Professional Documents
Culture Documents
EN - Technical Specfication - VORDME Lošinj
EN - Technical Specfication - VORDME Lošinj
FOR
THE PROCUREMENT OF
October 2017
Table of Contents
TABLE OF CONTENTS
2 INSTRUCTION TO TENDERERS...................................................................... 6
5.1 Safety 26
5.1.1 General .............................................................................................................................................. 26
5.1.2 Safety Audit ...................................................................................................................................... 26
5.1.3 Safety Reports .................................................................................................................................. 26
5.1.4 Software Safety Requirements ...................................................................................................... 27
5.1.5 Safety Objectives ............................................................................................................................. 28
6.1 Definitions 30
6.2 Maintenance 31
6.3 Spares 32
6.5 Training 34
In order to enhance its ATC services, ANSP of Croatia (Croatia Control Ltd. – referred to as: the
Purchaser) plans to introduce new VOR/DME ground station at Lošinj Airport.
It provides both operational and technical requirement items as well as requirements relating to
logistics and contract management.
The scope of procurement shall be supply, installation and commissioning of the specified
systems that is complete in every respect, provides specified outputs and meets the performance
requirements to full specification detailed in this and other referenced documents.
The main objective is to introduce new CVOR/DME ground station at Lošinj Airport to provide
quality radio navigation aids for conventional navigation procedures and RNAV navigation
application in years to come.
It shall be procured as complete, fully functional CVOR/DME ground station solution containing
CVOR/DME equipment, fully equipped shelter, antennas, RCMS, etc.
2 INSTRUCTION TO TENDERERS
The tenderers shall offer the existing basic products which fulfill all mandatory requirements.
All requirements have to be incorporated in the offered system according to the planned delivery
schedule.
The compliance matrix in Appendix II of this document provides an entry for each mandatory
requirement. Each row of the table uniquely identifies each paragraph requiring response in this
specification by the Chapter, Paragraph (and sub paragraph).
The Tenderer shall also provide additional remarks if they are considered helpful for assessing
the response (column Remarks in the compliance matrix). Each remark shall be uniquely referred
to corresponding document (Chapter, Paragraph).
The Tenderer compliance status shall be indicated against each paragraph of this specification in
the ’Compliance’ column with a C for Compliant or an N for Non-Compliant. No other response
shall be recognized during the evaluation and absence of C or N shall be counted as Non-
Compliant.
All capabilities or features that are subject of development shall be clearly stated by the Tenderer
and considered as non-compliant.
All capabilities or features declared as compliant shall be successfully proven by short technical
description (comprising site layouts and applicable technical details) of at least three system
installations of the offered system or the systems based on the same product line as the offered
systems. The described systems should be placed on different locations, fully operational and of
the same or higher complexity and feature set than the systems being offered in this Tender.
All references to cost implications and specific cost details shall be confined to the Commercial
response and shall not appear in the technical response.
The Tenderer shall provide all proposal material on a CD-ROM and in a hard copy form.
In order to classify the strength of requirements and principles throughout this document, the
following terms are used:
’The Tenderer’ means the company submitting the Tender and ’the Contractor’ means the
successful Tenderer to whom the contract arising from the Tender has been awarded.
The Contractor shall be wholly responsible for the consistency and correct working of all
interfaces between the equipment concerned, its subsystems and remote control and monitoring
systems as specified within this document.
Therefore, as a part of the Tender response, the Tenderer shall advise the Purchaser of any
amendments to any of the interface specification included in this document which is either
considered desirable or necessary.
In the absence of any agreed amendments or relaxations, the specification and associated
attachments and other documents or specifications referred to herein, shall be the definitive
document(s) for all equipment supplied.
3.1.1 Siting
Due to reconstruction of the airside and the RWY prolongation at Lošinj airport, there is an
operational need for the VOR/DME ground station.
It shall be placed in vicinity of the TWR Lošinj (ca 120m) at the Lošinj airport at the Lošinj island
in Adriatic sea.
Figure 3 – TWR building SOUTH view - as seen from the CVOR/DME site
Distance between the CVOR/DME and the TWR building = 120m (133m to the TWR cabin)
Azimuth = 19˚
Elevation of the CVOR/DME site is 2m below the TWR building ground elevation.
Note: CMR, TMA CWP and TWR CWP in Pula are interconnected by twisted pairs (within the
same building).
Overall required coverage for En-route purposes is 80NM (naturally, depending on orography).
Following coverage charts are showing the VOR/DME coverage that must be fulfilled in order to
support TMA operations.
The tenderer shall investigate suitability of the offered CVOR/DME system in given environment
especially with regard to the nearby TWR building and provide coverage analysis report to the
Purchaser.
Following drawings are showing areas that must be covered by the VOR/DME signals without
restrictions:
R-3
25
T
30 NM
20 NM
VOR/DME
R-1
13 T
Requirements listed below are minimum requirements for the offered CVOR
equipment. All other parameters of the offered equipment shall comply with relevant
ICAO documents. If any parameter of the offered equipment exceeds the required
level, the Tenderer is encouraged to note this in the Requirement Compliance Matrix
(Appendix II).
General
SOTR0010 The CVOR system and its subsystems shall work completely in conformity with the
following ICAO documents and amendments (where applicable):
SOTR0020 The CVOR equipment shall incorporate state-of-the-art technology and feature
high signal precision and reliability by using microprocessor-controlled digital
technology and shall be fully computer-controlled.
SOTR0030 The CVOR shall be a dual transmitter and dual monitor system of modular design,
housed in a suitable rack.
SOTR0040 The CVOR equipment shall operate in main and standby mode with changeover to
standby in the event of a main transmitter failure.
SOTR0050 Permanent monitoring of the standby transmitter shall be available for the
maintenance and repair purposes.
SOTR0060 The CVOR equipment shall be fully supervised and controlled locally via the Built-
In Test Equipment (BITE), enabling an LRU level fault finding.
SOTR0070 BITE test results shall be presented remotely via RCMS and RMM application.
SOTR0080 The CVOR system shall comprise the ground check subsystem, enabled for locally
or remotely initiated automatic ground check.
SOTR0090 The CVOR’s monitoring systems shall provide continuous real time monitoring of
the signal in the field and initiate shutdown/change-over action when a given
parameter goes out of its tolerance.
SOTR0100 The CVOR’s monitoring systems shall provide continuous self-test of the
monitoring functions.
SOTR0110 The CVOR equipment shall provide input/output management to the following
control and monitoring units;
At the facility:
control panel with the system status display and basic system
commands,
laptop computer with the full control and monitoring
functionality, via dedicated maintenance port and suitable SW
application.
SOTR0120 The CVOR equipment racks shall be immediately and easily accessible for both
routine and preventive maintenance and repairs.
SOTR0130 Testing of the CVOR facility, including initial settings, ground inspection and
commissioning flight inspection procedures shall be performed in accordance with
ICAO Doc. 8071, Vol. I (Manual on testing of radio navigation aids).
SOTR0140 In order to provide synchronous Morse code identification emission, the VOR shall
be connected with associated DME via appropriate interface.
SOTR0150 The CVOR facility shall be equipped for independent operation in case of
maintenance or repair of the co-located DME.
SOTR0160 A redundant battery charging power supply shall be provided for energizing the
CVOR facility.
SOTR0170 The CVOR equipment shall be equipped with redundant DC/DC converters.
SOTR0180 Battery kit consisting of valve–regulated lead-acid batteries shall be able to keep
the CVOR equipment in operation during main power failures for a minimum
period of four hours.
SOTR0190 Various alarm signals (e.g. from environmental sensors etc.) shall be possible to
interface at the CVOR facility and to transfer them to the CMR.
SOTR0200 At least five additional relay contacts shall be possible to interface and transfer to
the RCMS unit.
SOTR0210 The CVOR antenna system, especially electrical and coaxial connections, shall be
properly protected against all weather conditions and lightning.
SOTR0220 The CVOR antenna system shall have a low cone of silence.
SOTR0230 The CVOR antenna system shall be supplied with the counterpoise, monitor
dipoles, connectors, cables, matching devices and all other required accessories.
SOTR0240 The CVOR antenna system shall be easily co-located with the DME antenna
system and necessary adapters shall be provided.
SOTR0250 The Tenderer shall offer a fully equipped CVOR/DME shelter comprising the
lightning protection kit, grounding kit, redundant split-system air conditioners,
electrical installations, environmental sensors, battery shelves, cables, connectors
and all other required accessories.
SOTR0260 The offered VOR/DME shelter shall be big enough to shelter additional (beside the
VOR and DME cabinets) 19” communication rack.
System data
SOTR0270 Azimuth accuracy: Better than ±1° over flat ground at 3° elevation
and 300 m distance
SOTR0290 Vertical polarization suppression better than -40 dB, with reference
to horizontally polarized component,
measured in horizontal plane
Technical
Carrier Transmitter
Carrier modulation
Sideband transmitters
Monitoring
Environmental
Electrical
Reliability
Requirements listed below are minimum requirements for the offered DME
equipment. All other parameters of the offered equipment shall comply with relevant
ICAO documents. If any parameter of the offered equipment exceeds the required
level, the Tenderer is encouraged to note this in the Requirement Compliance Matrix
(Appendix II).
General
SOTR0660 The DME system and its subsystems shall work completely in conformity with the
following ICAO documents and amendments (where applicable):
SOTR0670 The DME equipment shall incorporate state-of-the-art technology and feature
high signal precision and reliability, using microprocessor-controlled digital
technology and shall be fully computer-controlled.
SOTR0680 The DME shall be a dual transponder and dual monitor system of modular design.
SOTR0690 The DME equipment shall operate in main and standby mode with changeover to
standby in the event of a main transponder failure.
SOTR0700 Permanent monitoring of the standby transponder shall be available for the
maintenance and repair purposes.
SOTR0705 In order to provide synchronous Morse code identification emission, the DME shall
be connected with the associated VOR via appropriate interface.
SOTR0710 The DME facility shall be equipped for independent operation in case of
maintenance or repair of the co-located VOR or ILS.
SOTR0720 The DME equipment shall be fully supervised and controlled locally via the Built-In
Test Equipment (BITE), enabling an LRU level fault finding.
SOTR0730 BITE test results shall be presented remotely via RCMS and RMM application.
SOTR0740 The DME shall be continuously monitored, and results shall be compared and
updated with alarm thresholds to provide continuous checks.
SOTR0750 The DME’s monitoring systems shall provide continuous self-test of the monitoring
functions.
SOTR0760 The DME facility shall be equipped with input/output management to control
and monitor units;
At the facility:
control panel with the system status display and basic system
commands,
laptop computer with the full control and monitoring
functionality, via the dedicated maintenance port and suitable
SW application.
SOTR0770 A redundant battery charging power supply shall be provided for energizing the
DME facility.
SOTR0780 Battery kit consisting of valve–regulated lead-acid batteries shall be able to keep
the DME equipment in operation during main power failures for a minimum period
of four hours.
SOTR0790 The DME equipment shall be equipped with redundant DC/DC converters.
SOTR0800 The DME equipment racks should be easily accessible for both routine and
preventive maintenance and repairs.
SOTR0810 Omnidirectional DME antenna system shall be well protected against corrosion
and adverse environmental conditions. It shall comprise all required cables and
accessories for the proper function and collocation with the CVOR antenna.
SOTR0820 Testing of the DME facility, including initial settings, ground inspection and
commissioning flight inspection procedures shall be performed in accordance with
ICAO Doc. 8071, Vol. I (Manual on testing of radio navigation aids).
Environmental
Transponder
Reliability
Monitor Alarms
SOTR0990 Primary alarm shall restore correct operation by switching to the standby
transponder if available or to shut down if the standby transponder is not
available.
SOTR1000 Secondary alarm shall register a warning if out of tolerance and engage the
standby transponder if it can provide better service.
DME Antenna
SOTR1110 Status and control panel: Full local and remote indication
SOTR1120 Status and control via PC: Full local and remote control and
indication
3.2.3.1 General
SOTR1130 The RCMS of the VOR/DME ground station shall be a comprehensive solution for
provision of monitoring and configuration service of all relevant parameters for
both the CVOR and DME systems (see Appendix III).
SOTR1140 The RCMS of the VOR/DME ground station shall comprise (see Appendix III):
at the CMR; an RCMS (Remote Control and Monitoring) unit with the
system status display and basic system commands, for both the CVOR
and DME system,
at the TMA and TWR CWP positions (Pula & Lošinj); ATCO status
indication panels with the system status display,
necessary interfaces at the site and the CMR, to enable the data
communication via existing communication lines as explained in 3.1.1,
interfaces for connecting of a local or remote computer to the VOR/DME
facilities,
a laptop with an RMM application for a local or remote connection,
a desktop PC with an RMM application at the CMR,
SOTR1150 The main status display (at the RCMS unit in the CMR) shall provide four visual
indications for VOR and DME:
Normal,
Warning,
Alarm,
Communication line status.
SOTR1160 The audible indications shall be provided by the local and remote control and
status indication panels.
SOTR1170 As a part of technical response, the Tenderer shall provide detailed description of
proposed RCMS solution.
SOTR1180 In case of the Warning or Alarm indication, the relevant data of the
corresponding VOR or DME facility shall be available at the RCMS unit for read-
out via PC and appropriate RMM software application.
SOTR1190 The RMM software application shall provide generation of various reports on
current and past statuses of the system and its components (visible on the screen
and downloadable).
SOTR1200 All reports and configurations shall be made possible to archive and recall in the
RMM application with a version date/number.
SOTR1210 The offered RMM software application shall be of network architecture and have
the ability to provide the different level of RMM service from several locations via
WAN/LAN/Internet/PTT/Private line. The Tenderer shall provide detailed technical
documentation on this RCMS/RMM ability (see Appendix III).
SOTR1220 It shall be possible to configure different access levels within the RMM application.
SOTR1230 The Tenderer shall provide detailed technical documentation on RMM application
(containing screenshots of GUI, menus etc.).
SOTR1240 RCMS shall comprise an snmp agent that shall enable monitoring of the VOR/DME
status by any standard snmp manager.
SOTR1250 RCMS snmp agent shall support snmp manager’s periodical requests for NAV
equipment status.
SOTR1270 In case of any status change of connected NAV equipment, the RCMS snmp agent
shall send snmp trap message to the snmp manager,
SOTR1280 MIB files for monitoring concerned NAV equipment shall be provided.
SOTR1290 MIB files shall be well documented allowing easy integration into a future SNMP
based centralized monitoring system that might be in use in Croatia Control.
SOTR1300 The Purchaser shall interconnect VOR/DME site, corresponding CMR and CWP
positions using locally available communication infrastructure and interfaces as
described in 3.1 and the table below.
The offered CVOR/DME and RCMS equipment shall have RS232/422/485 and
Ethernet interfaces in order to enable connection via communication infrastructure
noted below and in Appendix III.
Purchaser shall provide Fiber-optic converters (between VOR/DME site and TWR
Lošinj) and all other Serial-Ethernet converters.
Stainless steel, nickel, cadmium, gold, tin and silver can be used without
special protection;
Steel, iron, zinc, copper, aluminum, magnesium and their alloys shall be
efficiently protected against corrosion, preferably by an oxide.
SOTR1320 Screws and nuts to be used with the outdoor equipment shall be of a same kind,
efficiently protected against corrosion, i.e. made of stainless metal.
SOTR1330 The system shall be constructed in modular form and the mechanical and
electrical systems shall be designed to allow easy maintenance and fault diagnosis
by a single technician.
SOTR1340 All necessary wiring and cables shall be included in the system and made
according to ISO/IEC standards.
SOTR1360 COTS products such as PCs and network components etc. shall be brand name
equipment of high quality. A keyboard and mouse shall be robust and user-
friendly.
SOTR1370 The RMM PC at the CMR (Control and Monitoring Room) shall use appropriate
LCD 17’’ monitor. The viewing angle (horizontal and vertical) shall be minimum
130 degrees. Brightness and contrast adjustment shall be possible and easily
accessible. Monitor shall satisfy TCO03 requirements and shall be compatible with
VESA standard.
SOTR1380 The proposed system shall be designed to ensure high reliability with a low mean
time to repair (MTTR). Failure or removal of any single network or RCMS
component shall not interrupt the operation.
SOTR1390 All supplied equipment shall be factory tuned (as much as possible) and tested.
Test protocol lists and procedures shall be included in the Technical
Documentation.
SOTR1410 The software, i.e. a software installation CD/DVD, shall enable installation on a
standard PC with certain minimum requirements, regardless of the processor or
memory type, hard disk size or the type of graphics adapter.
SOTR1430 The equipment shall also meet the following standards for quality assurance of
design and manufacturing, electrical safety and EMC compatibility:
ISO 9001,
EN 60950,
EN 61000-3-2,
EN 61000-3-3.
SOTR1450 All electrical and electronic equipment must comply with the objectives of EU EMC
Directive 2004/18/EC (previously 89/336/EEC).
SOTR1460 All delivered equipment shall be tested and marked for compliance with
harmonized European standards and norms. The EC Declaration of conformity
(according to 1999/5/EC) shall be attached.
SOTR1470 The Tenderer shall offer tools, service kits (e.g. cable connector adapters, etc.)
and specific measuring instruments required for regular maintenance, control,
monitoring and repair of the equipment.
5.1 Safety
5.1.1 General
The Purchaser's safety policy is to secure high standards of safety within the air traffic services
and systems it plans, provides and operates, by minimizing those risks which contribute to
aircraft accidents and incidents as far as reasonably practicable. Safety is afforded the highest
priority.
SAQA0010 When creating safety documentation, including safety plan and safety reports, the
supplier shall take into account:
SAQA0020 The safety documentation shall be provided to Purchaser for review and approval
in accordance with 7.3.6.
SAQA0030 The safety audit may be conducted by The Purchaser in duration of one working
day according to previously delivered Purchaser’s safety audit plan, subject to
mutual agreement.
SAQA0040 The safety assurance process may be audited and The Supplier shall provide full
support to Purchaser’s safety audit team including access to evidences and
arguments.
SAQA0050 The safety reports shall cover Safety Assessment process, containing as minimum,
following:
Hazards identification and analysis for each system function, including the
determination of hazard likelihood and severity, and possible effect on
operation,
Identification of possible effect on operation for each hazard,
SAQA0060 Safety Reports shall be produced in accordance with the Safety Assurance Plan.
SAQA0070 Safety Reports shall include, as minimum, following set of documents, due dates:
SAQA0080 The supplier shall produce evidence and arguments that shall demonstrate that:
the software safety requirements correctly state what is required by the
software, in order to meet safety objectives and requirements, as
identified by the risk assessment and mitigation process;
the software implementation contains no functions which adversely affect
safety, particularly there must not be software component whose single
failure would induce the effect with severity class 1 as per ESARR 4;
the software satisfies its requirements with a level of confidence which is
consistent with the criticality of the software;
SAQA0090 The Supplier shall allocate software assurance levels (SWAL) to all operational
software, in compliance with following:
The software assurance level shall relate the rigor of the software
assurances to the criticality of software by using the severity classification
scheme as per ESARR 4, combined with the likelihood of the occurrence of
a certain adverse effect
An allocated software assurance level shall be commensurate with the
most severe effect that software malfunctions or failures may cause, as
per ESARR 4. This shall, in particular, take into account the risks
associated with software malfunctions or failures and the architectural
and/or procedural defenses identified.
Supplier shall allocate SWAL to each safety critical software component of
the provided system considering EUROCAE, ED-153 Guidelines or
equivalent standard.
SAQA0100 For any software (such as COTS, non-developmental software or previously used
software, etc), for which some of the requirements cannot be applied, the
supplier shall provide, through other means, the same level of confidence as the
relevant software assurance level whenever defined. Those means must give
sufficient confidence that the software meets the safety objectives and
requirements, as identified by the safety risk assessment and mitigation process
SC4
SAQA0120 The likelihood of detected loss of VOR shall be less than 1,85 x 10-5 per operating
hour.
SAQA0130 The likelihood of detected loss of DME shall be less than 1,25 x 10-5 per operating
hour.
SC5
SAQA0140 The likelihood of loss of status monitoring for VOR/DME shall be less than 4,55 x
10-5 per operating hour.
5.2.1 General
SAQA0150 Quality Assurance (QA) is a planned, controlled and systematic program to ensure
the deliverable equipment or service meets specified requirements.
SAQA0160 Quality Assurance shall ensure the quality targets, requirements and
specifications are correctly and completely fulfilled and ensure traceability and
visibility throughout the project.
SAQA0170 The Tenderer shall be certified, holding a valid ISO 9001 or equivalent Quality
Management System Certificate.
SAQA0180 The Tenderer shall provide EC declaration of suitability for use for the offered
equipment (according the Regulation EC No 552/2004).
SAQA0190 The Supplier shall develop a Quality Assurance Plan according to 7.3.3.
SAQA0200 The Quality Assurance processes, technical documentation and products produced
may be subject to quality audit. Date, schedule and scope shall be mutually
agreed.
SAQA0210 The duration of quality audit would be approximately one working day.
SAQA0220 The Supplier shall provide full support to Purchaser’s quality audit team including
access to evidences and arguments.
6 Logistic support
6.1 Definitions
- LRU stands for a Line Replaceable Unit that is repairable and that shall:
- MTBF stands for Mean Time Between Failure: A basic measure of reliability for repairable
items. The average time during which all parts of an item are in function within
their specified limits, during a particular measurement period under stated
conditions.
- MTTR stands for Mean Time To Repair: A basic measure of maintainability. The sum of
corrective maintenance times divided by the total number of failures of an item.
The average time it takes to fully repair a failed system. Typically includes fault
isolation, removal and replacement of failed item(s) and checkout. It excludes a
logistics downtime needed for the transport of spare parts from stock to the site.
- Availability: A measure of the degree to which an item is in an operational state at any time.
- Reliability: The probability that an item will perform its intended function for a specified
interval under stated conditions.
- Consumable spare: An expendable item, such as fuses, lamps, air filters, etc., that can be
easily replaced by use of standard tools and procedures.
- TAT stands for Turn-Around-Time: The time elapsed between the date of arrival of a faulty
item at the workshop and the date of shipment of the repaired (or replaced) item
from the workshop to the Purchaser.
- DT stands for Delivery Time: The time elapsed between the date of ordering a part by the
Purchaser (in case the order of additional spare parts is needed) and the date of
shipment of the ordered part from the Supplier to the Purchaser.
6.2 Maintenance
Maintenance of the system and associated environmental features shall be efficient and
responsive to operational needs and the requirements of aviation safety.
"level one": on-site, where the staff will isolate and replace faulty LRUs and
SRUs, and
"level two": performed either in the workshop (at the Supplier's premises or at
any other site agreed between the Supplier and the Purchaser) or,
exceptionally, on-site. Faulty LRUs and SRUs will be repaired down to the
component level, to a maximum possible extent.
MAIP0010 The Tenderer shall propose its own vision and concept of the most appropriate
and the most efficient maintenance approach (especially corrective maintenance)
taking into consideration the level of knowledge of trained technical staff as well
as tools and devices required and provided for that maintenance level. According
to this concept the Tenderer shall define the list of spares.
MAIP0020 The Tenderer shall specify the shortest possible MTTR, which shall be less than
60 minutes.
MAIP0030 The Tenderer shall support the establishment of support and, if necessary, a
service agreement with local companies covering the repair/replacement of COTS
items by the original suppliers.
MAIP0040 The Tenderer shall guarantee support and repair/replacement of all hardware,
software and documentation (including COTS products as well) including the
supply of spare parts for a period corresponding to the expected life of a unit, but
not shorter than 10 years.
6.3 Spares
SPAR0010 The Tenderer shall include in its offer a set of spare parts to enable efficient two
years maintenance of the system (according to MAIP0010 & MAIP0020). The
Purchaser reserves the right to procure an additional set of spares.
SPAR0020 The offered set of spare parts shall be specified in the tender documentation, in
the form of a Spare Parts List, which shall contain all spare parts (LRUs, SRUs,
consumables), with the price for each individual item.
SPAR0030 The Spare Parts List shall, for each spare part, include:
Supplier/Manufacturer Name,
Part Number (P/N),
Spare Part Description,
Recommended Quantity of Spare Parts to be delivered,
MTBF, MTTR, TAT, DT of each part,
Category: repairable (repair/replace on site, repair in the workshop) or non-
repairable (discard on failure),
Warranty period (only in case of a specifically defined warranty period for
certain parts).
Unit price
SPAR0040 If at the end of the warranty period it is proven that the measured spares
consumption and/or MTBF is not within the limits as defined in the Contract, the
Supplier shall review its spares calculations and upgrade and supply the spares
package at its own cost.
SPAR0050 The Supplier shall guarantee the shortest possible TAT for parts sent to the
workshop for repair or exchange, which shall be less than 45 calendar days.
SPAR0060 The Supplier shall guarantee the shortest possible DT for parts to be additionally
ordered by the Purchaser, which shall be less than 60 calendar days.
SPAR0070 The Supplier will deliver all spare parts to the Purchaser, in quantity and of quality
in accordance with the Contract requirements, at the latest 14 calendar days
before the SAT (Site Acceptance Test). These spares shall be inspected and
tested (except consumables) during the SAT.
SPAR0080 The Supplier will notify the Purchaser if the delivery of a particular type of spares
is becoming difficult or if the manufacturing of that part has stopped. Such
notification accompanied by a spare parts replacement proposal shall be given at
least six months in advance.
SPAR0090 The above stated requirement (SPAR0080) shall be valid for parts procured from
the Supplier or any of the Suppliers involved in the procurement of spare parts for
this system.
Hardware documentation,
Software documentation,
Installation documentation,
Operational user manual,
Training documentation.
DOCU0030 The final versions of system documentation shall consist of 3 HW copies and 1
copy on CD/DVD.
DOCU0040 The system documentation shall be written and printed in accordance with either
ISO A4 or ISO A3 format standards. All drawings shall be documented in a
commonly available CAD utility.
DOCU0070 All documentation to be delivered shall be issued in a final version and provided
to the Purchaser, prior to the SAT.
Equipment description;
Equipment block diagram;
Unit layout in cabinets and cabinet wiring;
Detailed description and purpose of each unit;
Interconnections within units;
Wiring and assembly diagrams down to the LRU/SRU level;
Faultfinding diagrams;
Setting-up and operating procedures;
Preventive maintenance and its procedures;
Corrective maintenance and its procedures;
Specification of all equipment units with part number, serial number and
manufacturer;
Other information necessary to perform regular and preventive maintenance.
DOCU0090 The software documentation (e.g. Software User Manual or equivalent and
Version Description Document or equivalent) shall contain a description of the
system software and shall comprise sufficient details to permit full understanding
and maintenance of the system.
DOCU0100 The documentation shall provide guidelines for the technical staff to:
6.5 Training
TRAI0010 System hardware and software training of the technical staff is required.
TRAI0020 The Tenderer shall offer a Factory training intended for the technicians and
engineers who have previous experience with similar systems. In case that the
Tenderer offers the same equipment that Purchaser already has in its possession
(Thales CVOR431 and DME 435) for which the technical staff had been trained for
in the past, a Factory training is not required and OJT during installation is
presumed to be sufficient to cover eventual minor differences between the
existing system and proposed one.
TRAI0030 The Tenderer shall submit in its tender an initial version of the Factory/OJT
Training Plan. The Training Plan shall be discussed in detail with the Contractor
and approved by the Purchaser in accordance with an agreed schedule.
TRAI0040 The Tenderer shall suggest a maximum number of trainees in one group, but not
less than 6.
TRAI0060 The Training shall address all hardware and software delivered in the scope of the
Contract, which means that the training for installation, maintenance and
operation of COTS products shall be included in the Tender Documentation and in
the Training Plan, as well.
TRAI0070 The training language shall be English or Croatian. The Supplier shall provide
necessary training on all products delivered within the project.
TRAI0080 All instructors engaged in the training shall be qualified and experienced trainers
fluent in English or Croatian, with an excellent knowledge of the system.
TRAI0090 The training material in electronic form (on CD), shall be made available for the
trainees at least 2 weeks prior to the Factory training beginning. Paper copies of
the training material shall be available for the trainees at the time the course
begins.
TRAI0100 The Purchaser shall have the right to use such material for further courses within
its own organization.
TRAI0110 The Training shall include theoretical lessons together with the elements of
practical training.
TRAI0120 A schedule for the training course shall be defined after contract signing. System
is planned to be delivered and installed in Q4/2018. The Factory training shall be
conducted for one group of the Purchaser’s technical staff before FAT.
TRAI0130 The Contractor shall conduct a final written and practical exam for each trainee
(student) at the end of the Factory training. A trainee shall be considered as
competent ("trainee successfully completed the course") for the system
maintenance and operation if he passes practical and theoretical (written) exams
with a score of at least 70%.
TRAI0140 After completion of each course, the following reports shall be provided to the
Purchaser:
DEFL0010 As from time the Site Acceptance Test is approved (signing the Site Acceptance
Certificate) and until the Defect Liability expires according to the contract, the
Contractor shall warrant the deliveries against all defects and failures.
DEFL0020 For such defects, which have been identified prior to the expiration the defect
liability period, but not remedied within the defect liability period, the defect
liability shall remain until the remedial actions have been completed and the
effect of action has been adequately verified.
DEFL0040 All documentation provided to satisfy the contract requirements shall be covered
by the defect liability (whether or not originating directly from the Contractor).
DEFL0050 The Contractor shall warrant the deliveries against malfunctions and/or defects
induced by the Purchaser’s staff during preventive maintenance, as long as the
Purchaser’s staff follow the procedures and instructions for the work to be
performed.
DEFL0070 This shall also cover situations where the maintenance documentation is
incomplete or inadequate, thus having undesired effects on the deliveries.
DEFL0080 The entire costs, inclusive of the cost related to the shipment, for the correction
of deficiencies falling under defect liability shall be borne by the Contractor.
DEFL0090 For all software and firmware individual and configuration items, defect liability
period shall commence after the date of signing the Site Acceptance Certificate
and shall terminate 24 months after the correction of all deficiencies listed at Site
Acceptance Test (SAT) Report.
DEFL0100 For all documentation, defect liability shall commence at the date of signing the
Site Acceptance Certificate and shall terminate 24 months after the correction of
all deficiencies listed in SAT Report.
DEFL0110 If the Contractor, in order to restore full operation within the warranted delivery,
introduces work-around solutions or other non-permanent solutions, the
Contractor shall as soon as possible, and in no case more than 3 months after a
defect has been identified, implement a final and permanent solution.
DEFL0120 Work-around solutions, etc. shall only be used where this can ensure full and
normal operation of the delivery Unit or where Purchaser has explicitly accepted
such a solution in order to retain minimum level operation.
DEFL0130 The Contractor may use Purchaser’s staff on the site, if available, to perform
diagnostics, repairs, etc. but the responsibility of remedying the defect shall solely
remain with the Contractor.
DEFL0140 If Purchaser’s staff are used by the Contractor, he shall support the staff with
specialist knowledge as required.
DEFL0150 The Contractor shall prepare a procedure for reporting defects from the Purchaser
to the Contractor, ensuring that a defect is properly reported.
DEFL0160 During defect liability period the Contractor shall replace any used spare item free
of charge to Purchaser related to:
DEFL0170 When the defect liability period expires, all procedures, routines, documentation
and additional tools used during maintenance shall be handed-over to the
Purchaser and shall be the sole property of the Purchaser, except for the
exemptions on COTS software that may be included in the contract or otherwise
agreed in license agreements/conditions known at the time of contract signature.
DEFL0180 The Purchaser shall be entitled to use all items handed-over as deemed
appropriate.
LCLA0010 The equipment shall be designed to have an in-service life of at least 10 years
and shall be designed in such a manner that it may be progressively upgraded in
functionality and performance.
LCLA0020 To enable the Purchaser to fully calculate Life Cycle Cost implications, the
Contractor shall include as part of his proposal a provisional Build List of all
repairable items.
LCLA0030 The following information shall be provided for each item listed:
LCLA0040 As a part of the Commercial Response, the Contractor shall provide a Life Cycle
Cost analysis.
7 CONTRACT EXECUTION
CETL0010 The Contractor shall define and describe the part of its organization which will
manage, or be involved in, the project.
CETL0020 The Contractor shall appoint the Project Manager who will be a mediator with the
Purchaser's Project Leader and be at the Purchaser’s disposal for all matters
relating to contract execution.
CETL0030 Communication between the Contractor and the Purchaser shall be in accordance
with the Purchaser's practice. Details of Communication Procedure between the
Contractor and Purchaser will be proposed by the Purchaser and mutually agreed
after Contract signing.
CEMT0010 The Contractor shall issue and manage a Master Time Schedule which will be set
out in the form of a linear timetable. The starting date is to be the date of
entering the contract into force. The draft version of the Master Time Schedule
shall be based on data provided in chapter 7.4 Delivery Schedule.
CEMT0020 The Master Time Schedule shall specify dates of all major actions and decisions to
be taken by both the Purchaser and the Contractor. Any alterations to this chart
will be examined and mutually agreed.
CEMT0030 The Master Time Schedule shall be agreed between the Contractor and the
Purchaser and shall be updated during Contract execution. A control version of
the Master Time Schedule electronic file shall be established.
CEPP0010 The Contractor shall establish close coordination with the Purchaser for the
development of all planning activities related to the project, forwarding relevant
plans, procedures, etc. for review and approval, prior to putting them into force.
CEPP0020 The Contractor shall prepare at least the following Project Plans at an appropriate
stage in the project for review and approval by the Purchaser:
CEPP0030 The Contractor shall prepare a Project Management Plan (PMP) in accordance
with the requirements included in the present chapter. A draft version of PMP
shall be provided as part of the tender documentation. An initial official version of
PMP shall be issued no later than the date of Contract signature.
CEPP0040 The Project Management Plan shall include at least the following:
Project scope and overview,
Work Breakdown Structure (defining the scope of work and resources
necessary to meet the Contract requirements. It shall also include the work
to be performed by the Purchaser, e.g. site preparation, participation in
reviews and tests, preparation of data),
Project organization and responsibilities:
Project management,
Contract management,
Quality assurance,
System engineering,
Configuration management,
Production & FAT,
Installation, SAT & Commissioning,
Master Time Schedule,
Project deliverables (including a Documentation List),
Quality assurance activities to be performed in the project by the Contractor,
Configuration management activities (regarding hardware, software and
documentation version changes),
System Engineering,
CEPP0050 Any change to the PMP or to the processes outlined in PMP shall be subject to a
formal Purchaser’s approval. The PMP shall be kept up-to-date.
CEPP0060 A Documentation Plan shall specify the list of all documents to be delivered to the
Purchaser during Contract execution.
CEPP0070 A draft Documentation Plan shall be provided by the Tenderer in its tender
documentation. An initial official version of the Documentation Plan shall be
issued at the latest on the date of Contract signature.
CEPP0080 The Documentation Plan shall include at least the following:
Title of a document,
Supplier,
Applicability of the document (e.g. entire system, certain subsystem or a
particular COTS product, hardware documentation, software documentation,
etc.),
Reference and version number of the document,
Delivery dates of each document.
CEPP0090 The Contractor shall develop a Quality Assurance Plan (QAP). The Quality
Assurance Plan is subject to the approval by the Purchaser.
CEPP0100 The Quality Assurance Plan includes aspects of Hardware and Software Quality
Assurance.
CEPP0110 The Quality Assurance Plan shall describe the organization, tasks and
responsibilities with respect to quality assurance.
CEPP0120 The Quality Assurance Plan shall identify the documents to be produced at
appropriate phases of the lifecycle (see also Project Management Plan), and shall
state how these documents are checked for adequacy.
CEPP0130 The Quality Assurance Plan shall identify the standards, practices, conventions,
and metrics to be applied and shall state how compliance with these items is to
be monitored and assured.
CEPP0140 The Tenderer shall submit in its tender an initial version of the Training Plan. The
Training Plan shall be discussed in detail with the Supplier and approved by the
Purchaser in accordance with an agreed schedule.
CEPP0150 The Contractor shall prepare, deliver and apply an Installation and Commissioning
Plan, describing the objectives, the strategy, the milestones, the installation and
site testing procedures, acceptance criteria, the respective responsibilities
between the Purchaser and the Contractor.
CEPP0160 It shall be subject to a specific planned review, not later than 2 months before
delivery of the procured system.
CEPP0170 The Contractor shall provide site studies and define the equipment to complete
installation at the chosen user site, and shall provide all welfare and temporary
services in support of their installation team.
CEPP0180 The Installation and Commissioning Plan shall be approved by the Purchaser and
shall include, but not be limited to, the following aspects:
CEPP0200 The Supplier shall provide a Safety Plan made in accordance with Eurocontrol’s
ESARR 4 and related Safety Assessment Methodology guidance material. A
preliminary version of the Safety Plan shall be delivered no later than the date of
Contract signature and shall be reviewed and approved by the Purchaser. The
Safety Plan shall include all activities to meet the safety objectives and safety
requirements, in such a way that the delivered system is safe for operation and
minimizes the risks which may contribute to aircraft accidents, as far as
reasonably practicable.
CEPP0210 Preliminary version of Safety Assurance Plan shall be delivered at latest 30 days
after Contract signature and shall be reviewed and approved by the Purchaser.
CEPP0220 Safety activities to be specified in Safety Assurance Plan, shall be carried out to
cover:
All hardware and software to be delivered, up to external interfaces of the
system,
Safety related procedures and training of CCL staff,
The whole time span of the Project and all activities with safety
significance, i.e. the system specification, design, development,
integration, installation, acceptance, commissioning, transition into
operation and maintenance of the system.
CEPP0240 The Safety Assurance Plan shall include Safety Assessment Plan including Software
Safety Assessment Plan as a part of it or separate document.
CEPP0250 The Supplier shall produce updates of the Safety Assurance Plan, if necessary.
DESC0010 The Contractor shall deliver the systems according to the mutually agreed
delivery plan that shall follow the Master Time schedule.
Purchaser plans the introduction of the named NAV system in Q4/2018.
DESC0020 The Purchaser shall trigger the delivery of the system with a formal notice to the
Contractor at least 5 months before planned delivery of the system, whereby the
schedule for delivery, installation and SAT of the system shall be determined.
Unless otherwise specified by the Purchaser, the system shall be ready for
operational use and the Site Acceptance Certificate shall be signed not later than
three (3) months from the date of the delivery.
Testing is the process of exercising and evaluating a system or system components to:
(a) Confirm that it satisfies specified requirements,
(b) Identify differences between expected and actual results.
The purpose of the testing is to prove the purchased systems fulfil the performance requirements
of this specification.
CETA0020 An Acceptance Test can be completed successfully, but can also result in a defect
or deficiency. A defect prevents normal operation of the system, so the test failed
and the system must be corrected before continuing the test. A deficiency will not
prevent the normal operation of the system and the test continues. All
deficiencies shall be corrected at least before Site Acceptance.
CETA0030 Shall any part of the system fail to pass the Acceptance Tests (FAT, SAT), the
Contractor shall re-schedule and re-execute relevant test(s) after an agreed
period, being understood that such retesting may extend beyond the scope of the
failed test.
CETA0040 The purpose of factory acceptance tests is to demonstrate the conformity of the
delivery and proper functioning of the equipment delivered as specified in the
Contract Specification.
CETA0050 Purchaser’s technical staff (previously trained for FAT, as specified in 6.5) shall
participate in Factory Acceptance Test.
CETA0060 Factory acceptance tests shall be normally carried out before the system
installation and on the basis of a test specification submitted to Purchaser by the
Contractor at least 4 weeks before the FAT execution.
CETA0070 This test specification shall in particular contain the following items:
CETA0080 Purchaser reserves the right to modify this test specification providing that
notification is given to the Contractor at least 2 weeks before the presentation of
the factory acceptance.
CETA0090 If a failure occurs during acceptance testing, the Contractor shall take necessary
remedial actions at its own expense, and all relevant tests will be repeated unless
Purchaser decides otherwise.
CETA0100 The Contractor is responsible for providing all test equipment (hardware and/or
software) that may be necessary for the tests.
CETA0110 Reports of the FAT shall be presented in the FAT Report, which shall be approved
by Purchaser.
CETA0120 The purpose of site acceptance tests is to demonstrate the conformity of the
delivery and proper functioning of the equipment delivered as specified in the
Contract Specification.
CETA0130 All acceptance tests shall be normally carried out after the system installation and
on the basis of a test specification submitted to Purchaser by the Contractor at
least 4 weeks before the presentation of the acceptance tests.
CETA0140 This test specification shall in particular contain the following items:
CETA0150 Purchaser reserves the right to modify this test specification providing that
notification is given to the Contractor at least 2 weeks before the presentation for
site acceptance.
CETA0160 The Flight Check (Commissioning) shall be the final phase of the SAT.
CETA0170 If a failure occurs during site acceptance testing, the Contractor shall take
necessary remedial actions at its own expense, and all relevant tests shall be
repeated unless Purchaser decides otherwise.
CETA0180 The Contractor is responsible for providing, when not available on site, all test
equipment (hardware and/or software) that may be necessary for the tests.
CETA0190 The test facilities provided by the Contractor, especially for acceptance testing,
are not part of the delivery.
CETA0200 Reports of the SAT shall be presented in the SAT Report, which shall be approved
by Purchaser.
CEOA0010 The Contractor shall conduct on-site system installation with the support of
Purchaser’s technical staff.
CEOA0020 The Contractor shall provide technical guidance, supervision and technical support
required for proper system installation.
CEOA0030 The Contractor shall have full responsibility for the installation and setting up the
system.
CEOA0040 The planning of installation and setting up of the system shall be developed in
close cooperation with the Purchaser.
CEOA0050 The Contractor shall be fully responsible for the maintenance and operation of the
system during its installation and setting up.
CEOA0060 The Contractor shall be responsible for transportation, delivery and unloading of
the equipment at installation site.
CEOA0070 The Contractor shall, in due time before installation, submit instructions and
specifications with detailed information for site preparation.
CEOA0080 The installation shall take into consideration local legislation rules and procedures.
CEOA0090 The Contractor shall produce, procure and supply all necessary equipment, tools,
etc., consumable as well as non-consumable, needed for the installation and
setting-up.
CEOA0100 The Contractor shall state in the proposal the aspects of the installation to be
included in the documentation concerning:
After obtaining the Tender Documentation the Tenderer may conduct a site survey together with
the Purchaser in order to inspect the site. The same can be done by the Contractor later on. This
will enable the Tenderer/Contractor to get a better overview of the site requirements and to
define necessary works to be performed by the Civil Works Contractor before the installation can
start.
The date of the site survey shall be defined and agreed upon a Tenderer’s/Contractor’s request.
CEOA0110 The organization and performance of the Flight inspection (for Commissioning of
the radio navigation systems) until the fulfilment of ICAO requirements and
followed by the responsible Flight Check Officer’s certification of the facility, is the
responsibility of the Purchaser.
7.6.4 Commissioning
CEOA0120 Commissioning shall be granted after successful SAT with a specified operational
environment and acceptance of the associated deliverables specified in the plans.
Legend:
C – Compliant
N – Non Compliant
M – Mandatory requirement
N – Normal requirement
Specification Compliance
No. Requirement ID Requirement level Remark
paragraph (C/N)
Operational and technical requirements
1 SOTR0010 3.2.1 M
2 SOTR0020 3.2.1 M
3 SOTR0030 3.2.1 M
4 SOTR0040 3.2.1 M
5 SOTR0050 3.2.1 N
6 SOTR0060 3.2.1 M
7 SOTR0070 3.2.1 N
8 SOTR0080 3.2.1 M
9 SOTR0090 3.2.1 M
10 SOTR0100 3.2.1 N
11 SOTR0110 3.2.1 M
12 SOTR0120 3.2.1 N
13 SOTR0130 3.2.1 M
14 SOTR0140 3.2.1 M
15 SOTR0150 3.2.1 M
16 SOTR0160 3.2.1 M
17 SOTR0170 3.2.1 N
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 48 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
18 SOTR0180 3.2.1 M
19 SOTR0190 3.2.1 M
20 SOTR0200 3.2.1 N
21 SOTR0210 3.2.1 M
22 SOTR0220 3.2.1 N
23 SOTR0230 3.2.1 M
24 SOTR0240 3.2.1 M
25 SOTR0250 3.2.1 M
26 SOTR0260 3.2.1 M
27 SOTR0270 3.2.1 M
28 SOTR0280 3.2.1 N
29 SOTR0290 3.2.1 N
30 SOTR0300 3.2.1 M
31 SOTR0310 3.2.1 N
32 SOTR0320 3.2.1 N
33 SOTR0330 3.2.1 N
34 SOTR0340 3.2.1 M
35 SOTR0350 3.2.1 N
36 SOTR0360 3.2.1 N
37 SOTR0370 3.2.1 N
38 SOTR0380 3.2.1 N
39 SOTR0390 3.2.1 N
40 SOTR0410 3.2.1 N
41 SOTR0420 3.2.1 N
42 SOTR0430 3.2.1 N
43 SOTR0440 3.2.1 N
44 SOTR0450 3.2.1 N
45 SOTR0460 3.2.1 N
46 SOTR0470 3.2.1 N
47 SOTR0480 3.2.1 N
48 SOTR0490 3.2.1 N
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 49 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
49 SOTR0500 3.2.1 N
50 SOTR0510 3.2.1 N
51 SOTR0520 3.2.1 N
52 SOTR0530 3.2.1 N
53 SOTR0540 3.2.1 N
54 SOTR0550 3.2.1 N
55 SOTR0560 3.2.1 N
56 SOTR0570 3.2.1 N
57 SOTR0580 3.2.1 N
58 SOTR0590 3.2.1 N
59 SOTR0600 3.2.1 N
60 SOTR0610 3.2.1 N
61 SOTR0620 3.2.1 N
62 SOTR0630 3.2.1 N
63 SOTR0640 3.2.1 M
64 SOTR0650 3.2.1 N
65 SOTR0660 3.2.2 M
66 SOTR0670 3.2.2 M
67 SOTR0680 3.2.2 M
68 SOTR0690 3.2.2 M
69 SOTR0700 3.2.2 N
70 SOTR0705 3.2.2 M
71 SOTR0710 3.2.2 M
72 SOTR0720 3.2.2 M
73 SOTR0730 3.2.2 N
74 SOTR0740 3.2.2 M
75 SOTR0750 3.2.2 M
76 SOTR0760 3.2.2 M
77 SOTR0770 3.2.2 M
78 SOTR0780 3.2.2 M
79 SOTR0790 3.2.2 N
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 50 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
80 SOTR0800 3.2.2 N
81 SOTR0810 3.2.2 M
82 SOTR0820 3.2.2 M
83 SOTR0830 3.2.2 N
84 SOTR0840 3.2.2 M
85 SOTR0850 3.2.2 M
86 SOTR0860 3.2.2 M
87 SOTR0870 3.2.2 N
88 SOTR0880 3.2.2 N
89 SOTR0890 3.2.2 N
90 SOTR0900 3.2.2 N
91 SOTR0910 3.2.2 N
92 SOTR0920 3.2.2 N
93 SOTR0930 3.2.2 N
94 SOTR0940 3.2.2 N
95 SOTR0950 3.2.2 N
96 SOTR0960 3.2.2 N
97 SOTR0970 3.2.2 M
98 SOTR0980 3.2.2 M
99 SOTR0990 3.2.2 M
100 SOTR1000 3.2.2 N
101 SOTR1010 3.2.2 M
102 SOTR1020 3.2.2 M
103 SOTR1030 3.2.2 N
104 SOTR1040 3.2.2 N
105 SOTR1050 3.2.2 N
106 SOTR1060 3.2.2 N
107 SOTR1070 3.2.2 N
108 SOTR1080 3.2.2 N
109 SOTR1090 3.2.2 N
110 SOTR1100 3.2.2 N
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 51 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 52 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 53 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 54 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 55 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 56 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 57 of 59
the procurement of VOR/DME Lošinj
.
Appendix II – Requirement compliance matrix
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 58 of 59
the procurement of VOR/DME Lošinj
.
Appendix III – VOR/DME Lošinj RCMS concept
RS 422/485
RS 422/485
RS 232/422/485
Eth.
Media Converter Eth.
RS 485 or Eth.
RCMS Unit
Media Converter
LAN RMM Workstation
VOR/DME
RS 485 or Eth.
Equipment cabinet
RS 232 Local Control
Panel
RMM Laptop
SNMP Client
Workstation
Croatia Control Ltd. Technical Specification for open invitation to tender for Page 59 of 59
the procurement of VOR/DME Lošinj
.