You are on page 1of 29

Engineer Direction, Core Network Department

Data Network Modernization RFP

REQUEST FOR PROPOSAL

DATA NETWORK MODERNIZATION

1
Engineer Direction, Core Network Department

Data Network Modernization RFP

Specifications

Document No. Document Title Author Domain Owner

Data Network Dep. Innovation


Data Network Modernization Santos Sebastio
Modernization N V 1 and Development

Revision History:

Version No Date Prepared / Modified by List of Changes

V.1 08/05/2017 First Version

Approvers:

Name Version Approved Position Reviewed Date


Karthikeyan Chandar CTO
1.0
Ramaswamy Pillay Director DE

For Feedback/Suggestions please drop a mail to:

Manuel.merindo@movicel.ao
santos.sebastiao@movicel.co.ao
Ramaswamy.Pillai@movicel.co.ao

2
Engineer Direction, Core Network Department

Data Network Modernization RFP

Contents

1. Introduction ............................................................................................................................... 5
3. Documentation Organization Model ..................................................................................... 5
4.General Requirements.............................................................................................................. 7
4.1 Existing PS network interface diagram: .......................................................................... 8
4.2 Traffic Profile and Capacity Requirements ..................................................................... 8
5. Hardware Requirements .................................................................................................... 10
5.1 SGSN-MME (Serving GPRS support node Mobile Management Entity) ............... 11
5.2 GGSN EPG (Gateway GPRS support node Evolved Packet Gateway) ............. 14
6. Smart Phone Consideration.............................................................................................. 18
7. WI-FI....................................................................................................................................... 18
8. LTE Advanced/5G Readiness ........................................................................................... 18
9. Performance Management ................................................................................................ 18
10. Fault Management........................................................................................................... 19
11. Security Requirement: ................................................................................................... 19
12. Functional Specification ................................................................................................ 20
12.1 System Requirements .................................................................................................. 20
12.2 Architecture ................................................................................................................... 20
12.3 Testbed.......................................................................................................................... 20
13. Statistics ........................................................................................................................... 21
14. Operation Requirement.................................................................................................. 21
14.1. SLA & Cost saving ................................................................................................. 21
14.2 Tools: .......................................................................................................................... 22
14.3 Operation/CDR Log: ..................................................................................................... 22
15. Acceptance Test .............................................................................................................. 23
15.1 PAC: Provisioning Acceptance Test .................................................................... 23
15.2 FAC: Final Acceptance Test ..................................................................................... 23
16. Product Roadmap and Life Cycle management........................................................ 24
17. Project Schedule ............................................................................................................. 24
18. Price Requirements: ....................................................................................................... 25
19. Support & Service Requirement: ................................................................................. 25

3
Engineer Direction, Core Network Department

Data Network Modernization RFP

20. Managed Service Support Requirement: ................................................................... 26


21. Commercial Compliance: .............................................................................................. 28
22. TRAINING .......................................................................................................................... 28
23. RFP Instruction: .............................................................................................................. 29

4
Engineer Direction, Core Network Department

Data Network Modernization RFP

1. Introduction

Movicel Telecomunicaes S.A., Has been present in the Angola Market since 2003,
offering voice and data service in CDMA (2G & 3G), GSM (2G), UMTS (3G), and
LTE (4G) network technologies to more than 1.3 million active customers. Movicel
network present in the eighteen (18) provinces of Angola with 2G/ 3G coverage, and
for Luanda, Benguela, Cabinda and Hula with 4G coverage. Movicel has achieved
an increase in the number of customers, through an attractive positioning and to
provide quality of service. Movicel Telecomunicaes S.A seeks qualified proposals
to replace current packet Core Network which is currently delivering 2G, 3G and 4G
services.

2. Scope Of Work
The main goal of this document is to get the RFP proposal requirement is to fulfill
Movicel current and long term requirement. As Data traffic become key service for
telecom network the demand and flexibility of data service is becomes critical
service. So the proposal should comprise with all technology evaluation to support
Movicel business plan and Network Growth.

3. Documentation Organization Model

Documentation to be delivered with the Proposal


The supporting documentation to the proposals should be organized as
follows: Fill each of the points of these specifications, item to item, with the
words "Meets", "Meets with need for developments of source code", "does
not meet" and "%" compliance, comments to entries should be reflected in the
field "comments".Commercial paper, with details, by project phase (timeline),
and per item, the price and quantity for the component or service equipment
(HW and SW), mentioning explicitly optional items, if any.
Proposed schedule of activities (in the Gantt diagram) with indication of time
associated with the supply of equipment to the various phases of the project,

5
Engineer Direction, Core Network Department

Data Network Modernization RFP

as well as each of the various activities and interdependencies, identifying


critical paths.
Must contain the following project phases discrimination:

1. The design phase


2. Implementation phase
3. Rollout phase
4. Maintenance Phase

As regards risk management, the supplier shall provide the resumes of project
management and implementation, as well as an array of Movicel
responsibilities Vendor during the various phases of the project.

Descriptive document and, preferably, manual containing technical and


functional information (descriptive, of operation, drawings and diagrams)
relating to each of the various components of the system to install, your network
integration, additional platforms support the provision of services, as well as the
premises that were considered for the design or planning of the solution to
provide.

Description of acceptance/integration testing, (whether of own equipment


wants to integrate with the other, even if supplied by other manufacturers,
including the "core" subsystem, radio subsystem, intelligent network and IT
system platforms providing services and additional features, etc.) and their
premises; The supplier can deliver the proposal, description of the system or
components, installation and operation, etc., if it considers that the provision of
such elements help the understanding of the proposal.

All documentation should be delivered in electronic form (DOCX, XLSX file


format, PDF, JPG and MPP, CSV), accompanied by 3 copies in paper. The
business proposal containing Quotations should be delivered, separated from

6
Engineer Direction, Core Network Department

Data Network Modernization RFP

the remaining documentation, in sealed envelope identified as "business


proposal".

4.General Requirements

Movicel is going to replace the PS Core from old to new system capacity nationwide
for long term development and looking to the new technologies, the PS nodes include
SGSN MME (Serving GPRS support node Mobile Management Entity) and GGSN
EPG (Gateway GPRS support node Evolved Packet Gateway).

a) The bidders shall propose a common 2G, 3G, and 4G/5G PS core with
sufficient capacity requirement for both existing PCN. The existing PS system
will be swapped out entire of network, subscriber migration, cutover, physical
removal and disposal under bidders cost. The price offering is understood to
already include all associated fee for all these related activities.

b) In the swap, the new platforms will have at least to the same features and
functionality level as those currently in use in the network. New advanced
feature is should be included.

c) The PS system must support 3GPP rel.11 and later.

d) Movicel intends using a common PS system for GSM, WCDMA and LTE
subscribers. All software licenses such as but not limited to throughput (Gbps),
SAU and PDP will be common licenses that can be used for any 2G, 3G or 4G
combination.

e) The price offers for PS Core will include all integration cost to completely
integrate with existing network elements including IT system.
f) PS Core will include Gx interface to connect to PCRF node.
g) Movicel is using multi ISP suppliers with different ratio; all bidders will offer ISP
link and load balancing solution to balance ISP traffic among ISP.

7
Engineer Direction, Core Network Department

Data Network Modernization RFP

4.1 Existing PS network interface diagram:

4.2 Traffic Profile and Capacity Requirements

Bidders will provide solution and quotation as below capacity requirements:

SGSN 2017 2018 2019 2020 2021 2022

SAU(Cumulative) 1Mn 2Mn 4Mn 6 Mn 7 Mn 8 Mn

PDP 1Mn 2Mn 2.75Mn 3.2Mn 3.5Mn 5 Mn

Throughput 3 7 13 24 32 38
(Gbps)

Bidders should provide below Throughput reference per subscriber:

Throughput Reference
2G Technology 384 Kbps
3G Technology 42Mbps
4G Technology 75Mbps

8
Engineer Direction, Core Network Department

Data Network Modernization RFP

Key Features consideration:


The proposed system will provide hardware / software to support: 2G/3G/4G radio
technology multi-vendors handover. Advanced software features including the
followings:

Gb Over IP
3GDT.
APN Redirect
Header Enrichement
RAAS (Radius Assisted APN Selection)
Lawful Interception.
Wi-Fi Access
LTE Advanced
Volte with HD
Other advanced features

Support GSM 900, GSM 1800, UMTS 900, UMTS 2100, LTE 1800 , LTE 800 and
5G frequency. Tthe below table are common requirements for all elements of packet
Core and other BSS-Related elements.

M- Mandatory Requirements
Type of
Requirement
Requirement
1. The delivered Packet Core equipment should comply with the ETSI
M
GSM and 3GPP specifications.
2. Exact versions of 3GPP releases, which are fully compliant with M
proposed equipment, must be specified separately.
3. Exact versions of 3GPP releases, which are partially compliant with M
proposed equipment, must be specified separately.
4. The bidder has to guarantee provision of all necessary certificates M
for offered HW/SW immediately upon receiving of appropriate
request from operator, such as Factory Test Certificate, IOT with
third parties, etc.

9
Engineer Direction, Core Network Department

Data Network Modernization RFP

5. All features available in Bidders proposed SW and HW basic M


packages should be listed with the separate price identification for
each item.
6. Optional features that are available for the proposed equipment and M
are not part of Bidders basic package should be listed separately
with the separate price identification for each item.
7. All features, which are planned to be available in future releases of M
equipment, should be listed separately.
8. Limitations and functional restrictions in case of interoperability with M
HLR/HSS and BSS/UTRAN of another Participant should be
described in details.
M
9. Information regarding maximum network element's capacity should
be provided.

10. The Bidder has to provide indicative information including pricing on M

upgrades of equipment to higher capacities.

11. The Bidder has to provide clear mechanical/environmental M

specifications for all equipment included in the proposal.


M
12. The Bidder has to propose Lawful interception solution for packet
data transmission

M
13. Price structure (principles) should be clearly described.

5. Hardware Requirements
The Hardware requirement for the PS CORE domain is mentioned below.

Type of
Platform Requirement
Requirement
1. Proposed Packet Core shall consist of the following subsystems:
SGSN-MMEs/S-GW
GGSN- P-GW M
AAA

10
Engineer Direction, Core Network Department

Data Network Modernization RFP

DCS/DEA
Note: all PS equipment must be consider with geo-redundancy

2. The Equipment should support IP v6 considering current and M


future requirement.

3. All critical boards must configured in the 1+1 or N+1 backup to M


ensure the high reliability of the system.

4. Product description and description of available interfaces should


M
be provided.

5. PS Core must be ready for LTE, IoT and the transition to 5G. M

6. HW failure rate is expected 0.5 % comply with frequent failure M


occurrence with Max 5 times & exceeding case FOC replacement.

7. Should support SDN orchestration and platform under


M
virtualization including transport layer .

8. Should be able to support trull level system architecture .


M

5.1 SGSN-MME (Serving GPRS support node Mobile Management Entity)

M-Mandatory Requirements

Type of
Requirement
Requirement

1. The Bidder shall offer SGSNs of different capacity


M
2. The SGSN-MME shall be expandable in step sizes of both quantity
of Packet Core-subscribers, quantity of PDP contexts, maximum
throughput and number of supported interfaces like A, Gb, S1, etc., M
and the Bidder must provide minimum and maximum limits for
capacity per SGSN-MME unit and per cabinet.

2. SGSN-MME shall be ready for 5 generation upgrade. M

11
Engineer Direction, Core Network Department

Data Network Modernization RFP

3. SGSN-MME will support all interfaces over IP . M

4. Vendor must state the maximum capacity in term of Simultaneous


M
Attached Users (SAUs), PDP and throughput per system and per
board.
5. This description of dimensioning shall include all mentioned above
parameters without exception: number of Iu-PS ,Gb,S11, S6a, S1 M
etc. interfaces, quantity of subscribers (both quantity of
simultaneously attached subscribers and quantity of PDP
contexts), maximum throughput.
6. For each step of configuration of each SGSN-MME the following
limitations should be clearly identified:
a) Proposed number of Gb, Iu-PS and S1 interfaces and
maximum supported by proposed HW platform to be
described. M
b) Maximum throughput in kpps, Mbit and Gbit per second.
c) Maximum number of PDP activations per second.
d) The maximum HW capacity and Licenses capacity for
e) number of concurrent PDP contexts.
f) The maximum HW capacity and Licenses capacity for number
of concurrent attached subscribers.

7. Reliability should be not less than 99,999% M

8. The Bidder shall state if the offered SGSN node supports direct
connection of 3G payload traffic between the radio network (RNC) M
and GGSN without going through SGSN. The supplier shall state
relevant standards and limitations involved.

9. The offered RNC-GGSN Direct feature implementation shall M


comply with the relevant parts standards protocols.

12
Engineer Direction, Core Network Department

Data Network Modernization RFP

10. The Bidder shall describe the impacts of the GGSN-RNC direct
tunnel implementation on the SGSN node with different vendors
M
like ZTE, Huawei and Ericsson.
Multivendor IOT should be supported on DT requirement in line
with standard requirements of TS 3.1 level.
11. SGSN QoS functionality

11.1The supplier shall describe what traffic classes are supported.

11.2 The supplier shall indicate how the QoS layer model with
end-2-end support in the network layer, terminal layer, and M
application layer is supported.

11.3 The supplier shall define what QoS information elements are
supported.

11.4 The supplier shall describe what subscriber QoS attributes is


supported. Parameters like guaranteed and maximum bitrates and
allocation retention priority are expected to be covered
12. The supplier shall state the tools for capturing live traffic,
integrated in the SGSN-MME node, as a substitute for an external
M
probe should be available. What kinds of
adjustments/options/filters are available in the SGSN-MME?

13. The offered SGSN-MME shall support MBMS (Mobile


Broadcast/Multicast Services). The supplier shall state its
compliance towards 3GPP TS 23.246.

14. In case Integrated Traffic capturing is available, what types of


traffic and interfaces can be captured? Please specify the file M
format used for the captured data.

15. SGSN shall support Smartphone Traffic Model Statistics to assist M


operators to obtain the traffic model parameters of smartphones,
and correctly assess and plan the network.

16. Wi-Fi offloading must be supported to for effective capacity usage. M

13
Engineer Direction, Core Network Department

Data Network Modernization RFP

5.2 GGSN EPG (Gateway GPRS support node Evolved Packet Gateway)

The followings requirements are Mandatory


Type of
Requirement Requirement
1. The maximum HW and License capacity for number of concurrent
M
PDP, maximum number of PDP activations per second and
maximum throughput should be supported as per requirement.
2. Reliability should be not less than 99,999%. M

3. The offered RNC-GGSN Direct feature implementation shall


comply with the relevant parts of the following standards: 3GPP
TS 23.060; 3GPP TS 25.413; 3GPP TS 29.060; -3GPP TS M
43.129; 3GPP TS 33.107.

4. All features available in proposed SW/HW basic and optional M


packages shall be listed with the separate price identification for
each item.
5. All features that are planned to be available in future releases of M
equipment should be listed separately.
6. The Bidder shall supported with redundancy principles realized in M
the supplied equipment.
7. The GGSN shall support Ipv6 for transport according to
specifications RFC 2373; 2460; 2461; 2462; 2463; 2283; 2878; M

1981; 2464; 2472;2590; 2491; 2492; 2767; 2893.


8. The GGSN shall have Radius support according to specification
3GPP TS 23.060, 24.008, 29.060, 29.061 and GSM 03.60, 04.08, M

09.60, 09.61 and RFC 2865, 2866.


9. The GGSN shall support IP-in-IP unicast tunnels and GRE
/IPSEC (Generic Routing Encapsulation / IP Security) tunnels M

which shall comply with RFC 1701, RFC 1702 and RFC 2003.

14
Engineer Direction, Core Network Department

Data Network Modernization RFP

10. The supplier shall provide the Tracing functions available on the M
offered GGSN node.
11. The GGSN shall have multiple cooperating Quality-of-Service M
(QoS) and Class-of-Service (CoS) mechanisms applied at the
per-PDP-context level and at the aggregated-trunk level. Both
GPRS/WCDMA/LTE-specific and IP differentiated services
(DiffServ) QoS policies shall be supported.
12. The supplier shall comply the maximum supported bandwidth in M
GGSN-EPG for uplink and downlink channels in all technologies.
13. The bidder is required to offer a Multi-Service APN (Public/Private M
APN with static and dynamic IP allocation) Solution that is
capable of classifying and controlling traffic based on the different
services being used and generate charging reports accordingly.
14. The offered Multi-Service APN solution shall include a Service M
Detection and Classification Engine able to detect different
services passing through the GGSN-EPG node and classify them
for further processing e.g. charging, control purposes.
15. The proposed GGSN should support combined SGW/PGW M
Service Awareness function.
16. The proposed combined SGW and PGW shall support the M
network reselection between LTE and GSM/UMTS.
17. The proposed combined SGW and PGW shall support the M
handover between technologies.
18. The proposed combined SGW and PGW shall support CS M
fallback for voice service over LTE via SGs interface compliance
with 3GPP specification.
19. For volume and time based tariffing, the System shall support the
following parameters:
a) Service type ID (of transferred data);
b) MSISDN (IMSI);
c) A destination and source Ip-addresses;

15
Engineer Direction, Core Network Department

Data Network Modernization RFP

d) zone ID (SGSN-MME ID) M


e) User location information (MCC/MNC/LAC/Cell ID);
f) HLR Charging Characteristics;
g) QoS parameters
h) URL (for WAP and HTTP)
i) A direction of data transfer (from/to a subscriber)
j) Remote port
k) Value of transferred data
l) And advanced features.
20. GPP- specified Gy/Sy interface shall be supported to interface
with real-time Billing system for prepaid on-line charging purpose. M
State any limitations to the Gy/Sy interface support in the offered
solution.
21. System shall perform an interaction with the external systems
according to the DIAMETER protocol. The Bidder shall state the M
supported standards and specifications for the offered
DIAMETER interface and relevant compliance like DCCA (IETF
RFC 4006 and later versions)
22. Should support MSCC data charging which includes
a) Service aware rating control (including policy control)
b) Service aware rating functionality.
23. Support Gx interface for PCRF functionality implementation,
compliancy towards 3GPP and describe the features M
implemented in the Gx interface, as well as limitations or
requirements if any. Supporting PCEF with DPI, Protocol, and
service pattern clarification.
24. The proposed GGSN shall support ASN Roaming Charging
function that allows the GGSN to use GRX-IP Sec Tunnel, ASN M
for the Border Gateway Protocol (BGP) route of the SGSN to
identify a roaming subscriber. This feature enables the GGSN to
apply different tariffs to subscribers of different VPLMN

16
Engineer Direction, Core Network Department

Data Network Modernization RFP

25. The System shall be able to perform a service and subscriber- M


based QoS control by modulating the peak throughput of the
specific service traffic and should support QOS based on all
available various technique. The Bidder shall state in detail about
the information.
26. The offered solution shall be able to generate relevant counters M
and statistics and to export them to a monitoring and performance
management system. The Bidder shall describe the architecture
and interfaces involved, as well as the counters that can be
monitored.
27. Bidder shall provide the requested packet core element based on M
a mature and well verified hardware platform. Vendor must
describe the platform strategy of control plane and user plane for
2G/3G/4G, and provide latest roadmap.
28. GE physical interface shall be supported by the proposed M
platform.
29. The Bidder shall provide the description of redundancy principles M
realized in the supplied equipment.
30. The offered GGSN-EPG should support session redundancy. M
When board failed, service should not be interrupted with
connection failure.
31. Security encryption/Decryption must be complied for every
M
transfer of information.
32. Must comply IOT with multi-vendor compatibility as per 3GPP
M
standard.
33. Should support CDN along with real time content delivering. M

34. Should support CDN optimization based on IMEI detection and


M
compression technology based on content sizing of the
equipment.
Eg: PC -1080 Pixcel
Tab -420 Pixcel

17
Engineer Direction, Core Network Department

Data Network Modernization RFP

6. Smart Phone Consideration

Smart phone penetration is increasing very fast recently, estimated 50% of market
share, especially are iOS, Windows, Blackberry and Android phones. Together with
many non-stop applications, such as Facebook, email, Twister, viber, etc, are
occupying many signaling load from Packet Core network. Bidder must consider on
this issue and provide sufficient capacity and features to handle such issue in PS
Core and other related nodes.

7. WI-FI

The offered HW/SW solution shall be able to provide WI-FI technology in order to
permit Movicel to provide Wi-Fi service in private homes, businesses, as well as in
public place at WI-FI hotspots set up either

a) Free-of-charge or commercially.
b) Must support to redirect functionality towards captive portal

8. LTE Advanced/5G Readiness

The proposed system will include all hardware and software to progressively involve
existing network into 5G standard.

Bidder must provide and ensure compatibility with 3GPP release 13 and 14 the
recommended speech codec for VoLTE (HD Voice).

The offer must support IoT and be able to do advanced connectivity of devices,
systems, services that goes beyond machine-to-machine (M2M) communications
and covers a variety of protocols, domains and applications.

9. Performance Management

The supplier shall ensure to supply the system to monitor, the Capacity and Quality
related performance in an efficient way and according to the categories on table below:

18
Engineer Direction, Core Network Department

Data Network Modernization RFP

CATEGORY CONTENT
Mainly related to the performance of the signaling procedures like attach
success ratio, pdp context activation success ratio, paging success ratio, etc.
Network Performance
Related to how well the installed capacity matches the demand in terms of
attached subscribers, throughput, CPU loads etc.
Network Capacity
Network usage Describes how and how much the network is being used in terms of
throughput, number of active users, numbers of link, interfaces overload , etc.

10. Fault Management

System should report about fault management which are listed down:

Brief description of faults (Critical. Major and minor)


Date and time of occurrence
Status
Date and time resolution

11. Security Requirement:

The Security requirements are


Type of
Requirement Requirement
11.1 The offer solution should be able to set varying levels of user
M
rights for different individual and groups of users. These rights
should at a minimum control which administrators are permitted
to view, complete, and delegate evaluations.
11.2 Establish security in the control plane for the control messaging. M

11.3 Verify that the device is allowed on the network by querying the
IMEI and checking it against the EIR via the S13 interface.
M
11.4 Bidders should provide a security layer application to detect and M
prevent unsolicited network applications, denial of service (DoS),
attacks and efficient management of IP addressing through

19
Engineer Direction, Core Network Department

Data Network Modernization RFP

Network Address Translation (NAT)/Port Address Translation


(PAT).
11.5 Should support System Hardening Antispam,Antivirus M
protection for internal & External Network
11.6 Should support Application Hardening M
11.7 Log all user activities. M

12. Functional Specification

12.1 System Requirements

The requirements specified in this section are common to all systems of service
execution and service area. The bidder is obliged to prepare a separate declaration
of conformity to the requirements of the system, individually for each of the functional
modules. The failure to follow this schema will result in disqualification of the bid.

12.2 Architecture

The platforms must be supported to deliver the current technologies like legacy 2G
system, 3G, 4G, upcoming 5G system and must be designed to consolidate & deliver
the networking components needed to support a fully virtualized infrastructure. This
VNF should also expect to BSS solution, Business Applications, Service domain and
Network Domain components.
The bidder should be capable of providing customization services on an hourly and/or

12.3 Testbed

Vendor to offer testbed for Packet Core Network with minimum configuration for testing
purpose

20
Engineer Direction, Core Network Department

Data Network Modernization RFP

13. Statistics
The Bidder shall ensure below mandatory requirement for statistics requirement.

Bidder shall provide details, including road map, on counters and


statistical information available, including:

1) Location Area updates

2) Connections active, connections attached, connections idle and


connections unstable in numbers and percentage for all
M
Technologies.
3) Active PDP contexts with differentiation between different APNs.
4) CPU and Memory utilization.
5) IP capacity and utilization.
6) Volume of traffic in TB per 24hour.
7) Gb, PS, S1, Gr, Gx, Gy, S6a, Gn and Gi interfaces utilization.
8) Data Throughput, capacity and utilization per technologies.
9) Availability of service.
10) Numbers of visiting foreigner subscribers.
11) Numbers of visiting national subscribers.
12) Other counters which are important to the GSM, UMTS and LTE
network.
13) Description of collecting and storing of data.

14. Operation Requirement

14.1. SLA & Cost saving

The Supplier shall ensure to provide that, the equipment shall be optimally used during
the Operation Services which should provide

21
Engineer Direction, Core Network Department

Data Network Modernization RFP

Type of
Requirement Requirement
14.1.1 Network quality M
14.1.2 Availability according to relevant KPIs and SLAs, M

14.1.3 Ensuring the use of industry best practices with the help of
M
adequately service & product support resources
14.1.4 Supported to reduce Opex cost. M

Service Level Agreements (SLA) and Key Performance Indicators (KPI) are to be
shared with operator based on best practice and in reference with Operator.

14.2 Tools:

The supplier shall ensure to supply the tools which are supported to improve the
Operation and Maintenance

Type of
Requirement Requirement
14.2.1 Capacity & Performance Monitoring M
14.2.2 Troubleshooting with Tracing M

14.2.3 Fault Management availability and compatibility


M
14.2.4 Configuration Management GUI/CLI M

14.2.5 Compatibility to integrate with Network Operation Center


Umbrella Tool.

14.3 Operation/CDR Log:

The Operation log/CDR must comply to store history of events along with storage.

22
Engineer Direction, Core Network Department

Data Network Modernization RFP

15. Acceptance Test

The acceptance test will include 2 stages:

15.1 PAC: Provisioning Acceptance Test

The Bidder shall ensure below mandatory requirement


Type of
Requirement Requirement
1. License checking M
2. Functional/feature acceptance test M
3. Parameters connect to related network elements M
4. Capacity checking M
5. Completely connected and verified with all related nodes,
M
including but not limited to VAS, CS Core, IP Core, BSC, RNC and
IT systems.
6. Ready to launching service M

15.2 FAC: Final Acceptance Test

The Bidder shall ensure below mandatory requirement


Type of
Requirement Requirement
1. Punch list, all are clear M
2. months from PAC M

23
Engineer Direction, Core Network Department

Data Network Modernization RFP

16. Product Roadmap and Life Cycle management

The below details are to be supplied as part of Life cycle management of the
product.
Type of
Requirement Requirement
1. Products roadmap up to year of 2022 M
2. Life cycle management: will be milestones for: M
3. End of Sale M
4. End of maintenance M
5. End of Support: for the provided products, end of support must be M
at least 5 years from HW installation.
6. For Hardware Date of life is 5years of life time Data of life for M
software is up to 18 months or recommendation from supplier and
the upgrade should support Leap Frog compatibility.

17. Project Schedule

The Project is expected fulfil as per below schedule.


No. Milestones Time plan
1 Letter of Intent Selection of Vendors

2 Kick off 14 week from the PO


3 PAC 18 weeks from PO

4 Dry Run 19 weeks from PO

5 Go Live 21 weeks from PO

6 FAC 3 months from PAC

24
Engineer Direction, Core Network Department

Data Network Modernization RFP

18. Price Requirements:

The providers need to share the details of price table for the required products which
should fulfill
Type of
Requirement Requirement
18.1 Price Table information with Price table level a, b and c. M

18.2 Price structure (principles) should be clearly described for M


Product and Services.
18.3 The price offers for PS Core should include all integration cost to M
completely inte-grate with all existing network elements, including
existing CS Core, VAS and related IT systems and swap services.
18.4 All features available in proposed SW/HW basic and optional M
packages shall be listed with the separate price identification for each
item.
18.5 SW and HW basic packages should be listed with the separate M
price identification for each item.
18.6 Detailed BOM for product family M

19. Support & Service Requirement:

The Supplier shall comply on below support requirement

Support Service for Operation:

For bidder shall comply in below SLA


Escalation Resolution Restoration Response Updates every
Severity Time Time Time
Time
Emergency 10 Minutes 1hr 1hr 5 minutes 60 min. during
Restoration
Critical 10 Minutes 2hr 1hr 5min
Major 30 Minutes 24hr 3hr 1hr
Minor 1 Hour 24hr 24hr 1hr

25
Engineer Direction, Core Network Department

Data Network Modernization RFP

Penalty Clause:

The Bidder shall comply on below penalty clause


Restoration Allowed limit Penalty clause
Severity Time

Emergency 1hr Exceeding 60 mins


Critical 1hr Exceeding 60 mins with service
impact
Applicable as per business
Major 3hr Exceeding 180 mins with service impact
impact
Minor 24hr

Hardware Replacement:

The bidder shall comply


Minimum
Severity Delivery time Responsibility
Achievement
Critical spare 2 Hours BIDDER 98%

Non-Critical spare 24 Hours BIDDER 95%

Return of faulty unit 3 Days Movicel 95%

20. Managed Service Support Requirement:

The Bidder shall submit the full information on Managed Service support
requirement.
Type of
Documents for SCOPE
Requirement
1. Describe Support Service delivery M
2. Detailed Standard Maintenance M
3. Software support update & upgrade M
4. Emergency support onsite and remote support M
5. Preventive Maintenance mention as well corrective
maintenance M

6. 3rd party Supply support M

26
Engineer Direction, Core Network Department

Data Network Modernization RFP

7. Standard SLA, and Emergency support SLA M


8. Man power support M
9. Describe the maintenance lines & escalation path (first,
second, third line..etc..) M

10. Help desk & contact points in case of fault or technical inquiry M
11. Clear responsibility matrix M
12. Monthly report and Review Meeting M
13. CSR/GTAC/Support Ticket status and report M

Documents for Project Type of


Requirement
14. Product description documents M
15. Software installation & commissioning documents M
16. PS core capacity expansion/de-expansion M
17. Project engineering documents,Layout,Rack,Boards,board
serial numbers, ports distributionetc. M

18. Software & Hardware acceptance test sheets M


19. Project handover documents M

Documents for Services Type of


Requirement
20. Preventive Maintenance M
21. Corrective Maintenance M
22. Fault Management M
23. Trouble shooting M
24. System restoration. M
25. Configuration/Change Management M
26. Product Configuration M
27. HW/SW Modifications M
28. Change Management Procedure and Control M
29. Performance Management M
30. Customer complaint handling: M

27
Engineer Direction, Core Network Department

Data Network Modernization RFP

31. Capacity Management M


32. Optimization Services M
33. Spare Part Management Services (SPMS) M
34. Transportation and Handling M
35. Commercial Proposal M

21. Commercial Compliance:

The supplier shall detail about Commercial compliance which are mentioned below
1. Payment Terms

2. Price Negotiation

3. Service Payable in AOA


a) SW(OEM)
b) I&C
c) Managed Services, Support
d) RMA
e) Operation & Maintenance
f) Local Accessories)

4. Product Payable in AOA


a) Hardware
b) Software
c) License
d) Vendor Oriented Software

22. TRAINING

The Training requirements are


Type of
Requirement Requirement
11.1 The Successful Offer shall provide all necessary training,
including technical and application system administration and an initial
series of training courses, manuals and documents equal to the M

28
Engineer Direction, Core Network Department

Data Network Modernization RFP

number of individuals being trained deemed sufficient to leave PCN


staff prepared to make best use of the new systems.
11.2 The Successful Offer should have the ability to train with online
M
video/audio training.
11.3 The Successful Offer shall be capable of offering training services
on an hourly or fixed price basis. Please describe the training services
you are offering as a part of your proposal, and provide pricing for any M
additional training packet core people may need.

23. RFP Instruction:

The vendor willing to participate should confirm to Movicel, Department of In-


novation and Development, before 15:00 Hrs. on ___/ of ________/ 2017. Proposals
submitted via email addresses to:
manuel.merindo@movicel.co.ao
santos.sebastiao@movicel.co.ao
ramaswamy.pillai@movicel.co.ao
karthikeyan.Chandar @movicel.co.ao

All proposals that are submitted after the time will not be considered. Upon receipt of
the proposals, Movicel will notify via e-mail the receipt of the offer. In case of non-
compliance with the dates, please communicate previously in ways to avoid
inconvenience

29

You might also like