You are on page 1of 12

REQUEST FOR TECHNICAL AND COMMERCIAL INFORMATION FOR

MOBILE CELLULAR COMMUNICATION SYSTEM (MCCS) FOR


THE INDIAN ARMY

Name of the
Tendering
Organization*
Type of
Organization*
Tender Title
Tender Ref
No*
Product
Category*
Sub Category
Tender Value*
Tender Type*
Type of
Bidding*
Enter
Location*
First
announcement
Date*
Last date of
document
collection
Last date of
submission*
Opening date*
Work
Description*

PMO Plan AREN

Project Management
Request for Technical and Commercial Information for Mobile Cellular
Communication System (MCCS) for the Indian Army
NA
Communication
NA
NA
NA
NA
NA
NA

NA

30 days from the date of hosting on Internet.


NA
1. The Indian Army solicits information for implementing Mobile Cellular
Communication Systems (MCCS) to meet the voice and data
communication requirements for its formations/units deployed in
particular area based on Code Division Multiple Access (CDMA)
technology. The area for implementing the MCCS is mostly hilly with
rugged terrain and has forest cover in some parts.
2. The Indian Army proposes to implement three Mobile Cellular
Communication Systems (MCCS) covering different regions of its
deployment. The systems will be implemented in the Northern and North
Eastern regions of India. This RFI is applicable for all three MCCS.
Separate Requests for Proposal (RFP) will be issued for each MCCS.
Vendors should clearly indicate their intent to participate in RFP for
all regions or any specific region.
3. Each project would be assigned to the selected vendor to be
executed on a turnkey basis, that is, the vendor would be responsible
for the supply, delivery, installation, integration and testing of the system
including the hardware, software, Element Management System (EMS),
Power Supply Systems, Environment Control Devices and civil works as

per the requirement.


4. This document solicits technical and commercial information
regarding compliance with critical features for deployment of MCCS. A
detailed consideration of these aspects will help us analyse the capability
to implement and support the MCCS deployment as per requirements of
the Indian Army.
5. This request for Information (RFI) consists of four parts as indicated
below :(a) Part I.
The first part of the RFI incorporates operational
characteristics as envisaged for the project. Few important
parameters essential for the vendors are also mentioned.
(b) Part II.
The second part of the RFI states the aspects which
must be addressed by the vendors in their response. Inputs must be
accompanied by specific additional information sought as per
formats given at Appendices A, B & C to this RFI.
(c) Part III.
(d) Part IV.

Network architecture.
Methodology of response of vendors.

PART I
OPERATIONAL CHARACTERISTICS
5. Air Interface Standard.
The system will be based on the latest
Code Division Multiple Access (CDMA) technology and EvDO standards.
6. Frequency of Operation.
The system shall operate in the
850/450 MHz frequency band. System solutions available in other
frequency bands may also be provided.
7. Data Services. The system will support Packet data services. Data
rates should be provided.
8. Mobility. In the proposed system the end user (Mobile Station
(MS)) must be fully mobile i.e. a subscriber must be able to freely move
(within the sector, within the BTS, within a group of BTSs, within MSC
area and within a group of MSCs) without his call being disturbed on the
basis of numbering scheme or any other criteria.
9. Hand off.
Handoffs specified in international standards shall be
supported. Full roaming capability between MCCS implemented in
different regions will be supported.

10. Upgradability.
(a) It should be possible for the CDMA EVDO interface to be
upgraded to support higher standards of EVDO and LTE with
hardware and/or software upgradation.
(b) It should be possible to migrate to an all IP based core network.
(c) It should be possible to upgrade the system to IP v6 protocol in
future.
11. Area of Coverage.
The system should be capable of providing
adequate coverage per BTS to meet the military requirements of
deployment.
12. Spectral Efficiency. Systems shall have high spectral efficiency.
The equipment supplier shall provide detailed calculation of spectral
efficiency.
13. Numbering Scheme. The system will support a very flexible
numbering scheme and be able to support the existing numbering plan
for army networks.
14. Robustness for Field.The equipment shall be fully solid state, field
proven and will adopt state of the art technology. The system will be
designed to operate in conditions of snow, heavy rainfall, high humidity
as well extremes of temperatures.
15. Software.
The software shall be modular in architecture.
Complete software for the system operation and maintenance including
Element Management System (EMS) shall be provided. The architecture
of the software shall be open ended so that the growth can be handled
without any need for redesign of the software. The software
documentation shall be in English.
16. Compliance to Standards and Multi-Vendor Support. System
shall be based on latest CDMA and EVDO standards. The system shall
support the integration with other mobile cellular communication systems
provided by different vendors, without any restriction.
17. Interference Protection. Interference protection from in band and
out of band sources should be provided. Suitable subsystem to protect
other wireless operators systems from the interference from own network
should be provided.
18. Cooling Arrangement.
The equipment shall have necessary
self-cooling arrangement with or without inbuilt fan. The equipment
supplier shall specify the recommended life of the fan when used.
19. Power Supply. The power supply unit shall form an integral part of
the equipment and shall have protection against output/input over
voltage, short circuit, input reverse polarity etc.

20. Power Consumption. The equipment should have low power


consumption. Equipment supplier shall specify the power requirement for
various configurations.
21. Locking Facility for Equipment Cabinets. All cabinets must have
locking facility.
22. Hot Swapping of Cards.

Cards shall be hot swappable.

23. Ease of Expansion.


It should be possible to easily expand the
system when the number of subscribers in the area is to be increased or
when the geographical coverage is to be increased. The equipment shall
be modular in nature permitting expansion without any major hardware
changes by simply adding shelves and modules.
24. Lightning Protection. Equipment including antennas and feeders
will be protected against lightning and power surges. The vendor will be
required to undertake all civil works related with antenna installation,
provision of good earth and lightning protection at all sites.
25. Diagnostics/Testing
(a) The equipment shall support diagnostic capabilities to verify
the equipments proper functioning. Built in test capabilities will be
provided which will execute on specific events/on demand.
(b) The vendor will indicate the type, model and quantity of test
equipment that will be required to be held with the user for routine
maintenance of the network.
26. Quality Requirements. The cellular System will meet the following
quality requirements :(a) The equipment shall be manufactured in accordance with
highest International Quality Standard for which the manufacturer
shall be duly accredited.
(b) The equipment will meet quality requirements as laid down by
TEC or equivalent international standards.
(c) All critical components/sub systems shall be provided in
redundant configuration. The vendor shall indicate the redundancy
provided in all subsystems i.e. 1+1 and N+1.
Important Parameters for Vendors
27. Vendor Parameters. The vendor should be a registered company
in India. It should have a Registered Office and Operations in India. Total
foreign holding in the Company and its subsidiaries, if any shall not
exceed 26% excluding Foreign Institutional Investment (FII). The vendor
must be technically competent, financially sound and should have
adequate infrastructure to set up, maintain and support the proposed
networks as per following criteria :-

(a)
The vendor should have a strong financial base. Balance
sheets and Profit/Loss statements for the past three years should be
submitted.
(b)
Should have implemented a minimum of one cellular network in
India. Track record in implementing Mobile Cellular Communication
System (MCCS) networks along with list of successful installation in
India / aboard should be provided.
(c)
Should have a well-established base and technically competent
maintenance facility to maintain the network. Maintenance
methodology will be clearly indicated.
(d)
Agreement with OEM to manufacture / distribute the offered
equipment in India and supply of spares for 10 years after
commissioning of the network.
(e)
Capability to offer comprehensive onsite warranty of two years
and AMC on expiry of warranty for a minimum period of eight years.
(f)

Must be an ISO accredited company.


PART II
SCOPE

28. The purpose of this RFI is to obtain information on the following


aspects which must be addressed by the vendors in their response:(a) Solutions for provision of high grade Mobile Cellular
Communication System (MCCS) for voice, data & multimedia
services to subscribers.
(b)

Spectrum requirements for proposed solution.

(c) Overall Network architecture. Details of backhaul connectivity


architecture pertaining to redundancy planning and aggregation
methodology should be provided.
(d)

The standards on which the system is based.

(e) Detailed cost information and models, performance models,


detailed architecture specifications and product evolution plans.
(f) Customization and adaptations required for ensuring
effectiveness of COTS equipment for MCCS in the field environment.
(g) Details of military adaptation such as ruggedisation and
containerisation, if any.
(h)

Capability for Base Stations to be fully transportable.

(j) Detailed system design including traffic estimates


bandwidth requirements to support the given subscribers.

and

(k)

Specifications of sub systems.

(l)

Design and specification of Network Security implementation

(m) Capability to undertake integration of indigenously


developed third party security solution in handsets.
(n) Capability to undertake civil works and provision of shelters for
equipment and human resources.
(o) Indicative approximate costing of the system taking into account
all aspects of integration, ruggedisation, security etc as also costing
of equipment proposed in the solution. Issues pertaining to special
clearances required from state governments, taxes etc must be
clearly stated.
(p) Warranty and AMC terms.
PART III
NETWORK ARCHITECTURE
29. The Mobile Cellular Communication System shall typically consist of
the following sub systems :(a) Radio Access Network consisting of Base Trans-receiver
Stations (BTS) and repeaters/regenerators.
(b) Backhaul connectivity on Microwave radio and/or Optical Fibre.
(c) Mobile Switching Centre (MSC) based Circuit Switched Core
Network.
(c) Packet Switched Core Network.
(d) Subscriber end equipment including Fixed Wireless Terminals
(FWT), Handheld subscriber Terminals (high end and basic), Data
and Video Devices, IP enabled mobiles etc.
(e) Element Management System.

PART IV
PROCEDURE FOR RESPONSE

30. This RFI is being issued with no financial commitment and the Indian
Army reserves the right to withdraw the RFI should it be so necessary at
any stage.
31. Any queries / clarifications to this RFI may be sent, in writing, to
following address within 10 days of issue of this RFI : Director (I/O)
PMO Plan AREN
6th Floor, Room No 613
Integrated HQs of MoD(Army)
DHQ PO, New Delhi 110010
Fax No : 0091-11-23019467

32. The proposals giving out details as per scope of the projects
mentioned in Paragraph 28 should be forwarded in sealed envelopes
clearly stating Response to RFI for Mobile Cellular Communication
System (MCCS). The response may be submitted to the under
mentioned address:Director WE-7
General Staff WE-7, WE Directorate
5th Floor, Room No 538
Integrated HQs of MoD(Army)
DHQ PO, New Delhi 110010
Fax No : 0091-11-23019223
33. To establish their capability to undertake Mobile Cellular
Communication System projects, vendors are also requested to submit
information as per formats given at Appendices A, B and C attached to
this RFI.
34. A presentation on the subject may be sought in case it is felt that
certain parameters mentioned in your RFI need further clarification.
35. An early response is requested.

Appendix A
(Ref Para 33 of RFI)

MCCS SOLUTION FOR AREAS OF DEPLOYMENT


1. The Indian Army proposes to implement three Mobile Cellular
Communication Systems (MCCS) covering different regions of its
deployment. The systems will be implemented in the Northern and North
Eastern regions of India. Separate Requests for Proposal (RFP) will be
issued for each MCCS.
2. Typical regions for implementation of MCCS for the Indian Army are
given below:
(a) Area bounded by locations TAWANG, AGIA (near
BONGAIGAON), SHILLONG AND TEZPUR in the states of
Assam, Arunachal Pradesh and Meghalaya.
(b) Area bounded by locations DIBRUGARH, PHEK,
CHAMPHAI AND KARIMGANJ in the states of Assam, Nagaland,
and Mizoram.
(c) Area bounded by locations SONAMARG, LOMA, LEH,
PARTAPUR, BATALIK AND DRASS in the state of Jammu &
Kashmir (Ladakh).
3. Vendors are required to analyse the area of coverage as specified in
Paragraph 2 above and provide detailed solutions for implementing
MCCS in the above regions as per details given below:(a) Overall Network architecture. Software RF mapping tools may
be employed to arrive at accurate solutions. Each geographical area
may be assumed to cater for 7000 subscribers distributed uniformly.
(b) Number of BTS required for coverage, accurate location and
coverage radius achieved for each BTS.
(c)

Suggested location of MSC.

(d) Details of backhaul connectivity architecture pertaining to


redundancy planning and aggregation methodology.
(e)

Type of towers with heights, power sources, shelters etc.

(f)

Detailed cost estimates.

4. Vendors are requested to provide detailed solutions for the three


regions separately. In case a vendor does not intend to undertake MCCS
implementation in all the above regions, then only solutions for the region
of interest may be provided.

Appendix B
(Ref Para 33 of RFI)
COMPETENCY RECORD OF THE COMPANY
Company Profile and Core Expertise
Manufacturing
1.
Switches
Yes/No
2.
MW Radio
Yes/No
3.
Optical NW
Yes/No
4.
Routers
Yes/No
5.
Servers
Yes/No
6.
MSC
Yes/No
7.
BTS
Yes/No
8.
Power Systems
Yes/No
9.
Antenna Systems
Yes/No
10.
CDMA handsets
Yes/No
11.
Cables
Yes/No
12.
ACs
Yes/No
13.
Generators
Yes/No
14.
UPS
Yes/No
15.
SMPS
Yes/No
16.
Stabilizers
Yes/No
17.
Tower Mounted amplifiers
Yes/No
18.
Earthing Systems
Yes/No
19.
Lightening Protection
Yes/No
Construction
1.
Buildings
Yes/No
2.
OFC Routes
Yes/No
3.
Towers
Yes/No
4.
Shelters
Yes/No
R&D
1.
Switches
Yes/No
2.
MW Radio
Yes/No
3.
Modification of Vehs
Yes/No
4.
CDMA handsets
Yes/No
5.
Antenna Systems
Yes/No
6.
NMS Software
Yes/No
Financial capability
2009-10 2008-09
1.
Turn Over
2.
Gross Profit / Loss
3.
Solvency Certificate from Principal banker

Remarks

2007-08

Attached /
not
attached
4.
Certificates of Registration as a Company in India Attached /
not
attached
Capability, Infrastructure and experience of Project Management and Execution
Details of
(Value in Rs)
Numbers Ref
similar project
executed with
references
1.
Above 500 Crs
2.
Between 300-500 Crs
3.
Between 100-300 Crs
4.
Between 50-100 Crs
Existing establishment in India
1.
Project Execution
Yes/No
2.
Onsite maintenance
Yes/No

3.
Technical Support
4.
Repair
5.
Training
Experience in procuring installing and
maintaining auxiliary systems
Collaboration with other firms (indicate firms)
for :1.
Switches
2.
MW Radio
3.
Optical NW

Yes/No
Yes/No
Yes/No
Yes/No
Firms

Appendix C
(Ref Para 33 of RFI)
INFORMATION PROFORMA
1. Name of the Vendor/Company/Firm (Company profile, in brief, to be attached).
2. Type (Tick the relevant category).
(a)

Original Equipment Manufacturer (OEM)

Yes/No

(b)

Authorised Representatives of OEM

Yes/No (Attach details)

(c)

Others (give specific details)

3. Contact Details.
(a)

Postal Address

(b) Tele
(c) Fax
(d) Email
(e) URL/Web Site
4. Local Branch/Liaison Office / Authorised Representatives in Delhi (if any).
5. Financial Details.
(a) Annual turnover.
(b) Earlier contracts with Indian Ministry of Defence/Government agencies:
Agency

Contract Number

Equipment

Quantity

(c) Details of manufacturing infrastructure available.


6. Certification by Quality Assurance Organisation (If applicable).
Name of
Agency

Certification

Applicable from
(date & year)

Valid till
(date & Year)

7. Equipment/Product Profile (to be submitted for each product separately)


(a) Name of Product (Should be given category wise).
(b) Description (attach technical literature).
(c) Whether OEM or Integrator.
(d) Status (in service /Design development stage).
(e) Production capacity per annum.
(f)

Countries where equipment is in service.

Name & Address __________________________


Tel
Fax

___________________________
___________________________

8. Equipment manufacture/integration.
(a) Are you making the full equipment or it is being integrated by you ? Give details.
(b) What are the components, sub-systems and sub assemblies of the equipment
which are not manufactured by you? Please give details.
9. Any other relevant information.

PreQualification
Pre Bid Meet
NA
Sector
NA
For further information contact:Name
Lt Col BS Charak
Address
Jt Director (I/O)
PMO Plan AREN
6th Floor, Room No 613
A Wing, Sena Bhawan
Integrated HQs of MoD (Army)
DHQ PO, New Delhi-110010
State
New Delhi
E-Mail
projmgtorg@gmail.com
Phone No
011-23019467
Fax
0091-11-23019467
City
New Delhi

You might also like