120 ohms impedance.
3.6.2 The bidder shall state any other higher speed (G703) interface points available on the
equipment.
3.6.3 The radio equipment must have the capability to support Ethernet + TDM NxE1
traffic with bandwidth adjustment capability on the Ethernet throughput in E1 increments
up to a maximum capacity (To be quoted by the bidder)
4.1 Bidders shall consider that the equipment and systems offered will also be used for
data services. Due regard shall therefore be given to both ITU-T and ITU-R
recommendations regarding designed performance of digital networks.
4.2 Bidder shall include in their offer signature curves, which indicate the relative
sensitivity of the proposed equipment to multi path conditions and frequency selective
fading. The bidder shall state all the details concerning performance calculation.
4.3 Bidder to provide equipment with MTBF of at least 15 years and PTCL shall
verify the statement from its internal experience. Bidder, when quoting equipment
availability figures, shall state their assumptions concerning the Mean Time to
Restoration (MTTR) for system components & units e.g. transmitter, receiver, modulator,
demodulator, power supply, supervision equipment and other applicable facilities.
4.4 The error performance shall be in compliance with ITU-R Rec.696 and must be
consistent with highest quality grade requirement as per ITU-T requirement G826 and
both conditions must be met simultaneously.
4.5 Jitter
Jitter at the base-band interface shall be in accordance with the values recommended in
ITU-T Rec.823 / G.921.
5 INTERFERENCE
5.1 The links(s) shall be checked for possible co-channel interference. The required
antenna decoupling between two paths using the same frequency shall be calculated and
be given.
• Overshoot-bearings.
• Mutual interference caused by transmitters at adjacent sites.
5.3 In each case, bidders shall include in their offers detailed information indicating
their methods to evaluate interference and notice power falling into the analogue base
band due to adjacent or co-channel digital signal. Similarly, evaluation of the
performance degradation in the digital channel due to the limitation of power (if required)
shall be given.
5.4 Channel selectivity shall be provided for negligible adjacent channel analogue or
digital interference while at the same time maintaining an acceptable inter symbol
interference.
6 FREQUENCY PLAN:
6.1 The Digital Radio System shall operate in the 7/8 GHz frequency band.
6.2 The bidders have to present a detailed frequency plan containing every RF-
channel to be used from frequency band for the offered radio equipment taking into
account further extensions. This Frequency Plan cannot be implemented without prior
approval of the frequency planning by the administration concerned.
6.3 The allocation of operating frequencies out of the proposed bands shall be made
in order to meet particular requirements:
7.1 The antenna systems offered shall be consistent with the specified transmission
performance, the envisaged ultimate radio-channel capacity, the radio frequency
environment and the climate and other restrictions. Bidders shall include in their offers
technical details relating to all types and sizes of the antenna proposed.
7.3 Bidders shall include in their offer technical details relating to all types of antenna
proposed.
7.4 The electrical characteristics specified here relate to the unit “antenna”,
comprising reflector, feed assembly and polarization duplexer but excluding feeder.
7.5 The antenna shall operate in the frequency range specified in clause 6.1.
7.6 Gain relative to an isotropic antenna across the entire band for each antenna:
To be stated by the bidder but not less than mentioned hereunder:
7.7 Radiation pattern for both vertical and horizontal planes: Bidder to supply
appropriate diagrams
7.8 Width of main lobe at half power points (Beam width): To be stated by the
bidder
7.12 Return loss at the antenna ports over the entire band (VSWR): 1.2 (20.8 dB) max
8 MECHANICAL CHARACTERISTICS:
8.1 The antenna and antenna fixing methods shall survive wind forces of upto 160
kilometers per hour. The Bidders shall state the survival rating.
8.2 The dimensions, weight and front wind load (in KN at 120 Km / hour wind) of all
the antennae shall be stated by the Bidders.
8.5 The maximum permissible air pressure at the antenna feed horn shall be stated by
the bidder.
9.1 The bidder shall propose wave guide appropriate for the frequency of operation of the
digital radio system. The attenuation per 100m (for the centre frequency of the range
specified), diameter, minimum bending radius, flange type and additional physical and
mechanical characteristics considered by the bidder to be relevant, shall be stated.
9.2 All details including the physical, electrical, and mechanical characteristics shall
be stated:
• Guaranteed return loss or reflection factor
• Characteristic impedance and tolerance
• Average attenuation at mid band
• Construction and dielectric details
• Types of connectors offered
9.4 VSWR when terminated to the actual antenna shall be 1.1 or better.
In case of split version the connection between the Out-door Unit and the Indoor Unit
shall take place through a single 50 ohm impedance coaxial cable for each transceiver.
Through this cable IF Tx signal, IF Rx signal, alarms, service information, and power
supply are transmitted. The bidder shall state the types of the cable used and the
maximum distance allowed between the ODU and IDU.
10.1 The equipment shall be provided with measurement and control facilities necessary
for its supervision, adjustment and fault locating. Bidders shall give full details of the
maintenance facilities incorporated in the offered equipment.
10.2 Test points that are isolated will be preferred. Where test points are not isolated,
maximum signal degradation of 1.5 dB is permissible on testing. The bidder shall state
which test points are not isolated.
10.3 In-service meter reading shall be possible, with a built-in meter, or through single
interface by a PC / LCT to measure following values:
a) Supply voltage and currents of the power unit.
10.4 It shall be possible to perform the following in-service routine and diagnostic tests
with built in meters or appropriate test equipment.
a) RF Oscillator levels
b) RF Amp levels
c) Bit Error Rate
d) RF receive level
e) Transmitter output power
10.5 Entries shall be labeled in the unit as well as in the technical references. Easy
access to entries shall be ensured.
10.6 The equipment shall be provided with test points for recording the values listed in
para 10.3 and 10.4.
10.7 Alarms:
10.8 The equivalent binary content of the Alarm Indication Signal (AIS) is a
continuous stream of “1”. The bit rate of the AIS shall be within the tolerance limits.
10.9 The AIS shall be inserted if any of the conditions described in para 10.7
subparagraphs i) a, ii) b, iii) c lasts more than 10 ms or the conditions described in
subparagraphs iii) a, lasts more than 1 s.
10.10 The equipment in a link shall facilitate extension of alarms to control stations in
telemetry.
10.11 All fault indicating alarms shall be individual at the respective shelves and / or
racks with red LEDs. Normal function shall be indicated by green LEDs.
10.12 In addition to the above individual alarms, each radio-relay rack (or group of
interdependent racks) shall be provided with a red common fault alarm lamp.
10.13 All alarms shall be extended to an easily accessible terminal block in the rack to
facilitate interconnection to a remote surveillance system. The alarm outputs to the block
shall be made by relays or optical couplers with the output circuits being isolated from
internal voltages and from ground. An alarm shall be generated by closing a contact (in
the case of fault).
The bidder shall specify the rating and tolerance of the relay contacts.
10.14 The maximum time delay between occurrence of a fault and the passing-on of the
alarm shall be less than:
Transmission to surveillance equipment = 10ms
Transmission to protection switching equipment = 1 ms
The offered equipment shall feature advanced supervisory functions to optimize the
operation and maintenance activities.
The equipment shall offer solutions to supervision from very small or medium links to
large networks in on evolutionary plan.
For small to medium sized networks from isolated hops to several hop links it should be
possible, in a stand alone condition (without any additional master station), to interface a
local craft terminal (Personal Computer) for local and remote diagnostic and
configuration of the network elements in a friendly men-machine environment (windows
based).
10.17 Functionality:
The software tools used should be powerful enough to allow locating, monitoring and
managing radio events. The performance management capabilities shall include real time
data collection and threshold monitoring. The basic group of application covered shall
include.
• Alarm status and control
• Performance monitoring G821
• Configuration management
• Radio transmission parameters
• Administrative functions
10.18 The bidder shall include all interface equipment for extending the alarm
indications and performance monitoring to the NMS.
10.19 RELIABILITY:
10.19.1 The bidders recommended activity schedule and frequency for preventive
maintenance shall be stated in the tender, additionally available routine tests and
measures shall be detailed.
10.19.2 The equipment reliability shall be such that a low maintenance life time of
at least 15 years shall be expected.
10.20.1 The equipment shall be designed to facilitate quick fault localization and repair.
The plain plug-in module concept shall be used as extensively as possible. The bidders
shall explain any special features of the equipment, which will readily facilitate
maintenance.
10.20.2 It shall be possible to loop back (through software and hardware) the
repeaters and terminals at RF and base band levels to simplify fault localization.
10.20.3 The equipment shall be provided with an order wire (voice channel)
facility for maintenance purposes.
10.21.1 The radio system, in the overhead bytes, shall have at least one order wire
channel, one supervisory channel and one auxiliary channel.
10.21.2 The bidders shall state the capacity of service and auxiliary channels and
whether they are analogue and / or digital.
10.21.3 Bidders shall provide full details, stating the maximum number of service /
auxiliary channels, which can be accommodated by each radio channel, together with
their technical and performance characteristics and accessibility.
10.21.4 The proposed auxiliary channel on the equipment shall have the flexibility
of interfacing data terminals at standard ITU-T interface (V24, V36 etc.) accepting either
asynchronous or synchronous bit streams with drop / insert facility at intermediate
stations. Bidders shall state whether these facilities are standard or optionally available.
In case of optional, the price should be given.
10.21.5 The order wire channels and the supervisory channel must be available
between all radio systems in a link. It shall be possible to extend the mentioned service
channels from the radio link station to the maintenance center(s) by means of a cable
system. The bidder shall provide the connection diagram.
10.21.6 The system shall also include omnibus express telephone equipment (with
selective calling) in all stations and their associated maintenance center(s).
11.1 All test equipment provided under this contract shall be of latest technology and of
the highest quality available. Special emphasis is placed on frequency and level stability,
accuracy, and reliability and after sales service facilities available in the country. Detailed
information on these items shall be provided.
11.2 All test equipment shall be furnished complete with cords, accessories and
instructions manuals. Appropriate stationary test equipment shall be rack mounted
adjacent to associated test panels and be powered from station DC service.
11.3 The bidder shall recommend a selection of test equipment and measuring
instruments covering all measures and testing procedures, including routine tests, for
operation and maintenance of the digital radio systems concerned.
11.5 Besides manual control, test instruments shall be capable of automatic control via
an IEC-bus interface.
11.6 All test equipment shall comply with relevant ITU-R / ITU-T Recommendations.
12.1 PTCL will carry out pre-shipment inspection and tests to satisfy itself that the
equipment complies with the specifications and that the systems function is correct and
meets guaranteed performance objectives. Pre-shipment expenses including fare /
subsistence allowance of the inspectors will be born by the successful bidder.
12.2 Such test shall be conducted in the presence of and witnessed by the bidder or his
authorized representative (if they wish).
12.5 The PTCL shall have the right to reject any part of the equipment, which in its
opinion does not comply with the specifications.
12.6 The Bidder shall provide at his expense, all labor, test instruments, incidental
material and other facilities necessary to perform all required tests.
13 WARRANTY
13.1 The warranty provided shall be for one year from the date of handing over
equipment to PTCL.
13.2 The bidder shall be responsible to provide the spare parts for 15 years and shall
mention the cost of spare parts.
14.1 The purpose and scope of the instruction books should be for the guidance of the
personnel who shall operate and maintain the equipment.
14.2 The Handbooks and Documentations shall contain all relevant information on the
construction, components and the operation of the equipment to enable fault diagnosis
14.5 The handbooks and documentation shall be in English language, and shall
elaborate the abbreviations used, if any.
15 SPARE PARTS:
15.1 The bidder should recommend and list full details of spare parts required for the
maintenance of the system (s) for a period of five years.
15.2 The spare parts may be categorized as consumable items, spare components, spare
units, spare panels, printed cards etc.
15.5 Replacement of any active device or component with one of similar type selected
at random shall be possible.
15.6 Bidders shall state the facilities available locally or at the factory for return and
repair of faulty units as well as the expected time between receipt and repair of the units
and the expected turn-around time.
15.7 The bidder shall consider the proposed maintenance philosophy and recommend
the distribution of consumable spares; component spares and spare units etc. for each
level of maintenance including those items, if any, to be held at each individual station.
15.8 The bidder shall indicate if any spares have a limited shelf life and if so the
precaution required for their storage.
15.9 The bidder shall provide spares needed for replacement of faulty modules during
the warranty period at its own cost. These spares will be made over to PTCL to be used
during warranty period. Any spares from the warranty spares supplied remaining unused
may be adjusted in the order of maintenance spares for use of PTCL.
15.10 5% of each kind of module supplied shall be offered as spares, which will be
included in evaluation.
15.12 Upgraded version of software for radio systems supplied shall be provided, free of
cost, for 5 years by the bidder.
15.13 The successful bidder shall also provide the latest version of system design / link
engineering software, free of cost, for the radio equipment offered.
15.14 The spares offered in the bid against Bill of Quantity shall be sufficient for 2
years working under normal conditions. At the end of one year warranty period, the
requirement of spares for next two years will be calculated on the basis of experience
during warranty period. The supplier shall provide additional spares over and above the
spares quoted in the bid, if required on the basis of the experience of warranty period to
PTCL without any additional cost.