Upload
anmij
View
216
Download
0
Embed Size (px)
Citation preview
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
1/26
PAKISTAN TELECOMMUNICATIONCOMPANY LIMITED
T&S TR-231TECHNOLOGY ANDSTANDARDS WING
OF PTCL
Dec 22, 2008
SERIES TR: TRANSMISSION
Specifications of Transmission and Allied Systems
PDH Digital Radio System
PTCL Specifications TR-231
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
2/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 2 of 26
Change History
The table below lists the significant, product-impacting changes to the document.
Editorial changes and cosmetic changes are not listed.
Issue Date Revised By Description of Change Sectionor table
I 1-05-2007 Asad Naveed 1st
Version
II 22-Dec-08 Asad Naveed Various Enhancements
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
3/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 3 of 26
TABLE OF CONTENTS
Sr. No. Description Page No.
1. General 42. Technical Requirements 9
3. Characteristics of Transmitter and Receiver 12
4. Requirements for System Performance 16
5. Interference 16
6. Frequency Plan 17
7. Requirements for Antenna/Waveguide System/Feeder 17
8. Mechanical Characteristics 18
9. Requirements for Waveguide/Feeder Cable 19
10. Operation and Maintenance Requirements: 19
11. Test Equipment (Optional) 23
12. Inspection and Acceptance 24
13. Warranty 24
14. Handbooks and Documentation 24
15. Spare Parts 25
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
4/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 4 of 26
1 GENERAL
1.1 CLAUSE BY CLAUSE COMPLIANCE STATEMENT:
1.1.1 The Bidder shall furnish a clause-by-clause compliance for each and every clause
/ sub-clause of the technical specification. As far as possible, the bidder shall provide thedetailed technical description for each compliance / partial compliance.
The following terms will be used for preparation of compliance statement:
i) FULLY COMPLIANT, if the systems and functions offered fully meet thetender requirement.
ii) PARTIALLY COMPLIANT, if the systems and functions offered partially
meet the tender requirement. The reason why the offer is partially compliant shall be
stated. If the bidder is able to fulfill the specified requirement later, the time schedule forthis shall also be stated. In such cases, the bidder shall clearly mention the extent to
which other requirements or specifications are affected.iii) NON COMPLIANT, if the systems and functions offered cannot meet therequirements, the bidder shall also state the reasons for it.
1.1.2 In case of absence or unclear statements of compliance for any specifiedrequirement, PTCL will interpret that particular requirement as being NON
COMPLIANT.
1.1.3 For every clause, the Bidder must mention in the same table the reference of
document (document name/number and page number) where evidence has been provided
in support of the Clause. The required documents must be included in the bid.
1.2 The bidder shall include in his proposal the detailed technical information,
drawing and functional descriptions of the offered equipment to support the Compliance
to the technical requirement.
1.3 The bids will be evaluated on the basis of compliance statement. The successful
bidder will be required to deliver equipment in accordance with the compliancestatement. The bid bond / performance bond will be forfeited in case of his failure to
deliver the goods accordingly.
1.4 The bidder shall provide detailed cost breakdown of the components of the
complete system up to card level.
1.5 The Digital Radio Systems to be delivered by successful bidder will be completesystem in itself including all installation material required for installation of the system.
Any item required necessarily for a complete system according to PTCL specifications /
bidders compliance statement, if found short, will be delivered to PTCL withoutadditional cost to PTCL.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
5/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 5 of 26
1.6 The contractor will be required to arrange training on installation, testing andoperation of the offered systems for a period of 2 weeks at supplier premises in Pakistan.
The number of trainees for each type of equipment has been specified in the respective
Bill of Quantity.
1.7 Installation / testing of at least one complete system of each type of DRS link willbe demonstrated by the supplier during training.
1.8 PTCL reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of tenders/contract without thereby
incurring any liability towards any bidder, or any obligation to inform any bidder of thegrounds for this companys actions. The decision of the PTCL shall be final and bidding
on bidders.
1.9 PTCL may ask any bidder to raise the standard and capability of its offeredsystem to match with better standard of capability of the system offered by its competitor
for PTCL required network.
1.10 Digital radio systems will be used to provide reliable telecommunication
connections required between destination points of exchanges, sources and drops, nodes
and terminating points of the PTCL Network. Designed for economic performance, theequipment for appropriate bit rate capacities for telephone and data circuits should be
applied:
a) On spur routes of the national long distance network:
b) On links and hops within the junction network, multi-exchange areas and local
networks.
1.11 Serving all these networks requirements, digital radio systems shall basically
comprise:
a) System capacity: As per BoQ (software upgradeable).b) Application areas: Short haul application, junction networks and local networks,
for branching signals from trunk lines and on short haul links in rural areas.
1.12 Equipment with E3 interface as per BoQ shall also be quoted.
1.13 The proposed DRS systems can be either fully indoor design or of split mount
version with indoor Unit (IDU) and Outdoor Unit (ODU) connected by an IF feeder
cable. The capacity and frequency shall be software configurable.
1.14 The offered equipment shall use state of the art technology to maximize RF-spectrum utilization.
1.15 Connectors shall preferably be of the following types:
For RF: 50/75 ohms unbalanced: SMA, N type
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
6/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 6 of 26
For IF: 50/75 ohms unbalanced: BNCFor Base Band: 120 ohms balanced: IDC type
If other types are used, adaptors to interface these connectors to the above
mentioned types or to BNC (for IF and base band) shall be provided.
1.16 Connections for RF / Base-band input and output as well as for test purposes and
connectors for isolated IF output shall be located at the front.
1.17 HOUSING
a) All indoor equipment shall be designed for installation in racks. All equipment should
be cooled by natural convection.
b) The bidders shall provide detailed specifications for the housing of equipment.
1.18 ENVIRONMENTAL REQUIREMENTS:
i) All equipment shall operate and guarantee the stated performance requirements under
the following conditions:
Ambient temperature: -5C to 50C indoor equipment
-30C to 55C for outdoor equipment
Relative Humidity: Up to 100% at 45C and decreasing to 55% at 55C
ii) All equipment shall also be suitable for transportation and storage under the
following conditions:
Ambient temperature: -30C to +70C
Relative humidity: 5% to 100%
iii) System design shall allow for heat dissipation inside building, housing, etc. and
for condensation during failure of air-conditioning equipment.
iv) All equipment shall be capable of being switched on in bedewed condition and shall
reach the operation condition self-supporting.
1.19 POWER SUPPLY REQUIREMENTS:
1.19.1 The digital radio equipment shall operate from a no break 48V (nominal) DCexchange battery supply, with the positive pole earthed. The earth bus shall be directly
connected to the battery pole.
1.19.2 The guaranteed performance of the equipment shall be maintained for the
following variations of power supply (as measured at the power input to each rack):
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
7/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 7 of 26
a) Voltage variation: 25%
b) AC ripple up to 0.5V peak to peak
1.19.3 The efficiency of the power supply shall be greater than 80%
1.19.4 The power consumption of one unprotected Digital Radio Terminal, when fully
loaded, shall not exceed 40 watts. The power consumption of one protected Digital RadioTerminal, when fully load, shall not exceed 80 watts.
1.19.5 The power consumption of each rack and subassembly (fully equipped) shall bestated by the bidders.
1.19.6 Rack power supplies shall, as rule, be duplicated where power failure would
involve loss of traffic. The bidders shall state any exceptions to this requirement.
1.19.7 The DC power supply shall have individual fuses or automatic circuit breakers foreach rack.
1.20 EARTHING:
1.20.1 The equipment power earths shall be connected to the stations earth terminal.
1.20.2 For connection of all the metal housing of coaxial and power cables to the groundsystem, provision be made in the rack.
1.20.3 The radio equipment including the wave-guide hatch shall be connected to the
interior ring bus and through a primary bond to the exterior ring ground.
1.20.4 The antenna shall be bonded to the metallic supporting structure to prevent
arching. Wave-guides / Feeders shall be bonded to the antenna / tower at the top andbottom of the vertical run as well as to the wave-guide hatch.
1.20.5 Reference shall also be made to ITU-R Report 932 and handbook Protection oftelecommunication lines and equipment against lightning discharges
1.20.6 Bidders shall include in their bids all the necessary details concerning the earthing
of the equipment.
1.21 PROTECTION AGAINST ACCIDENTAL DAMAGE TO EQUIPMENT &
PERSONNEL:
1.21.1 Power supply units shall be provided with thermal release device protecting them
from damage in case of overheating due to output overload. The operating voltage whichthey provide for the equipment insets shall be short-circuit proof.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
8/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 8 of 26
1.21.2 The supply voltage input shall be protected for polarity reversal.
1.21.3 The operating (internal) voltages shall be isolated from the primary side.
1.21.4 All interfaces shall be permanent short-circuit proof and open circuits stable. A
transmit unit shall operate on open circuit without any damage.
1.21.5 If single overload has caused protection circuits to operate, these circuits shallautomatically be restored when the signal level is reduced to its normal value. The
equipment will thereafter continue to operate properly without any re-adjustment.
1.21.6 The equipment shall be designed to ensure complete protection of all personnel
against contact with apparatus carrying dangerous voltages or emitting dangerous levels
of radio frequency radiation. All equipment employing dangerous voltages shall be
completely enclosed with covers of either safe insulating material or earthed, and shall beclearly marked with warning signs for the information of personnel.
1.21.7 The following standards shall be observed:a) Construction of rack supports and panels shall not have sharp protrusions that
could injure staff.
b) Equipment power supply voltages exceeding 50 volts DC or 230 volts AC musthave suitable covers and warning signs to warn personnel of the presence of hazardous
voltages.
c) Components such as heat sinks with an operating temperature exceeding 80 Cmust have protective covers.
1.22 EQUIPMENT MARKING:
1.22.1 Equipment marking shall be in English language. Any abbreviation should be
derived from English language terms.
1.22.2 Each equipment should be clearly marked in a position that can be easily read
when the covers are removed. All marking should be legible, durable and containing
information.a) Article code number and revision status,
b) Equipment designation,
c) Manufacturers name or code.
1.22.3 Marking on replacement units and printed board assemblies should include:a) Article code number and revision status,
b) Manufacturers name or code,c) Date of manufacture.
1.22.4 Labeling and marking of equipment and components are expected to be inaccordance with the following requirements:
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
9/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 9 of 26
a) All racks, units and sub-units should be clearly marked in English with their nameand type number. Any unit or sub-unit bearing the same label shall be interchangeable.
b) Each position, in a rack or unit, into which a replaceable unit or sub-unit is fitted
should be labeled with the name and type number of that replaceable unit or sub-unit.
c) Large components should be marked with their schematic references. Small
components need not be marked but should be readily identifiable from handbookcomponents layout diagrams.
d) All controls, switches, indicators, meters, strapping points, etc. should be clearlymarked to show their circuit designations and functions.
e) Each terminal block and terminal should be marked with an identifying code.
f) All fuses, and their holders where necessary, shall be clearly marked with the fuserating.
g) A suitable system of circuit components identification for fault localization shall
be employed. The system shall indicate, as a minimum, a major component or group of
components identified.h) The frequency dependent units shall be labeled to show the working value.
1.23 Optional items as per BoQ shall also be quoted.
1.24 Unpriced BoQ shall be made part of the technical proposal.
2 TECHNICAL REQUIREMENTS:
2.1 This Technical Specification covers a complete digital radio system consisting of thefollowing elements:
Terminal and Repeater Equipment
Protection switching
Technical characteristics System Performance Requirements
Antenna and wave-guide assembly / IF feeder cable
Operation & Maintenance requirements
2.2 This specification describes the minimum standards and requirements for digital
Radio Systems providing digital signals with bit rates from 4xE1s to 64xE1s.
2.3 The system characteristics, including any item not covered here, shall comply at
least with the latest ITU-R and/or ITU-T Recommendations, which are deemed to be an
integral part of this specification.
2.4 Impedance of E1s is 120 Ohmbalanced.
2.5 The modulation methods are QAM, TCM or QPSK. No other modulation method
is to be offered.
2.6 Loop backs
The system should have near-end and far-end loop back facilities for testing.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
10/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 10 of 26
2.7 Add/Drop Functionality shall be supported by the DRS system. Traffic shall becollected from different nodes on the way and carried to the far end.
2.8 Self-Healing Rings function shall be supported by the system. In case of a
breakdown at one node, the traffic shall be carried in the other direction.
2.9 Point-to-Multi Point function shall be supported by the DRS system. The numberof multi-points shall be mentioned by the Bidder.
2.10 It shall be possible to connect an existing partial ring of Optical Fiber Cablesystem to DRS system so as to build a Self-Healing Ring.
2.11 It shall be possible to connect the NMS with DRS for System Monitoring
purposes, without any additional cost. The Detail specification of the NMS shall bedescribed by the bidder.
2.12 It shall be possible to connect the LCT with DRS for installation and maintenancepurposes. The Detail specification of the LCT shall be described by the bidder
2.13 Digital Line Rate shall be of 2.048 Mbps (E1) as per ITU G.703.
2.14 Ethernet Interface of 10/100 Mbps shall also be provided. RJ-45 interface shall be
used.
2.15 All links to be equipped with service channel facility with RS-232C, 64 kbps
synchronous co/contra-directional V.11 and Engineering Order Wire facility.
2.16 Performance Monitoring shall be according to ITU-T Rec. G.826.
2.17 Engineering Order wire (preferably clear channel) shall be provided with the
system, for each link.
2.18 DRS shall have redundancy and diversity options. Bidder shall describe the
redundancy and diversity options in detail.
2.19 DRS shall support multiple outdoor units (ODUs) with traffic routing between radio
paths and local interfaces without external cabling or patch panels.
2.20 Traffic add and drop, north-south traffic aggregation and concentration shall besupported.
2.21 Hardware, ring and path diversity protection switching shall be supported.
2.22 The IDU shall be software configured for Nx E1 operation.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
11/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 11 of 26
2.24 PROTECTION SWITCHING:
2.24.1 The system shall possess switching equipment to protect the information signal
against outages caused by equipment failure, when frame alignment is lost or
when bit error rate exceeds a preset threshold.
2.24.2 The switching equipment shall automatically replace the faulty radio channel by a
protection (stand-by) channel.2.24.3 The switching operation should be error free and shall not cause interruptions or
rapid phase discontinuities to the digital signal.
2.24.4 All switching devices shall be hitless.
2.24.5 The system shall be equalized to compensate for any differences of signal delay
between the working channel and the stand-by channel. Any add-on coaxial cable
used to equalize the difference in transmission time shall be clearly marked.
2.24.6 The bidder shall state the signal interruption time caused by the operation of theprotection switching (transmit-side). The receive-side switch shall perform a hitlessswitchover.
2.24.7 The bidders shall specify which units are not protected by the switching system.
2.24.8 The bidders shall specify all units of the switching system, which are not
replaceable without interruption of the switched signal.
2.24.9 Depending on the specific application of the radio-relay system either of the
following protection switching arrangements shall be used:
a) Frequency / Space diversity (1+1)
b) Hot standby (1+1)
2.24.10 The bidder shall provide full details for protection-switching arrangements,
including features, explaining operation, performance etc. and any feature, which will not
be included at present but could be added in the future.
2.24.11 The following redundancy types shall be supported for Transmission System
Up to 8 E1s: 1+0
From 8 E1s to 16 E1s: 1+0 and 1+1
16 E1s and above: 1+1
When the System is upgraded from 8 E1s to 16 E1s or more, it shall be possible to
change the system configuration from 1+0 to 1+1, without buying any additional
switching equipment.
2.25 The NMS supplied shall be fully compatible with the Central Network Operations
Center (NoC) and fully support all the relevant protocols like CORBA, SNMP, Syslog,
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
12/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 12 of 26
JDBC and other relevant ITU recommendations. The NMS shall support the North boundarchitecture.
2.26 Ethernet and IP
The system should be compatible with Ethernet and IP Services.
2.27 Data and VoiceThe system must have ability to mix and match Packet Data with E1s.
2.28 Remote software upgrade and configurationThe system should have the capability to upgrade software remotely and to configure the
system parameters remotely.
2.29 Forward Error Correction (FEC)The System must be based on Forward Error Correction (FEC) . The bidder is required to
provide the name and details of FEC type used in the equipment to be offered.
2.30 Coding
To maximize the efficiency, the system should utilize coding techniques like HDB3, AMIor other equivalent techniques.
2.31 LoopbacksThe system should have near-end and far-end loopback facilities for testing.
2.32 Automatic Transmit Power Control (ATPC):
The equipment to be supplied shall have built-in ATPC facility to reduce interference andimprove residual BER performance. Bidder shall describe the range.
3 Characteristics of Transmitter and Receiver
3.1 Transmitter
3.1.1 RF power output (dBm)
(measured at the antenna port of
branching circulator)
: Adjustable upto +24 dBm or moreTo be specified by the bidder..
3.1.2 It shall be possible to reduce
the output RF power for short hops
by Software control.
: The bidder shall provide range of
adjustment.
3.1.3 Co-Polar RF channel spacing
(Transmitted spectrum with RF
channel filter)
: The bidder shall provide technical
detail.
3.1.4 Unwanted emission-
harmonics and spurious frequency
attenuation (with RF channelfilter)
: >70dB
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
13/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 13 of 26
3.1.5 RF return loss (at output portwith the RF channel filters)
: 15 dB
3.1.6 Maximum carrier frequency
variation (without initial settingerror) over one maintenance
period.
: 6PPM
3.1.7 IF frequency : To be stated by the bidder.
3.1.8 IF input impedance : Compatible within the system.
3.1.9 IF return loss : 15 dB
3.1.10 IF input nominal and
maximum levels
: To stated by the bidder
3.2 Receiver
3.2.1 Noise figure (measurewith RF channel filter with andwithout RF preamplifier)
3.2.2 If an RF preamplifier is used,
the bidders shall state itscharacteristics.
: 80 dB
3.2.7 Attenuation of otherspurious frequencies
: 70 dB
3.2.8 System Gain : 104 dB at 25C BER 10-6
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
14/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 14 of 26
3.2.9 Dynamic range of thereceiver
: The bidders shall state the receiverthreshold for 10-3 and 10-6 Bit
Error Ratio & submit curves
showing Bit Error Ratio as a
function of received signal levels
(measured at antenna port ofbranching circulator) for typical
production units.
3.2.10 Receiver input : -17 dBm
3.2.11 Automatic Gain Control : The variation of IF output shall notdeviate by more than 1 dB from
nominal IF level during RF input
level variations over its specifiedrange.
3.2.12 Slewing rate of AGC-voltage
: To be stated by the bidders in dBper second.
3.2.13 IF frequency : To be stated by the bidder
3.2.14 IF output impedance : Compatible within the system.
3.2.15 Return loss : 15 dB, if applicable
3.2.16 Nominal IF output level : To be stated by the bidders.
3.2.17 IF output level variation : To be stated by the bidder withAGC, as per clause 3.2.11.
3.3 EQUALIZATION:
The system should contain
adaptive / transversal equalizers toprovide automatic compensation
of selective fading.
:
The bidders shall provide detailed
specifications of the equalizers
built in the system..
3.4 Modulator and Demodulator:
Paragraph of this section relating to IF signal are not required when directly modulatedtransmitters are employed.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
15/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 15 of 26
Modulation format : As per clause 2.5
Scrambling : The bidders shall describe thescrambling method used.
Demodulation : The bidders shall state thedemodulation method used.
Intermediate Frequency : To be stated by the bidder.
Intermediate Frequency settingprecision
: 10-4
Maximum variation ofIntermediate Frequency
: 3.1x10-3
Input / output impedance : Compatible within the system, andto be stated by the bidder.
Return loss : 15 dB
Modulator output level : To be stated by the bidders
Modulator output level variation : To be stated by the bidders
Demodulator input level : Nominal values and range to bestated by the bidders
3.5 Protection Switching
Characteristics of the input and output signal at the interface to the radioequipment:
Impedance Return loss Input level tolerance Output level
::
:
:
Compatible within the system.To be stated by the bidders.
To be stated by the bidders.
To be stated by the bidders.These parameters shall be consistent with the parameters for radio equipment.
Switching Criteria:The protection switch shall switch the RF channel to the protection channel when the
former fails or is degraded. The failure is determined by a loss of signal or a loss of frame
or when the Bit Error Ratio exceeds 10-3. The degradation is determined when the bit errorratio exceed a threshold of 10
-6. This threshold shall be selectable within a range of 10
-3to
10-6 . Detection and switching time shall be stated by the bidders.
3.6 Interface Points:
3.6.1 The digital radio systems described by the Technical Specification shall
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
16/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 16 of 26
interface with the digital network (via a digital distribution frame) at a bit rate of2048 kbit/s. This signal shall comply in all aspects with ITU-T Rec.G.703 and ITU-R Rec. 596 (Rep. 938) across 120 ohms impedance.
3.6.2 The bidder shall state any other higher speed (G703) interface points available on the
equipment.
3.6.3 The radio equipment must have the capability to support Ethernet + TDM NxE1traffic with bandwidth adjustment capability on the Ethernet throughput in E1 increments
up to a maximum capacity (To be quoted by the bidder)
4. REQUIREMENTS FOR SYSTEM PERFORMANCE
4.1 Bidders shall consider that the equipment and systems offered will also be used fordata services. Due regard shall therefore be given to both ITU-T and ITU-R
recommendations regarding designed performance of digital networks.
4.2 Bidder shall include in their offer signature curves, which indicate the relative
sensitivity of the proposed equipment to multi path conditions and frequency selective
fading. The bidder shall state all the details concerning performance calculation.
4.3 Bidder to provide equipment with MTBF of at least 15 years and PTCL shall
verify the statement from its internal experience. Bidder, when quoting equipmentavailability figures, shall state their assumptions concerning the Mean Time to
Restoration (MTTR) for system components & units e.g. transmitter, receiver, modulator,
demodulator, power supply, supervision equipment and other applicable facilities.
4.4 The error performance shall be in compliance with ITU-R Rec.696 and must be
consistent with highest quality grade requirement as per ITU-T requirement G826 and
both conditions must be met simultaneously.
4.5 Jitter
Jitter at the base-band interface shall be in accordance with the values recommended in
ITU-T Rec.823 / G.921.
5 INTERFERENCE
5.1 The links(s) shall be checked for possible co-channel interference. The requiredantenna decoupling between two paths using the same frequency shall be calculated and
be given.
5.2 Intra-System Interference
Bidder shall include in their offer detailed information on:
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
17/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 17 of 26
Overshoot-bearings.
Mutual interference caused by transmitters at adjacent sites.5.3 In each case, bidders shall include in their offers detailed information indicatingtheir methods to evaluate interference and notice power falling into the analogue base
band due to adjacent or co-channel digital signal. Similarly, evaluation of the
performance degradation in the digital channel due to the limitation of power (if required)shall be given.
5.4 Channel selectivity shall be provided for negligible adjacent channel analogue ordigital interference while at the same time maintaining an acceptable inter symbol
interference.
6 FREQUENCY PLAN:
6.1 The Digital Radio System shall operate in the 7/8 GHz frequency band.
6.2 The bidders have to present a detailed frequency plan containing every RF-channel to be used from frequency band for the offered radio equipment taking into
account further extensions. This Frequency Plan cannot be implemented without priorapproval of the frequency planning by the administration concerned.
6.3 The allocation of operating frequencies out of the proposed bands shall be madein order to meet particular requirements:
Economic utilization of RF-frequencies regarding loading of the systems(quantity of RF-channels required).
Economic utilization of RF-frequencies regarding antenna decoupling by
application of low cost antennas, standard types, e.g. grid types. Provision of new systems infrastructure.
Extension of existing and proposed new systems considering future needs.
7 REQUIREMENTS FOR ANTENNA/FEEDER
7.1 The antenna systems offered shall be consistent with the specified transmission
performance, the envisaged ultimate radio-channel capacity, the radio frequency
environment and the climate and other restrictions. Bidders shall include in their offers
technical details relating to all types and sizes of the antenna proposed.
7.2 An appropriate variety of antennas (0.6m to 3.7m paraboloid dishes) with
performance types standard - , High and Ultra High) and polarization types(single/dual) shall be proposed in order to optimize each individual hop as well as the
link (system loss, interference).
7.3 Bidders shall include in their offer technical details relating to all types of antenna
proposed.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
18/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 18 of 26
7.4 The electrical characteristics specified here relate to the unit antenna,
comprising reflector, feed assembly and polarization duplexer but excluding feeder.
7.5 The antenna shall operate in the frequency range specified in clause 6.1.
7.6 Gain relative to an isotropic antenna across the entire band for each antenna:
To be stated by the bidder but not less than mentioned hereunder:
Diameter Antenna Gain (at 7/8 GHz)
0.6 m 30 dBi0.9 m 33 dBi
1.2 m 36 dBi
1.8 m 39 dBi
2.4 m 42 dBi3 m Bidder to mention
3.7 m Bidder to mention
The bidder shall mention the Gain values at 18 GHz.
7.7 Radiation pattern for both vertical and horizontal planes: Bidder to supplyappropriate diagrams
7.8 Width of main lobe at half power points (Beam width): To be stated by thebidder
7.9 Side lobe attenuation: To be stated b the bidder
7.10 Cross-polarization Decoupling: 30dB
7.11 Front-to-Back ratio : >60dB at 7/8 GHz 18080
7.12 Return loss at the antenna ports over the entire band (VSWR): 1.2 (20.8 dB) max
7.13 Type of connectors : To be stated by the bidder
8 MECHANICAL CHARACTERISTICS:
8.1 The antenna and antenna fixing methods shall survive wind forces of upto 160
kilometers per hour. The Bidders shall state the survival rating.
8.2 The dimensions, weight and front wind load (in KN at 120 Km / hour wind) of all
the antennae shall be stated by the Bidders.
8.3 Minimum azimuth adjustment range: 5
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
19/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 19 of 26
8.4 Minimum elevation adjustment range of antenna: 5
8.5 The maximum permissible air pressure at the antenna feed horn shall be stated by
the bidder.
9 REQUIREMENT FOR WAVEGUIDE / FEEDER CABLE
9.1 The bidder shall propose wave guide appropriate for the frequency of operation of thedigital radio system. The attenuation per 100m (for the centre frequency of the range
specified), diameter, minimum bending radius, flange type and additional physical and
mechanical characteristics considered by the bidder to be relevant, shall be stated.
9.2 All details including the physical, electrical, and mechanical characteristics shall
be stated:
Guaranteed return loss or reflection factor
Characteristic impedance and tolerance Average attenuation at mid band
Construction and dielectric details
Types of connectors offered
9.3 Return loss over the entire band: 26dB
9.4 VSWR when terminated to the actual antenna shall be 1.1 or better.
9.5 Feeder Cable
In case of split version the connection between the Out-door Unit and the Indoor Unitshall take place through a single 50 ohm impedance coaxial cable for each transceiver.
Through this cable IF Tx signal, IF Rx signal, alarms, service information, and power
supply are transmitted. The bidder shall state the types of the cable used and themaximum distance allowed between the ODU and IDU.
10 OPERATION AND MAINTENANCE REQUIREMENTS:
10.1 The equipment shall be provided with measurement and control facilities necessary
for its supervision, adjustment and fault locating. Bidders shall give full details of the
maintenance facilities incorporated in the offered equipment.
10.2 Test points that are isolated will be preferred. Where test points are not isolated,
maximum signal degradation of 1.5 dB is permissible on testing. The bidder shall statewhich test points are not isolated.
10.3 In-service meter reading shall be possible, with a built-in meter, or through single
interface by a PC / LCT to measure following values:a) Supply voltage and currents of the power unit.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
20/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 20 of 26
b) Transmitter output power.c) Received signal level or automatic gain control voltage.
d) Bit error ratio or equivalent.
10.4 It shall be possible to perform the following in-service routine and diagnostic tests
with built in meters or appropriate test equipment.
a) RF Oscillator levels
b) RF Amp levels
c) Bit Error Rated) RF receive level
e) Transmitter output power
The bidder shall state which tests require test equipment.
10.5 Entries shall be labeled in the unit as well as in the technical references. Easyaccess to entries shall be ensured.
10.6 The equipment shall be provided with test points for recording the values listed in
para 10.3 and 10.4.
10.7 Alarms:
The equipment shall provide separate alarms for the following:
i) Fault criteria for the transmit side.
a) Loss of synchronization of the oscillator.
Phase adjustment loop (if synchronized oscillators are used) / or equivalent.
b) Transmitter output alarm indicating low or no transmitter output (adjustable 3 dB
to 6 dB below normal).
c) Power supply unit failure or over-/under-voltage.
ii) Fault criteria for the receive side.
a) Loss of synchronization phase adjustment loop (if synchronized oscillators are
used) / or equivalent.
b) Power supply unit failure or over-/under-voltage.c) Receive level failure.
iii) Fault criteria for propagation path.
a) High BER alarm (or equivalent, i.e. eye opening) including BER greater than 10-3
.
b) Loss of frame alignment.c) Loss of radio channel identification.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
21/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 21 of 26
iv) Fault criteria for Waveguide / IF feeder cable.a) Short
b) Open
v) Fault criteria for tributary side.
a) Loss of tributary i/p to modulator.
vi) Remote alarm.(Fault condition at remote terminal due to clauses (i) to (iv) above should be indicated by
a yellow alarm.)
vii) External/Environmental Alarms
The system shall provide different types of external/environmental alarms, like door
open/close, temperature, humidity, etc and shall have the capability to extend them
remotely to the NMS.
10.8 The equivalent binary content of the Alarm Indication Signal (AIS) is acontinuous stream of 1. The bit rate of the AIS shall be within the tolerance limits.
10.9 The AIS shall be inserted if any of the conditions described in para 10.7
subparagraphs i) a, ii) b, iii) c lasts more than 10 ms or the conditions described insubparagraphs iii) a, lasts more than 1 s.
10.10 The equipment in a link shall facilitate extension of alarms to control stations intelemetry.
10.11 All fault indicating alarms shall be individual at the respective shelves and / or
racks with red LEDs. Normal function shall be indicated by green LEDs.
10.12 In addition to the above individual alarms, each radio-relay rack (or group of
interdependent racks) shall be provided with a red common fault alarm lamp.
10.13 All alarms shall be extended to an easily accessible terminal block in the rack to
facilitate interconnection to a remote surveillance system. The alarm outputs to the blockshall be made by relays or optical couplers with the output circuits being isolated from
internal voltages and from ground. An alarm shall be generated by closing a contact (in
the case of fault).
The bidder shall specify the rating and tolerance of the relay contacts.
10.14 The maximum time delay between occurrence of a fault and the passing-on of the
alarm shall be less than:Transmission to surveillance equipment = 10ms
Transmission to protection switching equipment = 1 ms
10.15 Supervision System:
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
22/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 22 of 26
The offered equipment shall feature advanced supervisory functions to optimize theoperation and maintenance activities.
The equipment shall offer solutions to supervision from very small or medium links to
large networks in on evolutionary plan.
10.16 Stand-alone Solution:
For small to medium sized networks from isolated hops to several hop links it should bepossible, in a stand alone condition (without any additional master station), to interface a
local craft terminal (Personal Computer) for local and remote diagnostic and
configuration of the network elements in a friendly men-machine environment (windowsbased).
10.17 Functionality:
The software tools used should be powerful enough to allow locating, monitoring andmanaging radio events. The performance management capabilities shall include real time
data collection and threshold monitoring. The basic group of application covered shallinclude.
Alarm status and control
Performance monitoring G821
Configuration management
Radio transmission parameters
Administrative functions
10.18 The bidder shall include all interface equipment for extending the alarm
indications and performance monitoring to the NMS.
10.19 RELIABILITY:
10.19.1 The bidders recommended activity schedule and frequency for preventive
maintenance shall be stated in the tender, additionally available routine tests andmeasures shall be detailed.
10.19.2 The equipment reliability shall be such that a low maintenance life time ofat least 15 years shall be expected.
10.20 FAULT LOCALIZATION:
10.20.1 The equipment shall be designed to facilitate quick fault localization and repair.The plain plug-in module concept shall be used as extensively as possible. The biddersshall explain any special features of the equipment, which will readily facilitate
maintenance.
10.20.2 It shall be possible to loop back (through software and hardware) therepeaters and terminals at RF and base band levels to simplify fault localization.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
23/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 23 of 26
10.20.3 The equipment shall be provided with an order wire (voice channel)facility for maintenance purposes.
10.21 SERVICE / AUXILIARY CHANNELS:
10.21.1 The radio system, in the overhead bytes, shall have at least one order wirechannel, one supervisory channel and one auxiliary channel.
10.21.2 The bidders shall state the capacity of service and auxiliary channels and
whether they are analogue and / or digital.
10.21.3 Bidders shall provide full details, stating the maximum number of service /
auxiliary channels, which can be accommodated by each radio channel, together with
their technical and performance characteristics and accessibility.
10.21.4 The proposed auxiliary channel on the equipment shall have the flexibility
of interfacing data terminals at standard ITU-T interface (V24, V36 etc.) accepting eitherasynchronous or synchronous bit streams with drop / insert facility at intermediatestations. Bidders shall state whether these facilities are standard or optionally available.
In case of optional, the price should be given.
10.21.5 The order wire channels and the supervisory channel must be available
between all radio systems in a link. It shall be possible to extend the mentioned service
channels from the radio link station to the maintenance center(s) by means of a cablesystem. The bidder shall provide the connection diagram.
10.21.6 The system shall also include omnibus express telephone equipment (with
selective calling) in all stations and their associated maintenance center(s).
11 TEST EQUIPMENT (OPTIONAL):
11.1 All test equipment provided under this contract shall be of latest technology and of
the highest quality available. Special emphasis is placed on frequency and level stability,
accuracy, and reliability and after sales service facilities available in the country. Detailedinformation on these items shall be provided.
11.2 All test equipment shall be furnished complete with cords, accessories and
instructions manuals. Appropriate stationary test equipment shall be rack mounted
adjacent to associated test panels and be powered from station DC service.
11.3 The bidder shall recommend a selection of test equipment and measuringinstruments covering all measures and testing procedures, including routine tests, for
operation and maintenance of the digital radio systems concerned.
11.4 The recommendations shall include various calibration instruments, calibration
periods and extent of preventive maintenance required for each test equipment.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
24/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 24 of 26
11.5 Besides manual control, test instruments shall be capable of automatic control via
an IEC-bus interface.
11.6 All test equipment shall comply with relevant ITU-R / ITU-T Recommendations.
12 INSPECTION AND ACCEPTANCE:
12.1 PTCL will carry out pre-shipment inspection and tests to satisfy itself that the
equipment complies with the specifications and that the systems function is correct and
meets guaranteed performance objectives. Pre-shipment expenses including fare /subsistence allowance of the inspectors will be born by the successful bidder.
12.2 Such test shall be conducted in the presence of and witnessed by the bidder or his
authorized representative (if they wish).
12.3 The tests will basically cover the following areas:a) Visual inspection of all items.b) Functional test.
c) Maintenance and reliability.
d) Performance tests.e) Others.
12.4 A complete list of the required test and corresponding test instruments shall be
included in the bidders documents.
12.5 The PTCL shall have the right to reject any part of the equipment, which in its
opinion does not comply with the specifications.
12.6 The Bidder shall provide at his expense, all labor, test instruments, incidental
material and other facilities necessary to perform all required tests.
13 WARRANTY
13.1 The warranty provided shall be for one year from the date of handing overequipment to PTCL.
13.2 The bidder shall be responsible to provide the spare parts for 15 years and shall
mention the cost of spare parts.
14 HANDBOOKS AND DOCUMENTATION:
14.1 The purpose and scope of the instruction books should be for the guidance of the
personnel who shall operate and maintain the equipment.
14.2 The Handbooks and Documentations shall contain all relevant information on the
construction, components and the operation of the equipment to enable fault diagnosis
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
25/26
TR-231
Issue-II (Dec 2008) PDH DRS Page 25 of 26
and correction to be implemented and identify routine and preventive maintenanceprocedures.
14.3 Complete data sheets and part lists shall be included.
14.4 In addition to schematic diagrams of complete equipment and systemconfiguration and detailed description with circuit diagrams of the sub-assemblies, block
diagrams of the systems and its components shall be furnished in the instruction booksand documentations. Safety precautions to be taken by the personnel employed shall be
stated clearly as well as trouble shooting details giving symptoms and remedies.
14.5 The handbooks and documentation shall be in English language, and shall
elaborate the abbreviations used, if any.
15 SPARE PARTS:15.1 The bidder should recommend and list full details of spare parts required for the
maintenance of the system (s) for a period of five years.
15.2 The spare parts may be categorized as consumable items, spare components, spare
units, spare panels, printed cards etc.
15.3 For each items unit prices shall be quoted.
Consumable items shall include fuse plugs etc. spare components shall include items like
specially manufactured crystals, diodes, resistors, capacitors, coils, thermostats,transistors, integrated circuits, other semiconductors, arrestors, etc. spare units and spare
panels shall comprise sub-systems like amplifiers, local oscillators, modulators,
demodulators, power supply units, logic cards, etc.
15.4 Replacement of any replaceable unit by a spare unit without realignment of
equipment shall be possible.
15.5 Replacement of any active device or component with one of similar type selected
at random shall be possible.
15.6 Bidders shall state the facilities available locally or at the factory for return and
repair of faulty units as well as the expected time between receipt and repair of the units
and the expected turn-around time.
15.7 The bidder shall consider the proposed maintenance philosophy and recommendthe distribution of consumable spares; component spares and spare units etc. for each
level of maintenance including those items, if any, to be held at each individual station.
15.8 The bidder shall indicate if any spares have a limited shelf life and if so the
precaution required for their storage.
8/9/2019 Tr 231 (Pdh Drs Issue II Dec 08)
26/26
TR-231
15.9 The bidder shall provide spares needed for replacement of faulty modules duringthe warranty period at its own cost. These spares will be made over to PTCL to be used
during warranty period. Any spares from the warranty spares supplied remaining unused
may be adjusted in the order of maintenance spares for use of PTCL.
15.10 5% of each kind of module supplied shall be offered as spares, which will beincluded in evaluation.
15.11 The bidder shall guarantee supply of spares for 15 years.
15.12 Upgraded version of software for radio systems supplied shall be provided, free ofcost, for 5 years by the bidder.
15.13 The successful bidder shall also provide the latest version of system design / link
engineering software, free of cost, for the radio equipment offered.
15.14 The spares offered in the bid against Bill of Quantity shall be sufficient for 2years working under normal conditions. At the end of one year warranty period, therequirement of spares for next two years will be calculated on the basis of experience
during warranty period. The supplier shall provide additional spares over and above the
spares quoted in the bid, if required on the basis of the experience of warranty period toPTCL without any additional cost.