tsc rfp with core - page 130.pdf

Upload: albraa80

Post on 06-Mar-2016

106 views

Category:

Documents


8 download

TRANSCRIPT

  • Section Description ComplianceAvaiable Date /

    SW Ver.

    Mandatory or

    OptionalIn this offer Reference

    1 INTRODUCTION

    This document is TSCs Request For Proposal (RFP) on LTE Mobile Broadband Network based on the 3GPP standards. The primary goal of this RFP is for each

    Vendor to describe the complete offered solution, including features and functions, key advantages, anticipated enhancements of their LTE solution. A vendors

    response to the requirements of this RFP will allow Taiwan Star Cellular Corporation to understand:

    What products and services are proposed,

    Availability, technical maturity, timing, and pricing of the proposed products.

    The document only contains a list of requirements on the functionalities mainly requested for a 3GPP LTE network. For each requirement, exact conditions,

    characteristics, roadmap and limitations must be reported in the vendors answers.

    Each vendor is requested to provide the information according to 3GPP Reference Architecture defined in Section 5 of this RFP document.

    2 Date to Response

    Proposals must be received in Taipei, Taiwan prior to 14:00 Oct 7, 2013. Late submission and incomplete of the proposal may be considered invalid.

    Responses arriving before this date could expedite evaluations. All documents shall be sealed, marked with Sellers name, address, and con-tact point.Proposals

    shall be sent by verifiable means. No responsibility or allowance for delay will be made for any documents by mail.

    3 Scope of Work

    3.1. Introduction

    The Tenderer is required to quote the supply of LTE implementation network infrastructure and all re-lated services. The Tenderer shall consider within the Scope

    of Work all related services such as Preparation, Implementation, Installation, Commissioning, Network Adaptation, Testing, Optimisation and Elaboration of

    detailed Documentation. The Tenderer shall also include within the Scope of Work, a proposal for Workshop, Training, Warranty and Technical / Maintenances

    Support.

    3.1.1. TSC LTE RFP content consists:

    3.1.1.A. This Main Document: contains all General RFP information and requirement such as Tender scope, schedule, and Tenderers Qualification & Technical

    specification

    3.1.1.B. Attchemetn 1: LTE feature list and UMTS feature list and feature roadmap need to response

    3.1.1.C. Attachment 2: Terms & Conditions.

  • 3.1.2. Tenderer Documents

    Tenderer shall fill out and submit its Tender response proposal in One hardcopies &

    Three softcopies (CD Rom) to the Buyer which contains three separate enclosures as follows:

    Enclosure 1:Tenderers Qualification

    Enclosure 2:Technical Proposal for the response for Project related deliverables

    Statement of Compliance (SoC): Tenderer shall provide point-to-point response andfill in compliance table for every item stated in RFP

    do so shall be deemed as Fully Comply with this RFP and TSCs terms and instructions.

    Enclosure 3:

    Tenderer shall provide the proposal with standard MS Office 2010 (ex. Word or Excel or Project) format.

    Buyer may request the Chinese version of response or description for specific items.

    The offered technology shall, in all aspects, to be compliant with the latest relevant ITU-T, 3GPP and ETSI standards. Proprietary solutions shall not be

    accepted.The Tenderer shall quote all network element that will be proposed.

    Tenderer shall respond to each and every alphanumeric item in the same order contained in this RFP. Before the item-by-item responses are described in details

    in the Technical Proposal, a Statement Of Compliance (SoC) table shall be submitted as summary at the beginningof the Technical Proposal according to the

    format described as follows:

    Compliance: FC (Fully Compliance), PC (Partially Compliance), or NC (Not Compliance).If the item is requested for information only, Tenderer shall fully comply

    with information provided.

    Available date: date of commercially available for compliance

    Mandatory or Optional (M/O)

    In this Offer: Yes (within scope of supply / service in this Proposal); No (out of scope of supply / service in this Proposal)

    Reference: supporting documents of reference information if any

    Explanation: statement of compliance.

    Table 1.1 Statement Of Compliance (SoC) table example

    3.1.3. Tenderers Qualification

    Tenderer's qualification should include the following documents:

    Documents evidencing the legal identity of Tenderer, such as certificate of incorporation and business registration or license. (including the permit statement for

    Radio Equipment Sales & Import for LTE Base Station and User Equipment)

    A letter duly executed by Tenderer authorizing a representative (natural person) to act for Commercial in Cofidence Tender in the Tender process

  • 3.1.4. Price Proposal

    Price quotation contained in the Price Proposal shall be made to fulfill the scope of the Works to satisfy the technical requirements as stipulated in this RFP based

    on the terms and conditions set forth in Attachment 2. Each item listed in the submitted Price Proposal shall be consistent with the BoM in the submitted Technical

    Proposal and indicate the unit price and quantified price. The hardware price shall be quoted with breakdown to function level, sub-function level and board level.

    The software price shall be quoted on per software feature basis including both basic and optional features. The service items including implementation service

    shall be quoted with the information of how many man-days estimated. The services to be offered during and after the warranty period shall be quoted

    respectively, and explain how these services are quoted.

    The price quoted in the proposal shall be the total and full value of the Contract and shall cover all costs, ex-penses, and risks of whatever nature incurred in

    connection with the Contract. Such costs and expenses include but are not limited to all equipment, facilities and materials for delivery, shipment, installation,

    integration, testing and completion of the Works; all expenses incurred in planning, design, programming and coordination of the Works; overheads, taxes;

    liabilities, obligations and risks under the Contract; and all other matters necessary for completion of the Works as set forth or implied in the Contract.

    Tenderer shall bear the risks of omission or insufficiency of the work items listed in BoM and Price Proposal. Such omission or insufficiency shall not affect the

    Contractor's obligations to complete the Works and fulfill all requirements under the Contract with the Contact Price; the Contractor shall not be entitled to any

    price increase or compensation for such omission or insufficiency.

    All license fees or expenses of whatever nature for use of software necessary for operation of the Works shall be specified in the Price Proposal and included in

    the Contract Price.

    Prices for the portion of the Works to be provided and/or performed within R.O.C. shall be quoted in New Taiwan Dollars (NTD). Prices for the portion of the

    Works to be provided and/or performed outside R.O.C. shall be quoted in United States Dollar (USD). Unless otherwise specified, all prices quoted for imported

    goods and/or services shall be made on the basis of DDP (Delivered Duty Paid) at the Buyers premise and be quoted in United States Dollars (USD); Tenderer

    shall also provide the price quotation for FOB cost, freight, insurance premium and applicable import duties separately.

    Unless otherwise specified, all prices quoted for goods and/or services to be supplied within R.O.C. shall be made on the basis of delivery at the Buyers premise

    or the Buyers designated storage area or site.

    Such price shall include both inland and offshore of local transportation, temporary storage, loading and unloading cost and be quoted in New Taiwan Dollars

    (NTD).

    Tenderer is encouraged to propose its financial support on payment term such as but not limited to payment structure, performance assurance etc. to effectively

    reduce the Buyers risk due to the technology and market uncertainties.

    All the requirements requested in RFP will be deemed as Mandatory request unless there is an Optional notice specified in the statement.

    The Tenderer shall also quote in detail all project requirement services such as but not limited to:

    3.1.4.A. Installation and Commissioning (including cranes)

    3.1.4.B. Network Migration Services and related Documentation

    3.1.4.C. Test plant Installation and Commissioning

    The Tenderer shall quote technical support service as below, but not limited to:

    3.1.4.A. Technical Support

    3.1.4.B. Spares Parts Management Service

    3.1.4.C. Operation & Maintenance Support Services

    The Tenderer shall quote a proposal for Workshop, Training, and Hardware / Software Documentation:

    3.1.4.A. Training and Course Materials (Including delta releases courses)

    3.1.4.B. Equipment Hardware and Software Documentation.

    3.1.5. No Compensation

    Tenderer shall bear all costs, expendes and risks for prepration and submisssion of Tenderer. Tenderer is not entitled to any claim or compensation against the

    Buyer in relation to prepration or submission of Tenderer.

    Tenderer's non-compliance with the RFP may be a cause of the Buyer's rejection or disqualification of the Tender. Furthermore, the Buyer may deem any or all

    Tenders disqualified on any grounds without giving any reason. Tenderer shall be not object to and is not entitled to any claim or compensation against the Buyer

    for such determination during the process of evaluation of Tenderers, award of the Contract or performance of the Contract.

    3.1.6. Contact Information

    Materials regarding this RFP shall be delivered either personally or via registered mail to :

    Engineering department:

    Brian Tseng

    Mobile: 0935150872

    Email: [email protected]

  • 3.2. Project Description and Requirement

    The Buyer will be responsible for Site Acquisition and site rental contract. The Tenderer shall take responsibility of the implementation project including spares

    management during the implementation period, until formal acceptance of all items is agreed.

    3.2.1. Project Management Coordination

    Tenderer shall provide a dedicated project management service during all the implementation phases. The project management functions shall ensure:

    That the Tenderer project organization works in close cooperation with the Buyers organization

    That the Local Supplier activities are followed up and performed according to the agreed quality requirements and time schedule.

    That the Contractual obligations and requirements are met and are followed-up on a daily basis.

    Tenderer is responsible for the project planning, control and reporting.

    Lead-time for delivery would be kept.

    That Buyer receives adequate periodic reporting on project status and deliveries according to its request

    The forecast and ordering the equipment, installation materials and installation and commissioning ser-vices.

    Operation support & Escalation

    Suppliers third party Supplier Management

    That the project documentation is prepared and provided to Buyer according to the contract provisions.

    Some quality criteria and value should be established and followed during the implementation project:

    Marco planning criteria (day of implementation site vs. performed)

    Site by site down time. The supplier will be required to select solutions with minimal impact for the clients

    3.2.2. Implementation Services

    The main services that must be provided by Supplier are described herein but not limited to:

    Implementation Preparation & Negotiation: implementation site preparation documentation. Negotia-tion is also to be performed by Tenderer in case of new LTE

    sites.

    Site Survey: Includes the survey activity required to anticipate eNodeB installation. A site survey report shall be delivered by the Tenderer.

    Site engineering & Civil Works (Stability Studies, Lease )

    3.2.3. Tools

    The Tenderer is responsible to provide all necessary tools required to perform his job autonomously. These tools should comply with Buyer reporting and

    interworking requirements.

    3.2.4. Training

    The Tenderer is required to provide training courses to the BUYER Engineers (internal and O&M field out-sources).

    3.2.5. Documentation Operation & Maintenance

    The Tenderer shall provide Buyer at least 1 (one) month before the beginning of implementation activities the documentation containing a least:

    3.2.5.A. Maintenance technical procedures (HW replacement, etc.)

    3.2.5.B. Troubleshooting document based on Alarm Handling

    3.2.5.C. Configuration and Performance tools manuals, CM and PM database schema

    3.2.5.D. System Administration containing all O&M procedures, troubleshooting methods

    3.2.5.E. Preventive Maintenance recommendations and procedures

    3.2.5.F. Operational procedures for network reconfiguration

    3.2.5.G. Alarms description

    3.2.5.H. Spare parts and compatibility documents

    3.2.6. Documentation Engineering Optimization and Performance

    The Tenderer shall commit to provide Buyer at least 1 (one) month before the beginning of activities to docu-mentation containing at least:

    3.2.6.A. LTE parameter directory, Describing the parameter function, the Range, The object type associated and the default setting value

    3.2.6.B. LTE parameters engineering rules

    3.2.6.C. MM, CM, SM, PDP context management

    3.2.6.D. LTE optimization techniques

    3.2.6.E. Counter dictionary with counter description

  • 3.2.6.F. Signalling flow chart should show the involved LTE procedures, and precisely which message triggers the counter increment

    3.2.6.G. KPI mapping and monitoring

    3.3. Engineering Support and Services

    The purpose of this chapter is to specify engineer and operations support network requirement for the deploy-ment of LTE in Buyer

    3.3.1. Engineering Support

    The objective of this support is to guarantee the objective of improving the network performance. The Engi-neering and Planning Support services that are

    detailed in the following sub-sections shall be included in the scope of the RFP answer. Engineering and Planning Support shall be required for, but shall not be

    limited to, the following activities:

    3.3.1.1. Acceptance and Demonstration

    The Tenderer shall provide appropriately skilled personnel to support the implementation process and to support Buyer personnel during all the stages of the

    project. A Network Element Acceptance of each element shall be per-formed before it is handed over to Buyer (the acceptance procedures are detailed with

    Acceptance Processes and Criteria)

    Acceptance includes the following activities:

    3.3.1.2. Planning and Dimensioning

    As part of the Dimensioning process, Engineering Support for LTE Network Planning is required as part of the RFP services (including documentation):

    LTE Default Parameter Settings elaboration

    LTE network Optimisation (guidelines)

    LTE network Dimensioning (guidelines)

    3.3.1.3. Configuration

    Whenever Hardware or Software is introduced, modified or modernised, its configuration (e.g. software, pa-rameters, cabling, combiner selection, etc.) shall be

    tailored for deployment on the Buyer network. The Tenderer shall perform this process to ensure that requirement of product are respected and the benefits of the

    Product are maxi-mised.

    3.3.1.4. Site Design

    Whenever equipment (e.g. DDF, Cabling, Site Support Cabinet, Antennas) is introduced, modified or modern-ised, the application and impact of this equipment

    on all site designs shall be carefully considered. The Tenderer shall perform this process to ensure that optimum performance is obtained from the equipment,

    and that all installation and operation requirements are respected.

    3.3.1.5. Features

    The Tenderer shall arrange a workshop to present all products and new functionalities / features to engineering and O&M departments. The purpose of the

    workshop is to establish whether the new features are aligned with the current and planned network and business objectives.

    3.3.1.6. Test Equipment and Tools

    Support shall be provided to ensure that the operation of all (test) equipment and software tools is fully under-stood by one or more key users within Buyer

    3.3.1.7. SLA for responses

    Tenderer must provide in a maximum of 7 (seven) days proper answers to requests from Engineering (product description), Planning, and feature behaviour /

    parameters.

  • 3.3.1.8. Engineering on Site Assistance

    With the deployment and optimization scope, on-site assistance may be required but limited to the LTE network design, engineering and reconfiguration actions

    such as:

    Network parameters template definition to be the baseline for deployment

    Assistance for introduction of new software features and parameters configuration

    Assistance related network architecture, such as definition, service interactions analysis, signalling network definition, etc.

    Assistance for procedures related to major network re-arrangement or reconfiguration, such as analysis net-work configuration, parameters settings, consistency

    check, perform statistics, etc.

    Assistance for the launch of new services

    Assistance in the deployment, such as integration, interfacing, optimization of the LTE network performance.

    Network Architecture Design

    Network Optimisation and 3G inter-working

    Tenderer is free to propose any other type of engineering services that it may feel required guaranteeing the successful completion of this LTE deployment

    project.

    3.3.1.9. LTE Network Configuration

    The Tenderer is responsible for defining the initial hardware configuration, such as Antenna type , electrical and mechanical tilts, and Azimuths. Buyer shall

    approve the configuration that has impact on UTRAN network.(If Buyer would have UMTS network at implement time)

    The complete responsibility of configuring the LTE Network and all LTE connections needed to carry all types of traffic will lie on Tenderers responsibility. The

    parameter Template must be approved by Buyer based on Tenderer proposal and any change to baseline Template shall be reported to Buyer.

    The Tenderer is responsible to do the planning of initial E-UTRAN radio parameters, such as PCI, Neighbours, RACH Root Sequences, etc. Buyer will be provided

    the eNodeB ID, Cell ID, and TAC.

    Each action to be performed needs previous creation and approval of a Planned Work. The Tenderer is required to create and send for approval to Buyer of all

    Planned Work that might be needed during the whole implementation project.

    3.3.1.10. OAM Platform

    All services and activities needed in order to design, dimension, implement and commission of the Network Management System will be performed by the

    Tenderer. Common agreed documentation will be validated before actual implementation of the proposed solution based on Buyer requirements.

    3.3.1.11. End-to-End Quality of Service

    The Tenderer is responsible for the End-to-End Quality of Service of all types of traffic inserted and transported via the new E-UTRAN Network, to be created

    according to the traffic contract and SLA to be provided by Buyer (mu-tually agreed before configuration and implementation) Buyer will provided reference KPI

    indicators and values for values for the Tenderer reference before acceptance and optimisation works.

    3.3.2. General Requirement

    3.3.2.1. RAN Configuration

    Hardware Configuration: The Tenderer is responsible for defining the initial hardware configuration, such as Antenna type, Electrical and Mechanical tits, and

    Azimuths.

    Parameter Template: The E-UTRAN network shall be configured in accordance with parameter baseline ap-proved by Buyer based on the Tenderer proposal.

    Any change to baseline template shall be reported to Buyer.

    Initial Planning: The Tenderer is responsible to do the planning of initial E-UTRAN radio parameters, such as PCI, Neighbours, RACH Root Sequences, etc.

    Buyer will provide eNodeB ID, Cell ID and TAC.

    Network Optimization: The Tenderer is responsible for all the optimization activities, such as KPI analysis, drive tests, etc. All hardware and parameter changes

    shall be reported and the ones that could have impact in GERAN and / or UTRAN networks shall be previously validated by Buyer.

    Performance Reporting: The Tenderer shall update a weekly performance report and comment the KPI evo-lution. The report must include at least the KPI

    proposed, the statistical data with daily and week aggregation of each acceptance level: Cell, Cluster and Zone, Drive Test result of each Cluster, list of hardware

    and software changes, list of alarms, tracking list of Site I&C and other incidents that might have impact on the performance.

    3.3.2.2. OSS Configuration

    The Tenderer shall implement the parameter changes that are issued by the Buyers optimization team in E-UTRAN OSS, such as parameters, neighbour relation,

    etc.

    The Tenderer shall provide Buyer the parameter changes that are implemented in E-UTRAN OSS, in a com-prehensive format and in a short time frame, to

    enable Buyer to adapt those changes on other systems.

    3.3.2.3. Equipment and Tools

    Supplier is responsible to provide all necessary equipment and tools required to perform its job. These tools should comply with Buyer reporting and interworking

    requirements. This compliance includes import and export formats from other tools issued by the Buyer at the duration of the project.

    3.3.2.4. Team Constitution

    The Tenderer is expected to have a Well Dimensioned Team with good technical knowledge and preferably with previous experience in similar projects.

    The project manager responsible for the E-UTRAN deployment and optimization must be senior Engineer and for the entire life time of the project.

    The Buyer reserves the right to have one or more of its own Engineers following all RAN optimization tasks, such as the measurement tests, data processing and

    analysis.

  • 3.4. Technical Support

    In this sub-chapter, the Tenderer should include temporary or permanent maintenance services and system support like fault report handling, software and

    hardware updates, technical periodic audits of the network and assist the Buyer to handle system network modifications.

    Technical Support should target all system proposed (eNodeB, OSS, other third party equipment)

    On-site Technical Assistance

    Emergency Support: Emergency Technical Assistance (Hardware and Software): Root Cause / Outage Analysis with preliminary and final outage reports

    providing root cause of the resolved issue.

    According to Maintenance Services, please clearly state what the different support levels that are provided.

    Investigation and Resolution of all non-emergency software and hardware problems: Investigation and resolution of all non-emergency software and hardware

    problems: Root Cause / Outage Analysis with preliminary and final outage reports providing root cause of the resolved issue

    Advise / Consultancy, detection and resolution of software / hardware related problems.

    Technical support for network integration

    Problem report handling service / trouble report guideline

    SLA for Problem report handling for product change requests:

    (*) In case that resolution time exceeds Max Resolution Time, the occurrence must not be excluded from Resolution Time calculation.

    The Tenderer shall clearly state if different from proposed target SLAs.

    Advance Notice of Future Software Releases and Roadmap

    Software updates services: Software updates services (delivery, installation, commissioning & testing, FOA and Rollout) with local and remote support.

    Local assistance during new software updates delivery, test and rollout

    Local assistance during new release delivery, delivery, test and rollout

    Local assistance during functional acceptance

    Detail Consultation services available

    Detail Escalation procedures.

    All the items related to this service shall be quoted as an annual fee (according to quotation guidelines)

    The Tenderer shall clearly state the conditions appliance in and out of warranty period.

    Please define all expressions and acronyms used in the Technical Support contract and service (e.g. AC Approved Correction, Emergency Call-up time) for

    future common understanding.

    The Tenderer must clearly describe the project team allocated and their organization in Local office and Remote cen-tres to cope with the requirement presented

    by the Buyer, namely (but not excluding others):

    Organization

    Skills / Experience

    Local and Remote Competences

    Place(s) of work

    Escalation Procedures

    The target SLAs fro the Technical Support Service are:

  • The Tenderer shall clearly state if proposes different from above target SLAs Nevertheless must always consider this scenario.

    (*) In case that restore time exceeds Max resolution Time, the occurrence must not be excluded from Resolution Time calculation.

    3.5. Spare Parts Management Services (SPMS)

    Spare Parts Management Service must ensure the availability, storing, pick-up, repair and delivery of the spare parts to Buyer when and where needed.

    The Tenderer takes ownership of spare parts and best practices for network evolution.

    The Tenderer shall describe the service including handling of Buyer service requests, repair and all logistics issues associated. The pick-up and delivery of spare

    parts to Buyer should consider in several locations, normally the Buyer O&M Centres; the replacement of the faulty units on site shall be under Buyer Technicians

    responsibility.

    3.5.1. Spare Parts Management Service Requires

    The Tenderer shall describe the spare part management process.

    The Tenderer shall assure a spare part of all equipment including non-reparable items (HW, cables, back-planes, fuses, vendor consumables, etc.) All the spare

    parts shall be Tenderer property.

    Spare part list will be dimensioned based on MTBF and Installed base by analysing failure rate. Non-reparable items considered as consumable is not considered

    under spare list.

    The Tenderer spare parts must be maintained and kept up to date to face network growth and evolution, en-suring spares availability both in terms of quantities

    and right revision states and spare storage that enables to delivery replacement Units with accuracy and speed, all according to pre-determined SLAs.

    Hardware and Software replacement: The Tenderer shall describe the service including handling of Buyer service requests, testing, repair, transport and delivery

    of the faulty Units to Buyer technicians.

    Report and Statistics: The Tenderer shall provide monthly statistics / reports of replaced fault Units and provide quarterly the updated list of all the spares

    identify the critical and non-critical spares

    3.5.2. The Target SLAs: Lead Time for Delivery

    The quotation should target the Lead Time for delivery presented (days in calendar days):

    3.6. Acceptance Processes and Criteria

    This chapter defines the Scope of Work required by Buyer for the acceptance process within the LTE deployment project.

  • 3.6.1. Acceptance Levels

    Acceptance will be carried out based on Statistic KPI, Alarms, Interface Tracing and Field Measurements (drive tests). The following acceptance levels apply:

    Site Acceptance

    Acceptance

    The zone acceptance will be the official handoff point of OAM from the Tenderer responsibility to Buyer, if all criteria for acceptance are met.

    3.6.2. Site Acceptance

    Purpose: Guarantee that the site is correctly installed, commissioned and integrated with the minimum levels of quality so that regression is not needed.

    Description: Buyer will audit the sites in order to check and validate the quality of the deployment. The site formal acceptance will be held together with Cluster

    acceptance, as long as deliveries are ready and in case of the acceptance criteria is fulfilled.

    3.6.2.1. Commissioning Document

    Procedure: Installation shall meet Buyer installation guidelines. The Tenderer shall provide evidence of this, including installing checklist, photographs and punch

    list.

    Acceptance Criteria: These include at minimum:

    3.6.2.1.

    A.

    Installation checklist

    3.6.2.1.

    B.

    Any site modifications will be according to Buyer requirements

    3.6.2.1.

    C.

    A photographic report of the installation shall be sent (including HW replacement photo, photos of cable labeis)

    3.6.2.1.

    D.

    Radio commissioning report

    3.6.2.1.

    E.

    Site documentation update (and respective update in Database) As Built

    3.6.2.1.

    F.

    Punch list will feature no blocking issues

    3.6.2.2. Site Verification and Check

    According to Installation and Commissioning (I&C) level of requirements, the Tenderer will check that the sites are in good conditions so as to perform End-to-End

    tests:

    3.6.2.2.

    A.

    All sectors are checked, on air and unlocked

    3.6.2.2.

    B.

    OMC Alarms are OK

    3.6.2.2.

    C.

    Absence of crossed sectors

    3.6.3. Acceptance

    Purpose: Verify that LTE deployment processes are correctly defined and can be scaled up. Validate in live network the software release features, performance

    and configuration template, already drafted in test plant phase.

    POC Acceptance Criteria:

    A. Pilot Cluster accepted

    B. Performance as per KPIs agreed

    3.6.3.A. Pilot Cluster accepted

    3.6.3.B. Performance as per KPIs agreed

  • 3.7. Responsibility Matrix

    The table included below is the responsibility matrix for the rollout period activities. All works will be performed according to relevant national laws and mutually

    agreed. Please provide as per line compliance status verification, and additional comments when required.

  • 3.7.1. Infrastructure Implementation

    Any deviations from the Technical Specifications, or other applicable documents or instructions by Buyer can only be enforced after the previous approval of

    Buyer.

    The Tenderer must comply with laws, regulations and statutes applicable to the activity and as expressed in the Contract of Services.

    The supply of equipment and materials should follow the provisions of the Contract of Services and the Technical Specifications.

    The Tenderer pledges to engage in the works of the site implementation human and technical resources nec-essary for the implementation on a continuous and

    timely manner.

    Under the terms defined in this document, the works of site implementation should be continuously monitored by a Work Coordinator, appointed by the

    Tenderer.

    At any time, Buyer can access the work area in order to supervise the evolution of the works and may require the presence of the Work Coordinator of the

    Tenderer to review the progress of the work and transmit Buyer guidelines, particularly in relation to abnormalities / deviations detected.

    3.7.2. Works for the supply of Electricity at Low and Medium Tension

    Build power cabling, in duct, aerial or inside buildings, when so requested by Buyer will be responsibility of Tenderer. The price should include this work as

    optional on unitary basis.

  • 3.8. Auxiliary RF Equipment Requirements

    In this context, together with the proposed eNodeB solutions, the Tenderer shall quote the delivery and installation of macro sites, suited to work within the

    specified frequency bands for LTE. Additionally, proper antennas shall be delivered and installed as well, together with other equipment RF cabling, etc.

    Detailed requirements are given in the following sections.

    3.8.1. Antenna Requirements

    The proposed antenna products shall obey to the following general requirement:

    Connectors: 7/16 female is preferred for radio components.

    The proposed LTE antennas shall be compliant with the following characteristics:

    Dual Linear polarisation (+/- 45) or vertical polarisation as required.

    Minimum gain should be 18dBi. Proposals providing gains above 20dBi will be positively discriminated. Minimum 16.5dBi for antennas.

    Nominal input impedance is 50 Ohms.

    Input return loss should be less than -17dBi (VSWR less than 1.328) for all ports, over all tilt range.

    Azimuth beamwidth shall equal to 65 with a tolerance margin of +/- 5.

    Front-to-Back ratio must be below -30dB, over frequencies, over tilt range.

    Elevation Beamwidth shall be within [4 ; 6] with a tolerance margin of +/- 0.5.

    Electrical variable tilt range shall be within [0;6] with higher ranges being positively discriminated, as well as optional mechanical tilt. Electrical down-tilt

    accuracy must be with 0.5. RET and AISG shall be supported.

    Isolation shall be no less than 30dB.

    The Tenderer will be requested to provide information (test results) on antenna performance under different environ-mental conditions, especially under rain

    conditions.

    LTE solutions ready to support future deployment of DL MIMO 4x2 or DL MIMO 4x4 will be positively discriminated.

    3.8.2. Feeders and Jumpers

    When distributed eNodeBs are proposed, the Tenderer shall provide the necessary jumpers in order to connect the remote radios to the antennas, according to

    Buyer requirements, summarised below:

    Coaxial cable with foam dielectric (polyethylene).

    Impedance 50 ohms.

    The maximum allowed jumper + connector losses is 1.25 dB.

    Recommended brands / references

    When traditional macro solutions are proposed and no diplexer / triplexes are to be used, beyond the installation of top jumpers, new feeders and bottom jumpers

    shall be installed as well. These shall comply with the following require-ments:

    Coaxial cable with foam dielectric (polyethylene).

    Impedance 50 ohms.

    The maximum allowed jumper + connector losses is 3dB.

    Allowed brands / references.

    The proposed connectors shall be compliant with the following general requirements:

    Resistant to twist, temperature extremes, vibration and tension forces.

    Consistent connector-to-cable bond.

    Secure mechanical attachment, provide stable RF performance without degradation over time.

    Strong mechanical attachment, reducing service issues such as loose or broken connectors.

    Compliant with the used feeders / jumpers.

    100% water proof.

    Proposals including supply and installation of PPC connectors, based on patented compression technology, will be positively discriminated.

    3.9. Project & Services

    3.9.1. Technical Support & OAM Services

    The Tenderer shall quote the Technical Support as specified in the Scope of Work. Add other relevant services costs, e.g. Consulting: the Tenderer is requested

    to give the price for a consultant per day (per subsystem or per Network Element if different)

  • 3.9.2. Test Tools

    The Tenderer is requested to quote all the test tools necessary as per Scope of Work to manage and optimize the network. The Tenderer shall detail in this

    document the list of tools quoted for each subsystem.

    3.9.3. Training

    The Tenderer shall quote training as per Scope of Work. Additionally a lump price per people and per day shall be provided. This price shall be valid for Buyer

    and Tenderer; as well as for sub-contracted companies working in Buyer Network e.g. Tenderer Access Network Field Maintenance.

    3.9.4. Spare Parts Management Service

    The Tenderer shall quote the Spare Parts Management Service for the network according to the lead times purposed in Scope of Work.

    3.9.5. Additional Services (Radio Planning & Others)

    The Tenderer may quote additional services than the previous ones required. In this case, the additional services shall be quoted and detailed here.

    4 Solution Proposed & Dimensioning

    The Tenderer shall also make evidence that will provide to Buyer the tools, services and mechanisms needed to address a smooth implementation without service

    disruption of 2G/3G.

    4.1. Network Equipment

    The Tenderer shall detail all unitary hardware configurations identifying, per site, all platforms components.

    4.2. Network Cabling and Racks

    4.2.1. Cabling

    The Tenderer shall describe the cabling scheme necessary to implement the solution, namely:

    Type of cabling

    Explain how cabling is addressed in the rack and equipment

    4.2.2. Racks

    The Tenderer shall describe the racks proposed for installing all the different equipment proposed within the solution, namely:

    Type of Rack

    Dimensions ( H x W x D)

    Physical Layout

    Air Removal System

    Power Distribution System

    Cabling Management

    4.3. Network Topology

    The Tenderer shall describe the network topology proposed assuring and addresses all requirement defined by Buyer, namely:

    High-Availability

    Efficient Traffic Engineering

    IP Interfaces Compliance

    4.4. Network Dimensioning / Capacity Planning

    The Tenderer shall detail all dimensioning and capacity rules / assumptions.

    4.5. Network Implementation Services

    The Tenderer should provide below service and detail description:

    Project Management

    Telecom Implementation

    Customer Logistics

    Power Solution

    Antenna Solution

    4.6. Care Services

    The Tenderer should provide end-to-end care service and detail description.

    5 Time Plan

    5.1. LTE Network Implementation Time Plan

    The Tenderer shall provide a draft project time plan that includes all phases and major activities related to the project with regards of LTE planning, site adaption

    and implementation. The Object is Tenderer to provide a maximum number of LTE sites integrated per week, optimisation services duration, etc.

    The Tenderer should provide an over view and description of resources dedicated to this LTE project, specifying local and remote resources separately.

  • 6 Services

    6.1. LTE Network Implementation Services

    The Tenderer shall list and describe in detail services steps / resources / SLAs, with as much granularity as possible:

    Network Implementation

    Staging, Installation and Commissioning

    Functional Acceptance Tests

    Network Optimisation

    Test Plant Installation and Commissioning

    Technical Support

    SPMS

    7 Training, Documentation and Workshops

    7.1. LTE Network Training

    The Tenderer is required to provide training courses to the Buyer Engineers and in the least cover the following topics:

    Hardware Integration

    OSS Platform Theory

    OSS Platform Practical operation

    LTE HW Operation and Administration courses

    LTE Radio Access Network Essentials

    OSS Administration

    LTE: Radio Planning Essentials

    LTE: Radio Planning Specialist

    Radio Access Network Parameter.

    LTE Functionalities Course.

    Counter Monitoring and Implementation

    Delta Courses

    The courses should target the different levels of skills and should also be available to Buyer partners (Buyer / Outsourcers). All trainings should be scheduled

    during year 0.

    The Tenderer shall propose a training plan. Number of participants per course will be subject to Buyer requirements. The exact amount of training should be

    defined in the detailed training plan. Please quote courses individually.

    The Tenderer shall provide a list of training sessions proposed in this RFP for LTE Network. The Tenderer shall provide information for each training session

    proposed, namely:

    Contents, Duration, Maximum Number of participants

    Course HW / SW / Logistic Requisites (test plant nodes, room, projectors, etc.)

    7.2. LTE Network Documentation

    The Tenderer shall list and describe in detail what kind of documentation regarding the equipment hardware and software manuals that will be delivered to

    Buyer. The Tenderer shall also describe the methods available to access the documentation like Web or Documentation CD.

    The Tenderer shall detail if there are equipment and software manuals that will not be provided within the RFP project to Buyer.

    8 COMPANY INFORMATION

    Q.1 Provide company profile, including wireless research and development organization that support the proposed product development.

    Q.2 Describe your Taiwan based operation including technical support and service organization

    9 Radio Access Network (RAN) Technical Requirement

    9.1. E-UTRAN Technical Requirement

    This chapter contains all Technical Requirement of LTE Evolved Universal Terrestrial Radio Access Network (E-UTRAN) and UMTS Terrestrial Radio Access

    Network (UTRAN) with its associated network elements, network design, operation and regulatory requirement. The Tenderer is invited and requested to provide

    your formal Point-to-Point responses with explanation and supporting document for Questions and Requirement listed in the following sub-sections of this

    document.

    9.2. SOLUTION ARCHITECTURE

    Q.3 Vendor shall provide a 3GPP compliant LTE solution architecture diagram showing all logical interfaces.

    Q.4 Vendor shall provide a Solution Overview document, which includes the system architecture and each network element of the Radio Access Network, the network

    management system and the backhaul.

    Q.5 Vendor shall describe the benefits of their solution if any in a Solution Overview document.

  • Q.6 The deployed solution shall support 3GPP compliant, software configurable Frequency Division Duplex (FDD) [or TDD] channel bandwidths. Channel bandwidth

    of 10MHz and 15MHz [and/or 20MHz] should be supported in the initial commercial release.

    9.3. Hardware Roadmap

    Q.7 Vendor shall provide 3-year hardware roadmap for E-UTRAN and UTRAN equipment.

    Q.8 Vendor should describe all hardware dependencies for 3GPP features available in the roadmap.

    Q.9 Vendor should indicate the E-UTRAN and UTRAN hardware phase-out and product Life-Cycle plan for 3 year at least.

    9.4. General Requirement

    Q.10 E-UTRAN/ UTRAN 3GPP Compliance: The LTE E-UTRAN & UMTS UTRAN solution offered by Tenderer shall fully comply with 3GPP Release 10 LTE

    Advanced standard (final stage 3 or above) and UMTS Release 10. The Tenderer shall apply your commercial available software & product (by the end of Y2013,

    R10 ready) to respond to the requirements requested in RFP.

    (Note: if Tenderer plans to apply the S/W or product not yet commercialized for compliance, Tenderer shall provides free upgrade without adding any additional

    cost to Buyer.)

    Q.11 E-UTRAN/ UTRAN 3GPP Backward Compatibility: Tenderer shall comply with theoverall feature set identified in 3GPP Release 10, (also backward compatible to

    R10 below) and the E-UTRAN/ UTRAN feature requirement (but not limited to.

    Q.12 E-UTRAN/ UTRAN Roadmap: Tender shall provide your E-UTRAN/ UTRAN and associated OAM Roadmap which identifying each major/minor Software Release

    with is 3GPP compliance, all hardware product supporting the Software Release, and all features included in each Software Release. Tenderer shall respond your

    main complied Software Release and roadmap within coming two year.

    Q.13 Product & Feature Description: Tenderer shall provide detailed Product Description of offered software & hardware in BoM including LTE E-UTRAN/ UMTS

    UTRAN and EMS-related equipment. The product Description should cover both Hardware and Software Architecture and identify the major hardware and

    software component functions of this architecture. Tenderer shall also provided detailed Feature Description of offered complied features listed or identified in the

    Product Plan and the subsequent RFP responses.

    Q.14 TSC 2013 RAN RFP Scope: This RFP scope will be included but not limited to:

    Q.14.(A)

    .

    RAN Option 1

    Q.14.(A)

    .a.

    Tenderer shall provide best cost-effective and space/energy saving solution for the frequency combination of below 3 possible scenarios in single Base Station

    platform (Single RAN) to minimize the cost/foot print/ power as possible. Remote RF Unit can be one of approaches to achieve above goals.

    Scenario 1: 700MHz

    Scenario 2: 900MHz

    Scenario 3: 1800MHz

    Scenario 4: 700MHz + 1800MHz

    Scenario 5: 900MHz + 1800MHz

  • Q.14.(A)

    .b.

    Tenderer shall provide Multi-Standard Radio (MSR) solution within same frequency band in single radio hardware.

    Q.14.(A)

    .c.

    Tender with possibility of reusing / co-using existing network equipment to achieve above requirements for Single RAN, MUST identify/ remark the individual reuse

    / co-use items with its cost saving in Pricing Sheet To demonstrate Tenderers capability on cost-saving. The Tenderer shall provide Pricing Tables with and

    without reusing/ co-using existing network equipment for different options.

    Q.14.(A)

    .d.

    Tenderer shall provide 2x2 MIMO ready equipment (and feature 4x4 upgradable / expandable) for above re-quirement.

    Q.14.(A)

    .e.

    Tenderer shall provide UMTS RNC to support offered 900MHz-WCDMA network

    Q.14.(A)

    .f.

    Tenderer shall provide interworking / IOT service between offered 900MHz WCDMA network and shall provide interworking / IOT service between offered

    900MHz WCDMA network and Buyers incumbent WCDMA system (Core and RAN if Buyer would have) and LTE system (Core and RAN) without KPI

    degradation.

    Q.14.(A)

    .g.

    Tenderer shall fully utilize Buyers existing network elements in physical site to minimize the potential CapEx and provide relevant site construction work, I&C and

    professional services to assure end-to-end performance.

    Q.14.(A)

    .h.

    In Phase 1-3, Buyer may consider covering site construction & civil work for site readiness based on own resource & experience.

    Q.14.(A)

    .i.

    Tenderer shall subject to TSC new spectrum acquired to provide plan adjustment and BoM modification.

    Q.14.(A)

    .j.

    Tenderer shall provide future expansion / upgrade plan to LTE 4x4 MIMO and 3G downlink 84Mbps base on offered single RAN / MSR base station platform.

    Q.14.(A)

    .k.

    RF bandwidth: 15MHz per sector

    Q.14.(A)

    .l.

    MIMO 2X2(20W+20W) per sector

    Q.14.(A)

    .m.

    Throughput 150/50(DL/UL) per eNB

    Q.14.(A)

    .n.

    50 active users per eNB

    Q.14.(B)

    .

    RAN Option 2

    Q.14.(B)

    .(a).

    Tenderer shall provide Single RAN solution for offered 2100MHz WCDMA network and also shall provide Single RAN solution together with offered for option 1 in

    same area. (WCDMA 2100MHz network: swap 2000 sites and 2000 new sites)

    Q.14.(B)

    .(b).

    Tenderer shall provide End-to-End Turn-key I&C and all professional services if proposed to Swap existing U2100 Network.

    Q.14.(B)

    .(c).

    Tenderer shall provide Swap service without any additional cost to Buyer for offered 2100MHz WCDMA network.

    Q.14.(B)

    .(d).

    Tenderer shall provide 2x2 MIMO ready equipment (and feature 4x4 upgradable / expandable) for above re-quirements.

    Q.14.(B)

    .(e).

    Tenderer shall provide interworking / IOT service between offered 2100MHz WCDMA network and Buyers in-cumbent WCDMA system (Core and RAN) and LTE

    system (Core and RAN) without KPI degradation

    Q.14.(B)

    .(f).

    Tenderer shall provide future expansion / upgrade plan for 3G Downlink 84Mbps based on offered single RAN /MSR base station platform

    Q.14.(B)

    .(g).

    Tenderer shall provide WCDMA multi-band multi-carrier feature for 900MHz and 2100MHz

    Q.14.(C)

    .

    Main Software pack and optional features in every element node

    Q.14.(D)

    .

    Operation, Administration and Maintenance (OAM) or Element Management System (EMS)

    Q.14.(E)

    .

    Test UE device and planning / testing tools

    Q.14.(F)

    .

    IOT / MVI

    Q.14.(G)

    .

    LTE / UMTS Lab Setup

    Q.14.(H)

    .

    Warranty & Maintenance

    Q.14.(I). Training

    (Note: All aforementioned deliverables will be based on end-to-end scope / solution that Tenderer plans to offer Buyer to fulfill all RFP requirements)

    9.5. LTE E-UTRAN

  • Q.15 Tenderer shall complete the eNodeB Technical Requirements included in Attachment 2: LTE& UMTS feature list and feature roadmap

    Q.16 Tenderer shall provide eNodeB which support MSR technology for UMTS / LTE and comply with 3GPP TS37.104, TS37.113, TS37.141, TS37.900 standards.

    Q.17 Tenderer shall provide without cost in Buyers Lab regarding your Base-Band Unit and Radio Unit to support Multi Radio Access Technology platform (i.e. UMTS,

    LTE) in single platform in Buyer designated frequency band (ex 700MHz, 900MHz, 1800MHz, and 2100MHz)

    Q.18 Tenderer shall provide eNodeB which comply with 3GPP TS36.104 and TS36.141 Base Station associated re-quirements.

    Q.19 Tenderer shall describe all distributed eNodeB types

    Q.20 Tenderer shall provide full E-UTRAN roadmap for all products family including eNodeB types and the related Baseband Unit (BU) and Radio Unit (RU) board

    information.

    Q.21 Tenderer shall detail your eNodeB hardware expansion paths and software capacity upgrade possibilities

    Q.22 Tenderer shall describe all outdoor eNodeB types

    Q.23 Tenderer shall describe all indoor eNodeB types

    Q.24 Tenderer shall detail your Hardware functionality and the Software release for a full working MSR radio module.

    Q.25 Tender shall detail the specification and limitation of your Multi Carrier Power Amplifier (MCPA) in eNodeB as below:

    Q.25.A. MCPA IBW (Instantaneous Bandwidth, i.e. how much Bandwidth does the RU support)

    Q.25.B. MCPA IBW shall support CA scenarios

    Q.25.C. What IBW is supported when running mixed Multi-RAT configuration?

    Q.25.D. For MCPA nominal output power, if it is used for one carrier or multi-carrier configuration?

    Q.25.E. MCPA aging marginal, filter loss compensation marginal, temperature drift marginal and power saturation shall be taken into consideration in the design.

    Q.25.F. Please state if the MCPA has a power back off when 64 QAM modulation is used?

    9.5.1. eNode B Architecture

    Q.26 Tenderer shall provide the full range of eNodeB equipment include Macro / Micro / Small Cell and Distributed eNodeB solutions

    Q.27 Tenderer shall detail if your offering includes a Module-Based eNodeB against a Cabinet-Based architecture. Tenderer shall describe on detailed module

    architecture and its specific benefits.

    Q.28 The hardware modules / unites offered by Tenderer shall support all site installation and physical requirements such as indoor / outdoor / wall-mount / pole /

    cabinet / feeder less and distributed type.

    Q.29 Tenderer shall support eNodeB RF Hardware that can freely applied and upgraded from 1xTX SIMO to MIMO 2x2. Please provide the capacity upgrade

    description from basic SIMO to 2x2 and 4x4 MIMO

    Q.30 Tenderer shall offer eNodeB configurations based on distributed architecture, comprised Baseband Unit (BBU) and a software-defined remote radio unit (RRU)

    Q.31 The eNodeB shall support Common Public Radio Interface (CPRI) or OBASI(Open BaseStation Architecture Initiative) for interfacing the BBU with the RRU

    Q.32 Tenderer shall detail the Max. power of each frequency band for new model and MSR ready RRU and Macro eNodeB

    Q.33 Tender shall detail the functionality and technical specification of all sub- components for each available eNodeB models presented.

    Q.34 Tenderer shall state the maximum distance supported between RRU and BBU

    Q.35 The eNodeB shall support indoor and outdoor deployment for both the BBU and RRU.

    Q.36 The eNodeB shall support from one up to nine sectors per site

  • Q.37 The eNodeB shall support 32 external alarms

    Q.38 The eNodeB shall support a software reboot time of less than 2 minutes 30 seconds

    Q.39 The eNodeB shall support an outage during software upgrade of less than 2 minutes 30 seconds

    Q.40 Tenderer shall specify circuit breaker capacity required for outdoor eNodeB

    Q.41 Tenderer shall provide the following data for each available eNodeB type (ex. Macro / Micro / Small cell and Distributed eNodeB) listed as shown below

    Q.41.A. PA output power

    Q.41.B. Nominal Power at BTS antenna connector

    Q.41.C. Number of PAs in one RF unit

    Q.41.D. Size and weight of unit

    Q.41.E. Power consumption per sector / carrier

    Q.42 The offered eNodeB by Tenderer shall deploy natural cooling mechanism instead of fan in the cabinet.

    Q.43 The offered eNodeB by Tenderer shall deploy power saving feature for green power application

    Q.43.A. Adaptive Power Consumption

    Q.43.B. Low Power Consumption Mode

    Q.43.C. Power Consumption Monitoring

    9.5.2. Remote Radio Unit (RRU) Requirements

    Q.44 The RRU module shall support following installation options:

    Q.44.A. Installed in a shelter

    Q.44.B. Installed on a pole

    Q.44.C. Outdoor installation at the base of the tower

    Q.44.D. Installation on the tower masts / platforms in close proximity to the antennas.

    Q.45 The RRU shall support QPSK modulation.

    Q.46 The RRU shall support 16-QAM modulation

    Q.47 The RRU shall support 64-QAM modulation

    Q.48 Tenderer shall state the maximum instantaneous bandwidth supported by offered RRU

    Q.49 Vender shall state the maximum output power level in watts per MIMO branch at the antenna connector of the RRU

    Q.50 The RRU output power per MIMO branch shall be software configurable in steps of 0.1dB

    Q.51 The RRU shall support adaptive 2x2 MIMO on the DL

    Q.52 Tenderer shall specify the RRU physical interfaces supported and the connector types

    Q.53 Tenderer shall state the receiver noise figure of the offered RRU.

    Q.54 Tenderer shall indicate the power consumption of the offered RRU.

    Q.55 Tenderer shall provide the physical dimensions for the offered RRU.

    Q.56 Tenderer shall indicate the weight of the offered RRU

    Q.57 Tenderer shall indicate the operating temperature range for the offered RRU

  • Q.58 Tenderer shall indicate the protection level for the offered RRU

    9.5.3. Macro eNodeB Radio Unit Requirements

    Q.59 Tenderer shall include in the offer radio modules designed to operate inside indoor or outdoor eNodeB cabinets.

    Q.60 The radio unit shall support QPSK modulation.

    Q.61 The radio unit shall support 16-QAM modulation.

    Q.62 The radio unit shall support 64-QAM modulation

    Q.63 Tenderer shall state the maximum instantaneous bandwidth supported by offered modules.

    Q.64 The offered module shall support adaptive 2x2 MIMO on the DL.

    Q.65 Tenderer shall state the maximum output power level in watts per MIMO branch at the antenna connector of the offered modules.

    Q.66 The RF module output power per MIMO branch shall be software configurable in steps of 01.dB.

    9.5.4. Configuration Requirement

    Q.67 The offered eNodeB shall support initial low capacity, large area coverage situation with a clearly defined up-grade path for higher capacity solutions.

    Q.68 Tenderer shall provide a general description of max. eNodeB configuration can contain, but not limited to below subjects:

    Q.68.A. Description of minimum and maximum configuration of each available eNodeB models

    Q.68.B. The Number of sectors per eNodeB (Omni site, 2 sector site, 3 sectors site, 6 sectors site)

    Q.68.C. The number of eNodeB modules that can be cascaded

    Q.68.D. Maximum baseband capacity per eNodeB.

    Q.69 The offered eNodeB shall be able to support Multi-technology operation of 3G and LTE simultaneously in the different configurations, fully configurable by the

    Operator through software.

    Q.69.A. Dedicated mode.

    Q.69.B. Concurrent mode (supported by Hardware).

    Q.70 Tender shall provide the eNodeB that the Carrier Frequency Bandwidth can be flexibly expand and set upon Buyers demand (i.e. from 1.4MHz ~ 20MHz)

    without any license control for additional cost and any Software or Hardware upgrade required.

    Q.71 The eNodeB offered by Tenderer shall be worked properly under Taiwan environment temperature without the requirement for an additional air conditioning

    system and configurations in order to minimize Capital and Operational Expense.

    Q.72 Tenderer shall provide the maximum optical fiber distance (in meters) between your BBU and RRU in case of distributed site solution?

    9.5.5. Frequency Bands Support

    Q.73 The offered eNodeB shall support following mandatory 3GPP frequency bands.

    Q.73.A. Band 3 (1800 MHZ FDD MODE) for UMTS / LTE

    Q.73.B. Band 8 (900 MHz FDD MODE) for UMTS / LTE

    Q.73.C. Band 28 (APT 700 FDD MODE) for LTE

    Q.73.D. Band 1 (2100 MHz FDD MODE) for UMTS / LTE

    9.5.6. Software Feature Support & Roadmap

    Q.74 Tenderer shall comply the eNodeB / NodeB feature requirement which defined by Buyer and listed in Attachment 2. Please fill in feature compliance in

    Attachment 2: LTE& UMTS feature list and feature roadmap

    Q.75 Tenderer shall provide current available (for compliance) & later release (within two years) of RAN Software and Hardware roadmap. Please fill in the product

    roadmap / feature list in Attachment 2:LTE & UMTS feature and feature roadmap

    Q.76 Tenderer shall comply the E-UTRAN / UTRAN Feature List defined in 3GPP R8 ~ R10. Please fill in feature compliance in Attachment 2: LTE& UMTS feature list

    and feature roadmap

    9.5.7. Mobility & Handover

    Q.77 The offered eNodeB shall support IRAT selection priority for LTE and UMTS broadcasted in system information. Please provide the details for IRAT Handover

    based on different handover conditions or criteria.

  • Q.78 The offered eNodeB shall support Intra and Inter eNodeB handover with neighbor cell-specific handover pa-rameters.

    Q.79 The offered eNodeB shall support neighbor cell-specific blacklists for Inter eNodeB handover

    Q.80 The offered eNodeB shall support IRAT handover for UE with multiple EPS bearers by using handover param-eters per QCI. The handover shall be done when

    the first EPS bearer triggers.

    Q.81 The offered eNodeB shall support handover to best cell based on DL Reference Symbol Received Power (RSRP) measurements and thresholds for intra-

    frequency handover procedures.

    Q.82 The offered eNodeB shall support handover to best cell based on DL Reference Symbol Received Quality (RSRQ) measurements and thresholds for intra-

    frequency handover procedures

    Q.83 The offered eNodeB shall support blind handover as inter-frequency handover

    Q.84 The offered eNodeB shall support gap-assisted handover measurements for inter-frequency handover.

    Q.85 The offered eNodeB shall support configurable gap patterns for gap-assisted handovers.

    Q.86 The offered eNodeB shall support bad coverage method based on RSRP and RSRQ with below trigger events for inter-frequency handover:

    Q.86.A. Based on bad coverage

    Q.86.B. Based on Load

    Q.86.C. Based on Service

    Q.86.D. Based on subscription (SPID information from MME)

    Please specify the details and its roadmap

    Q.87 Tenderer shall provide roadmap details about support for Contention-free RACH for intra-LTE handover.

    Q.88 The offered eNodeB shall support Inter eNodeB handover: over S1 interface (no X2 interface between serving and target eNodeB)

    Q.89 The offered eNodeB shall support Inter eNodeB handover: over X2 interface.

    Q.90 The offered eNodeB shall support connection re-establishment procedure (Source eNodeB maintain context; ready for UE return; until UE confirmed on target

    cell).

    Q.91 The offered eNodeB shall support following types of Intra eNodeB handover:

    Q.91.A. Intra frequency,

    Q.91.B. Inter frequency: same band

    Q.91.C. Inter frequency: different band

    Please specify the detail and its roadmap

    Q.92 The offered eNodeB shall support following types of Inter eNodeB handover:

    Q.92.A. Intra Frequency

    Q.92.B. Inter frequency: same band

    Q.92.C. Inter frequency: different band

    Q.92.D. Intra MME and SGW

    Q.92.E. Inter MME

    Q.92.F. Inter MME and SGW

    Q.92.G. Inter SGW

    Please specify the details and its roadmap.

    Q.93 The offered eNodeB shall support cell reselection based on:

    Q.93.A. Broadcast priority indication

    Q.93.B. Broadcast cell-specific reselection parameters

    Q.93.C. Broadcast cell-specific blacklists

    Q.93.D. Access class baring parameters

  • Please specify the detail and its roadmap.

    Q.94 The offered eNodeB shall support inter frequency reselection priority based on:

    Q.94.A. Broadcast of system information

    Q.94.B. Per UE (priority signaling to UE at RRC release with validity time specified)

    Please specify the details and its roadmap.

    Q.95 The offered eNodeB shall support inter PLMN reselection.

    Q.96 The offered eNodeB shall support GAP-assisted or Configurable GAP patterns for IRAT handover measure-ments. Please specify the details and its roadmap.

    Q.97 In regards to configurable IRAT measurement and handover priority per QCI class. The offered eNodeB shall support the below scenarios:

    Q.97.A. Measure on preferred RAT if the UE supports it, otherwise select the best server of used RAT

    Q.98 Tenderer shall provide the details based on your roadmap about the support of build handover for IRAT using pre-configured neighbors.

    Q.99 Tenderer shall detail if Blind handover without measurements be supported

    Q.100 Tenderer shall detail the roadmap regarding blind IRAT handover to different RATs

    Q.101 Tenderer shall detail the roadmap about the capabilities to secure efficient configuration and consistency of IRAT parameters

    Q.102 Tenderer shall provide the Max. Speed (Km/Hr) that offered Base Station can support

    9.5.8. Regulatory & Standard Compliance

    Q.103 The offered eNodeB MUST comply with local regulatory requirement which defined and requested by Na-tional Communications Commission (NCC)

    Q.104 The offered eNodeB MUST comply with 3GPP R10, CEPT, EC, CE, UL specifications.

    Q.105 Tenderer shall declare which global standards that eNodeB compliance to. The list shall include but not limited to: 3GPP, ETSI, IEC, ISO, EMC, etc.

    Q.106 The offered eNodeB shall comply with IP outdoor water Ingress protection standard.

    Q.107 Tenderer shall provide a specific declaration that all aspects of conformity assessment and documentation to achieve CE Conformity making have been, or shall

    be achieved, before product is delivered to Buyer for test purposes.

    9.5.9. Capacity and Performance

    Q.108 Tenderer shall provide the details of Max. VoIP capacity / Concurrent PS user / cell Aggregate Throughput . Furthermore, Tenderer shall provide the assumption

    and methodology on how these Max. Capacity number had been calculated.

    Q.109 Tenderer shall provide the reference of network KPI that offered E-UTRAN software & Hardware can achieve.

    Q.110 Tenderer shall comply with 3GPP TR36.913 requirement in spectrum efficiency and cell edge user throughput.

    9.5.10. Installation Requirement

    Q.111 The eNodeB shall support Remote Electrical Tilting (RET) Antenna System which complies with 3GPP interface specifications TS25.460, TS25.461, TS25.462,

    and TS25.466. The Antenna tilting can be remotely adjusted in centralized EMS via BTS transmission.

    Q.112 The eNodeB shall support Tower Mounted Amplifier (TMA) which complies with 3GPP specification of TS25.466

    Q.113 For each hardware component, please specify in co-located sites which inter-working scenarios would be possible for new LTE equipment and existed UMTS

    equipment(if TSC would have)?

    Q.113.A

    .

    Is it possible to share low noise Tower Mounted / Mast-head Amplifiers (TMAs)?

    Q.113.B

    .

    Is it possible to share Power Supply components?

    Q.113.C

    .

    Is it possible to share RF feeders and Antenna?

    Q.113.D

    .

    Is it possible to share physical transport interfaces?

    Q.113.E

    .

    Is it possible to share any other items?

    Q.114 Tenderer shall provide test equipment to measurement the engineering quality of site working during installation / optimization then guarantee the defined KPI

    performance

  • Q.115 Tenderer shall provide following RAN characteristics and specification, nothing variations across various models in eNodeB / NodeB portfolio.

    Q.115.A

    .

    Height

    Q.115.B

    .

    Width

    Q.115.C

    .

    Depth

    Q.115.D

    .

    Free access space required for different cabinet scenarios

    Q.115.E

    .

    Weight

    Total weight, fully configured

    Per Cabinet

    For each range of battery backup capacity offered

    For main-remote state the weight of its individual main components

    Q.116 Tenderer shall state clearly your eNodeB backhaul connectivity options.

    9.5.11. eNodeB Backhaul Requirement

    Q.117 Tenderer shall detail proposed solutions of backhaul and transport capabilities across different eNodeB portfolio.

    Q.118 Tenderer shall provide the roadmap for eUTRAN Transport feature / functions

    Q.119 Tenderer shall provide the transport solution for an eNodeB co-sited with UMTS Base Station considering a mixed IP & ATM connection and a pure IP connection

    .

    Q.120 Tenderer shall detail what physical interfaces for X2/S1 and O&M does the eNodeB provide?

    Q.121 The offered eNodeB shall support Native Ethernet in eNodeB.

    Q.122 The offered eNodeB shall support IPv4 and be hardware-prepared for IPv6 for all traffic interfaces in eNodeB. Tenderer shall provide the solution and

    considerations to support the transition of IPv4 to IPv6 in the future.

    Q.123 Tenderer shall detail how your E-UTRAN support IPv6 on IP (X2, S1) interface in which Software Release?

    Q.124 The offered eNodeB shall support Gigabit Ethernet Optical and/or Electrical port in eNodeB

    Q.125 Tenderer shall detail the number and type of communications ports available for local Q&M connectivity.

  • Q.126 The offered eNodeB shall support traffic separation between Signaling & Data flow.

    Q.127 The offered eNodeB shall support Quality of Service (QoS) on the IP respective Ethernet layer for all eNodeB traffic in eNodeB; this shall be described in detail.

    Q.128 The offered eNodeB shall IPsec and IKEv2 for the traffic according to the 3GPP specification in eNodeB.

    Q.129 Tenderer shall detail the support for Call Admission control to manage backhaul limited traffic conditions.

    Q.130 Tenderer shall detail the standards supported for the eNodeB transport solution

    Q.131 Tenderer shall detail the requirements on the backhaul from an X2 interface connectivity and characteristics perspective.

    Q.132 Tenderer shall detail the synchronization solutions supported by the eNodeB for LTE FDD.

    Q.133 Tenderer shall detail the O&M system that monitors the real-time IP traffic measurements.

    Q.134 Tenderer shall detail the maximum number of Transmission interfaces that an eNodeB can support?

    Q.135 Tenderer shall detail the transport QoS handing in eNodeB

    Q.136 Tenderer shall detail how the traffic classification with making and QoS enforcement work in eNodeB via S1 and X2 interfaces. If it could be mapping and

    configurable via OA&M?

    Q.137 Tenderer shall detail if eNodeB S1 and X2 scheduler support different QoS categories as specified in 3GPP standards? If your eNodeB support queuing and

    forwarding using priority information?

    Q.138 If your eNodeBs S1 and X2 interface support traffic shaping taking into account end-toend delay budget?

    Q.139 Tenderer shall detail the maximum and minimum downstream / upstream peak bandwidth support on eNodeB S1 and X2 interfaces.

    Q.140 If your eNodeB supports IP header compression and payload compression in order to improve bandwidth efficiency? (Note: it is not RoHC for VoIP header that is

    meant)

    Q.141 If your eNodeB performs admission control based on current availability and performance of transport backhaul resources?

    Q.142 Tenderer shall detail the redundancy mechanisms available on S1/X2 link failures

    Q.143 Tender shall detail the maximum number of GigE, optical, electrical ports available on S1/X2 links of the eNodeB?

    9.5.12. Physical & Environmental Requirement

    9.5.12.1. General Requirement

    Q.144 Tenderer shall state if your eNodeB is fully, partially or not comply with 3GPP TS36.104 and TS36.141

    Q.145 Tenderer shall provide a full roadmap for all your commercially available radio products, including all eNodeB types and associated sub-unit products (i.e. RRU,

    BBU etc), frequency bands and bandwidth, antennas, tower mounted amplifiers, external power / battery backup solutions, RET products etc.

    Q.146 Tenderer shall provide an overview description of the eNodeB portfolio, including current /future commercial deployments.

    9.5.12.2. Power Consumption and Energy Savings

    Q.147 Tenderer shall detail power supply input for each eNodeB type.

    Q.148 Tenderer shall indicate if your equipment can be powered with 24V or -48VDC power source without the use of an external AC/DC converter.

    Q.149 Tenderer shall state the power consumption for different eNodeB types under different RF load conditions including both typical and maximum values. Please

    also indicate conditions assumed for typical consumption, including transmit power levels, carrier bandwidths, operating spectrum, ambient temperature, or other

    factors with significant impact on power consumption.

    Q.150 Tenderer shall state the eNodeB battery backup solution for each eNodeB type.

    Q.151 Tenderer shall indicate if there is power management software to provide energy saving.

    Q.152 The maximum radio configuration (radio and baseband units) in an eNodeB cabinet shall not limit by the power supply type (e.g. if is 24V DC or -48V DC) or

    battery configuration (half or full equipped) in the same eNodeB cabinet.

    9.5.12.3. Environmental Conditions

  • The eNodeB shall conform to the Environmental Standards, Directive and Electromagnetic Compatibility (EMC) listed below:

    Q.153 Storage Requirements Compliance:

    For indoor eNodeB equipment:

    Q.153.A

    .

    ETS class 1.2 weather Protected, Not Temperature Controlled Storage Locations in ETS 300 019-1-1

    Q.153.B

    .

    The indoor NodeB shall comply with ETS class 2.3 Public Transportation in ETS 300 019-1-2

    For outdoor eNodeB equipment:

    Q.153.(

    B).A.

    The outdoor eNodeB shall comply with ETS class 1.2 Weather Protected, Not Temperature Controlled Storage Location in ETS 300 019-1-1 and ETS class 2.3

    Public Transportation in ETS 300 019-1-2

    Q.153.(

    B).B.

    The outdoor eNodeB shall be compliant with ETS class 4.1E (extended to 45 C). Non Weather Protected Locations as follows: ETS 300 019-1-4 & IEC/EN 60

    721-3-4

    Q.154 Product Buyer the Compliance of Standard:

    Q.154.A

    .

    EU Directives: 73/23/EEC Low Voltage Directive

    Q.154.B

    .

    Code of Federal Regulation 21 CFR 1040.10 and 1040.11

    Q.154.C

    .

    EN 60 950-1/EC 60.950-1:2001 and IEC 60 950:1999

    Q.154.D

    .

    EN 60 215/IEC 60 215:1987

    Q.154.E

    .

    ANSI/UL 60 950-1/CSA C22.2 No. 60 950-1-03

    Q.154.F. IEC 60 825-1/EN 60 825-1

    Q.155 The eNodeB shall conform to the following standards IEC/EN 60 068-2-57 on earthquake protection.

    Q.156 The vibration resistance vs. Specification are shown as below:

    Q.156.A

    .

    Normal operation: Max. 0.02 m2/s3

    Q.156.B

    .

    Exceptional operation Max. 0.08 m2/s3

    Q.156.C

    .

    Non-destructive Max. 0.15 m2/s3

    Q.156.D

    .

    Shock Max. 30 m/s2

    Q.157 Ingress Protection Rating, IP55 requirements according to the standard IEC/EN 60 529

    Q.158 Acoustic Noise Requirements (maximum sound pressure level): the measurement method is according to EN ISO 11201, at a bystander position one meter from

    the cabinet in a free field at a room temperature of 25C SHALL NOT exceeed 54dB.

    9.5.12.4. SmallCell and HeNet Support

    Q.159 Tenderer shall support different types of SmallCell base-station such as Micro, Pico, and FemtoCell.

    Q.160 Tenderer shall provide the SamllCell product and detail how to integrate with MarcoCells.

    Q.161 Tenderer shall provide the value propositions of SmallCell

    Q.162 Tenderer shall detail your 3GPP HeNet solution and product plan which contains Network Architecture, HeNB Gateway and HeNB Base Station. (refer to 3GPP

    TS36.921)

    Q.163 Tenderer shall detail describe HeNB, HeNB GW, SeGW functionality

    Q.164 Tenderer shall detail describe the HeNB requirement as below but not limit to

    Q.164.A

    .

    Connectivity interface requirement (such as: LTE-Uu, S1-MME, S11, S6a, C1 and so on)

    Q.164.B

    .

    Mobility management (TAI assignment, connected mode, Idle mode and so on)

    Q.164.C

    .

    Service and emergency service

    Q.164.D

    .

    SON / SCN requirement

    Q.164.E

    .

    LIPA (Local IP access) / SIPTO (Selected IP Traffic offload) requirement

  • Q.164.F. Radio access control

    Q.164.G

    .

    FDD radio transmission and reception (3GPP 36.104 36.141)

    Q.164.H

    .

    CSG List (closed subscriber group)

    Q.164.I. QoS

    Q.164.J. Security Gateway architecture

    Q.164.K

    .

    QAM requirement, CM, PM, FM, SM

    Q.165 Tenderer shall provide the SamllCell backhaul solution including xDSL, microwave, but not limit wire and wireless backhaul.

    Q.166 Tenderer shall provide the SamllCell backhaul security solution (including IP attack, Hiker or environment security)

    Q.167 Tenderer shall do IOT between existing UMTS / LTE network and 3rd party equipment (e.g. Other vendors HeNB, or SmallCell Gateway) in live network

    Q.168 Tenderers SmallCell solution shall comply Lawful Interception for System Inspection to CIB if needed.

    9.5.13. Carrier Aggregation (CA)

    Q.169 Tenderer shall detail the mechanism how your Software or Product CA.

    Q.170 Tenderer shall provide the supported Frequency Band Combination and Bandwidth Combination for CA in recommended Software version and later Software

    release (within two years)

    Q.171 Tenderer shall comply the CA band & bandwidth options stated in TS36.104 / 36.101 / 36.307 / 36.141

    Q.172 Tenderer shall provide the reference document of latest confirmed / studied frequency band and BW com-bination in 3GPP

    Q.173 Tenderer shall provide eNodeB support both CA and Non-CA UE working properly in the Buyers network. The terminal with CA capability (ex. Category 6) can

    support max. downlink / uplink throughput to

    Q.174 To meet current Taiwan 4G Frequency bands, Tenderer shall comply the CA of:

    Q.174.A

    .

    Intra-Band: (Bandwidth combination from 5+5MHz up to max. 20+20MHz)

    Band 3 (1800MHz FDD mode) for UMTS or LTE

    Band 8 (900MHz FDD mode) for UMTS or LTE

    Band 28 ( APT700MHz FDD mode) for LTE

    Band 1 (2100MHz FDD mode) for UMTS or LTE

    Q.174.B

    .

    Inter-Band: (BW combination from min. 5+5MHz to Max. 20+20MHz)

    Band 3 + 28 for LTE

    Band 3 + 8 for UMTS or LTE

    Band 8 + 28 for LTE

    Band 1 + 8 for UMTS + UMTS or LTE + LTE

    Band 1 + 3 for UMTS or LTE

    Band 1 + 28 for LTE

    9.5.14. Antenna Requirement & Solution

    Q.175 Tenderer shall offer an antenna system including antenna / RET / Remote Control Unit / TMA (optional) / Antenna Control & Monitor System.

    Q.176 Tenderer shall offer the antenna system engineering included RF feeder / duplex / Biastie / optical fiber etc. site work.

    Q.177 Tenderer shall provide the global reference regarding the type, usage and site-work of Disguised Antenna.

    Q.178 Tenderer shall provide the recommended various types of antenna for different applicable scenarios for implementing. These antennas shall pass the certification

    test in Global or NCC authorized lab.

  • Q.179 All antennas and TMA must comply with TSC RAN-OSS AISG 2.0 operation and backward compatibility with AISG1.1 provide with IOT pass evidence for

    reference.

    Tenderer shall detail how to use the multiple antenna technologies (i.e. open or closed loop MIMO or Beam-forming). The roadmap shall include but not be limited

    to the number of antennas and transmission schemes supported. The transmission schemes shall include 3GPP defined transmission mode (TM)

    9.5.15. Network Synchronization

    Q.180 Tenderer shall detail eNodeB synchronization concept in an all-IP network. The Synchronization using GPS or Galileo (or both) shall be supported.

    Q.181 The offered eNodeB shall support the NTP synchronization over IP and IEEE 1588v2 in eNodeB

    Q.182 The offered eNodeB shall support synchronization via external interface in eNodeB

    Q.183 If multiple methods for synchronization are supported, please comment on which is recommended and why.

    Q.184 Tenderer shall detail all types of synchronization mechanisms supported by eNodeB. Tenderer shall detail the holdover time supported after loss of external timing

    signal or internal synchronization from other network element nodes.

    9.5.16. Miscellaneous Requirements

    Q.185 Tenderer shall provide the MTBF (Mean Time Between Failure) of all offered E-UTRAN products.

    Q.186 Tenderer shall provide the timeframe of product EOS (End of Support) and EOL (End of Life)

    Q.187 Tenderer shall list recommended Product Maintenance Schedule of every eNodeB elements, the service duration & impacts during replacement and any

    Professional Service can be provided by Tenderer.

    Q.188 Tenderer shall identify redundant elements and type such 1+1, N+1, and detail resource pooling for each element node. If service interruption will be occurred

    during failover, please provide the service interruption time.

    Q.189 Tenderer shall provide the network Prevention & Recovery mechanism / plan for potential Network Outage.

    9.6. E-UTRAN / UTRAN Features

    Q.190 Tenderer shall comply with the features defined in 3GPP R10 (Backward compatible to R9, R8 and UMTS) and Buyers feature request list. This compliance will

    be included LTE E-UTRAN and UMTS UTRAN. Please Tenderer fill in the E-UTRAN / UTRAN Feature Compliance following the template requested in the corre-

    sponding table.

    Q.191 Tenderer shall provide your Compliance Table with latest version or future supported roadmap which map-ping to 3GPP (R8, R9 and R10) standard.

    Q.192 All the complied features and specification responded in corresponding table would be deemed as the overall offering in this Tender without any additional

    compensation or license control on the capacity or usage.

    9.7. UMTS UTRAN

    Q.193 Tenderer should provide latest version UTRAN with all feature and hardware needed to meet the following requirement.

    Q.193.A

    .

    HSDPA+ DC

    Q.193.B

    .

    MIMO 84M

    Q.193.C

    .

    Provide Maximus Channel element (more than 1500 channel element per node B)

    Q.193.D

    .

    3 separate scheduler(Each separated package schedule for each sector, without reduce the HSDPA+ coding channel elements)

    Q.193.E

    .

    HSDPA: 21M x 3 sectors (2 carriers) & 72 users

    Q.193.F. HSUPA: 5.8Mbps x 3 sectors (2 carriers) & 72 users

    Q.193.G

    .

    R99: 30 user per BTS

    Q.194 The major technical requirement for UMTS UTRAN UTRAN node, RNC and OAM.

    Q.195 Tenderer shall provide either brand-new Multi-Standard Radio (MSR) Single RAN platform, which can ac-commodate Multi-RAT (ex. LTE-Advanced / UMTS ),

    Multi-Band (ex. 700 / 900 / 1800 / 2100 MHz) requirement and future demands. The 3G BTS controller (i.e. RNC which support coming 3 years RAN traffic

    demand) shall be also included in the scope to integrate to Buyers potential would have WCDMA Core Network.

  • Q.196 Tenderer shall provide a solution proposal to detail how your UMTS UTRAN to co-locate with TSC 3G equipment and sharing with existing antennas and feeders.

    Please provide the cabling plot from NodeB module to Antenna side to support Multi-RAT and antenna sharing.

    Q.197 Tenderer could add-on diplexer / combiner for antenna sharing but shall take full responsibility of all cabling to ensure the network performance. (Note: Buyer can

    provide existing antenna specification sheet to Tenderer by demand for reference)

    Q.198 Tenderer shall detail if your Base-Band Unit support Software Define Radio (SDR) which can apply same hardware with only software change to support different

    RAT combination.

    Q.199 Tenderer if awarded Buyers MSR RAN contract shall provide all initial tuning, frequency re-planning and optimization service for offered Access Technology (i.e.

    UMTS and LTE) to ensure end-to-end KPI performance.

    9.8. Reuse of Existing Network Equipment

    Q.200 Tenderer shall fully utilize existing facility to reuse or expand the modules in existing racks and site engi-neering.

    Q.201 Tenderer shall provide the proposal and RF performance impact evaluation for all reused & upgradable re-source (e.g. Base Station, Transport Router, Antenna,

    Feeder / Jumper / Duplex) in existing site (if Buyer would have exist sites). (Note: Buyer reserves the right to determine which element to allow Tenderer to

    reuse or not)

    Q.202 Tenderer shall support maximum re-use of the existing equipment to demonstrate your advantage in terms of cost, space and energy saving.

    Q.203 Tenderer shall propose a solution / migration proposal to deal or handle Buyers existing U2100 Network with your offered MSR platform

    9.9. Self Organizing Network (SON)

    9.9.1. General Requirement

    Q.204 Tenderer shall comply 3GPP SON requirement and detailed explain each of SON features (including: monitor counters, change parameters, flow, etc.)

    Q.205 Tenderer shall comply 3GPP (TS32.500, TS32.501, TS35.502, TS32.503, TS32.521, TS35.522, TS32.526, TS32.541, and TS36.902)

    Q.206 Tenderer shall reply the detail action / reaction time / work flow of each of SON function

    Q.207 Tenderer shall provide the detailed multi-RAT SON solution description to integrate with Buyers WCDMA / LTE system.

    Q.208 Tenderer shall provide the SON solution, but not limit standard such as ANR (Automatic Neighbor Relation), MLB (Inter RAT / Inter and intra frequency Mobility

    load balance), MRO (Mobility Robustness Optimization), Inter-RAT MLB Multiple Cell load report, Inter-RAT unnecessary handover report, Automatic TA (Tracking

    area), Automatic PCI (Physical C. II ID) configuration, Automatic SC (Scrambling Code) configuration, RACH Optimization, eICIC (Enhanced Inter Cell Interference

    Coordination), CCO (Capacity and Coverage Optimization), CODC (Cell Outage Detecting and Compensation), Cell Supervision, Energy Savings

    Q.209 Tender SON solution shall be able to address to Coverage, Capacity and Quality in combined manner al-lowing Buyer to select and set policy / weighting which

    area they would like to focus on.

    Q.210 Tenderer offered SON solutions shall be aligned / upgraded with future SW version of all buyers mul-ti-vendor mobile system.

    9.9.2. Self-Configuration (ANR)

    Q.211 Tenderer shall comply 3GPP TS32.501 Self Establishment of new eNodeB

    Q.212 Tenderer shall comply 3GPP TS32.511 Automatic Neighbor Relation Management

    Q.213 The offered ANR function shall support to implement SON Automatic Neighbor Relation for LTE , UMTS

    Q.214 A SON feature shall have the capability to detect the HO failures, identify the reason / impact on overall network performance and take remedial actions.

    Q.215 Tenderer shall provide an algorithm controlled automated SON function which optimized QoS related pa-rameters (ex. QCI) at each node.

    Q.216 Tenderer shall detail how your SON algorithms workable for the following key maintenance mechanisms:

    Q.216.A

    .

    Self software upgrade

    Q.216.B

    .

    Service verification after upgrade

    Q.216.C

    .

    Customized upgrade policy, ex: for use MML (Man-Machine Language) commands or GUI and so on.

    Q.216.D

    .

    Automatic rollback to previous software version

  • Q.216.E

    .

    Automatic Inventory

    Q.216.F. Subscriber and equipment trace

    Q.216.G

    .

    Support antenna fault detection

    Q.216.H

    .

    Real-time Performance Management and Reporting

    Q.216.I. Indicate how SON support for Minimum Drive Test

    Q.217 Tenderer shall detail their implementation for ICIC (or enhanced ICIC) and 2 years roadmap to support Adaptive ICIC (Inter-Cell Interference Coordination), which

    can further improve inter-cell interference cancellation performance and improve cell edge throughput.

    9.9.3. Self-Optimization (MLB / MRO / CCO)

    Q.218 Tenderer shall comply 3GPP TS32.521 Self-Optimization

    Q.219 Tenderer shall detail your Mobility Load Balancing (MLB), Mobility Robustness Optimization (MRO), Coverage and Capacity Optimization (CCO) and other

    related Self-Optimization feature solution and roadmap

    Q.220 Tenderer shall detail the related counters / parameters and methodology of MLB, MRO, COO

    Q.221 Tenderer shall detail MLB work flow and train buyer how to use this feature, but not limit to for example: IRAT.

    Q.222 Tenderer shall provide the recommended value for different area of MLB, MRO, CCO

    Q.223 Tenderer shall train buyer to operate the MLB, MRO, COO and help buyer to optimize the network

    Q.224 Tenderer shall detail MRO work flow and train buyer how to use this feature, but not limit to for example: IRAT.

    Q.225 Tend