You are on page 1of 59

REQUEST FOR PROPOSAL

FOR A DETAILED ENGINEERING STUDY


FOR A

FIBER OPTIC NETWORK


BETWEEN LOME AND KARA

AUGUST 2013

ATLANTIQUE TELECOM TOGO

TECHNICAL DEPARTMENT

ENGINEERING DEPARTMENT
Table of Contents

Introduction.........................................................................................4

Instruction to bidder.........................................................................4

Law........................................................................................................8

Guidelines for Proposal Preparation..............................................8

Proposal Submission8

Detailed Response Requirements 9

How to respond 10

General Information.........................................................................11

General Specifications....................................................................15

Civil Work Specifications................................................................22

1.1 Detailed Survey................................................................................................22


1.2 Bill of Quantity - Variations..........................................................................22
1.3 As Built Documentation.................................................................................22
2.1 Trenching............................................................................................................23
2.2 Warning tape.....................................................................................................24
2.3 Rocky Ground....................................................................................................25
2.4 Routes..................................................................................................................25
2.5 Crossings.............................................................................................................25
3.1 Plant, Equipment and Resources...............................................................31
3.2 Method Statements.........................................................................................32
3.3 Fiber Optic Cable Installation and Splicing.............................................32
3.4 Fiber Optic Cable Testing..............................................................................36
Project Organization and Resources...........................................39

1. Project Organization 39

2. Subcontractors 40

3. Project Management and Reporting 40

4. Technical support40

5. Logistic and service 40

6. Survey and design 41

References.........................................................................................41

Turnkey Undertaking.......................................................................41

Documentation................................................................................42

Quality System.................................................................................42

Evaluation Criteria...........................................................................44

1. Initial Evaluation 44

2. Detail Evaluation 45

3. Final Evaluation 49

Background: Project Objectives....................................................51

Appendix A:.......................................................................................51
Introduction

Atlantique Telecom Togo is completing this Request for Proposal on behalf of


an undisclosed group of participants which group is hereafter referred to as
"Atlantique Telecom Togo".

The purpose of this Request for Proposal (the "RFP") is to solicit information
from Bidders wishing to provide services to Atlantique Telecom Togo relating
to a detailed engineering study for the design of a Fiber Network from Lomé
to Kara.

The specific purpose and requirement of this RFP is to identify the cost of
providing a detailed engineering study which outlines the design and full cost
breakdown of building a rural Fiber optic network from Lomé to Kara for an
approximate distance of 400 Km.

Although there are a number of participants involved in funding this RFP,


Atlantique Telecom Togo is the principal point of contact for this RFP and will
coordinate all responses to it. Atlantique Telecom Togo will be the sole
signatory of resulting contracts, if any, on behalf of the participants. Please
note that the other project participants have been involved in preparing the
RFP, and will also be involved in the Evaluation Committee reviewing the
responses

Instruction to bidder

This specification details the technical specifications for next generation


Multiservice Provisioning Platform (MSPP) transmission system to be 4
implemented for the backbone network.

In responding to the technical requirements, the bidder is required to strictly


follow the rules and notices described below.

a) This technical specification defines the technical requirements for


equipment to be offered and services to be rendered.

b) The bidder shall respond to the General specification and technical


specifications clause by clause, using a compliance summary statement, the
sample format of which is given in the table below. The response shall be in
sequential order, the same as is given in this specification.

c) The compliance column of the compliance summary statement shall


contain one and only one of the following acceptable compliance statements.

Claus Complianc Meaning


e e
Statemen
t
1.1 Fully comply The offered equipment is fully
compliant with the requirement of
the clause
Partially The offered equipment doesn’t
comply comply with the requirement of the
clause or still under development
Not comply The offered equipment does not
strictly comply with the
requirements of the clause.

d) If no compliance is stated for any clause, the equipment will be assumed


not to comply.

5
e) For purpose of compliance verification, a document and page number
cross-reference should be given (where applicable) in the reference column
of the compliance summary statement.

f) The supplier may include other relevant documentation by indicating a


page number and document in the reference column.

g) Any clause marked with “fully comply” in the bidders’ compliance


summary statement is binding on the successful bidder to supply equipment
that meets the requirements of that clause. This shall apply for the lifetime of
any awarded contract.

h) Before responding to this specification, Bidders are requested to refer


preliminary selection criteria described in the next page of this specification.
Bidders unable to fulfill any of the preliminary selection criteria shall be
rejected from further evaluation.

I) Financial and Technical offer shall be submitted in a separate envelope.

Preliminary Selection Criteria

In addition to selection criteria set in the Commercial Terms and Conditions,


the following criteria shall be considered as the preliminary selection criteria.

1. The bidder should fulfill all the rules and notices that are stated under
the Instruction to Bidders.

2. The bidder response for this bid should include detail and explanatory
materials (documents) in order to make the proposal given as clear as
possible. The document should include detail technical description of
the optical transmission equipment, the multiplex equipment, the
network management system with supporting diagrams. 6
3. Bidder’s company and professional profile.

4. The proposed Optical transmission system shall be based on next


generation MSPP system for the rings, sub-rings and end to end links
indicated in the routing configuration section under General
Information clause.

5. Professional Experience. List of recent reference projects of similar


nature and complexity performed in the last three (3) years. . The
projects shall solely comprise the Supply of MSPP, associated NMS
systems and/or related services. The ASON (Automatically Switched
Optical Network) application of project shall exceed at least 30
commercial projects and at least 10 user reports should be provided.

6. ISO certificates of the manufacturers of each sub systems

7. Authorization letter from the manufacturers of each sub systems

8. The bidder shall include in his bid, the actual Project Management
Organization Structure for this project indicating the number of
personnel to be deployed and their qualification.

9. Bill of quantity without price in the technical proposal.

Bidders unable to fulfill any of the above preliminary selection criteria may be
rejected from further evaluation. Bidders should note that the Purchaser is
not obliged to ask for any clarification regarding the above-mentioned points.

7
Law
The law applicable to this agreement shall be the law in force in Togo.

In responding to this RFP, Bidders warrant their compliance with all


appropriate Municipal, Provincial and government regulations (ART&P), laws
and orders (the "Law"). Bidders shall indemnify Atlantique Telecom Togo, its
officers, employees, agents, assignees, contractors or licenses, against any
damage, or any claims or costs initiated by third parties, resulting from either
or both 1) failure to comply with the Law, or 2) any negligence or unlawful
acts of the vendor, its employees, agents, assignees, contractors or licenses.
Bidders shall obtain insurance in this regard as determined by Atlantique
Telecom Togo and if there is a failure to comply with the Law by a Proponent,
then Atlantique Telecom Togo reserves the right to cancel any contract
entered into following this RFP without right of recourse by the Proponent.

Guidelines for Proposal Preparation


Proposal Submission

The proposed network deployment may be conducted in one phase: From


Lomé (Téléssou) to Kara.
Proponent should identify the detailed costs for this phase, including costs of
each breakout loop. The detailed engineering design documents should
explicitly state the nature of all costs, identifying cost options where
appropriate.

Atlantique Telecom Togo reserves the right to:

a) reject any or all proposals or discontinue this RFP process without

8
obligation or liability to any potential Proponent;
b) accept or reject any proposal regardless of whether it is the lowest
price
c) enter into a contract on the basis of initial proposals received, without
discussion
d) request for best and final offers from any Proponent

In providing a submission, the Proponent undertakes that none of the


materials offered infringe any patent and/or copyright, and, that the
Proponent will pay all applicable Royalties and Patent Fees. Bidders will
indemnify and hold Atlantique Telecom Togo harmless from any loss resulting
from suits or claims against the Proponent or Atlantique Telecom Togo, by
reason of infringement of Patents/Copyrights in force at the time of, or after
award of any contract as a result of the RFP.

All expenses incurred in the preparation and presentations of the response to


this RFP are entirely the responsibility of the Proponent. This includes but is
not limited to labour, materials, and the cost of site visits.

Any successful Proponent may be selected and work will begin at the
discretion of Atlantique Telecom Togo.

Detailed Response Requirements


The Proponent’s proposal should:

1. Identify the full cost of preparing a detailed engineering study that


would:

a. Establish the best feasible route for Fiber optic cable at the required
termination points as outlined in Appendix A.

9
b. Identify possible existing or planned Fiber optic routes where
access to existing Fiber may be acquired.
c. Propose a design that addresses the combined needs of the various
Atlantique Telecom Togo participants in an integrated solution with
core functionality that addresses their needs and can be easily
expanded to meet the needs of other institutions who may wish to
participate in a later date.
d. Determine optimal Fiber-count for all segments and the inspection
and reporting of conditions and usability of all building entrance
facilities at the required termination points. The price estimate
included should provide separate pricing for all local loop and other
associated costs to terminate the circuit on the switch/routing
equipment at each location.
e. Identify the configuration and place of possible route repeater
locations.
f. Include timeline estimates for the completion of each stage of a
Fiber optic build.
g. Include an estimate of ongoing service costs for the network
(including pole charges).
h. Provide an assessment of pole ownership.

2. State the targeted timeline in which the detailed engineering study


would be completed.
3. Include recommendations for additional detail that could be included in
the study and how this would affect the study timeline or costs.
4. Include an estimate of ongoing service costs for the network (including
pole charges).
5. Indicate their level of interest in responding to an RFP to build the
network as designed.
6. Produce a comprehensive proposal (two paper copies and CD with an
electronic copy).

10
How to respond
Electronic submissions are invited from any individual, company or
organization with an interest in participating in the proposed project
relating to the work. In particular, Atlantique Telecom Togo is
interested in receiving submissions from national, facilities-based
carriers and consortia made up of worldwide equipment manufacturers
and carriers.

Bidders interested in responding to this RFP are required to notify


Atlantique Telecom Togo by September 13th, 2013 if they intend to
prepare a response, with appropriate fax, email and mailing address
information.

The formal closing date for this RFP and for the submission of detailed
proposals to Atlantique Telecom Togo is October 15th, 2013 at 6PM
GMT. All proposals should be submitted electronically on a CD using PDF,
HTML, MS Word or PowerPoint formats, as well as two bound copies by the
above deadline to the official contact for this RFP detailed below.

The official contact for this RFP to whom all proposals, requests and
communications should be addressed is:

Atlantique Telecom Togo


Direction Générale
Head of procurement
225 Boulevard du 13 Janvier
Lomé - Togo

11
BP: 14 511
Tel: + 228 22 20 13 20 – Fax: + 228 22 20 13 23
Email Atlantique Telecom Togo: lochou@moov.tg

All communications and questions for clarification regarding the contents of


the RFP shall be forwarded in writing to the official contact at the email
address provided, who will in turn consult the Evaluation Committee for an
appropriate response. Please allow two business days for responses.

General Information

1. GENERAL INFORMATION
This section gives the overall information about the project in which the next
generation MSPP Optical Transmission System is to be implemented. Here,
next generation SDH is defined as the integrated platform of multi-service
provisioning platform (MSPP) with GMPLS control plane.
Multi-service provisioning platform (MSPP) shall built on SDH transport
network infrastructure and integrates Ethernet, ATM and SAN data
transmission techniques into SDH to provide more efficient transmission of
both TDM and data services simultaneously. Generalized Multi-Protocol Label
Switching (GMPLS) is a signaling protocol, which is used in the ASON control
plane to provide end-to-end traffic provisioning and connection control on
next generation SDH networks.
Atlantique Telecom Togo has planned to implement next generation SDH
transmission system for regional area network. The desired network should
accommodate the growing demand for bandwidth and new revenue
generating services, while maintaining compatibility and flexibility to
transport and route all traffic types including Time Division Multiplexing
(TDM), Ethernet (FE/GE), Asynchronous Transfer Mode (ATM) and Storage
Area Network (ESCON/FICON/FC) services. Because it is a long-haul

12
communications network, ADM should be implemented and must support IP
and DWDM.
This part should contain general information about the project.
The required network should be based on 2/4F MS-SPRING protection
mechanism for the main rings with a capacity of STM-64/STM-16 and for the
sub rings, SNCP with a capacity of STM-4/STM-1. The system must be highly
intelligent, with very basic, robust and simple architecture. The Next
Generation SDH Optical rings should support the Multi-service Provisioning
Platform (MSPP).
Due to the network topology, it’s strongly recommended to use the existing
microwave backbone for a SNCP functionality.
The figure below shows the network diagram (Appendix A)

2. ROUTE CONFIGURATION

The SDH Optical fiber Transmission network is planned to be implemented


along the following route:

- Main Route Capacity


1. Lomé (Téléssou) –Kara STM 64

- Dropping Site

Below the table showing the nodes and the different capacities

NOMBRE DE CAPACITE CAPACITE


SITES IP(Mbps) TDM(Mbps)
ADETIKOPE 66 210 290,816
TSEVIE 8 42 30,72
NOTSE 6 42 20,48
ATAKPAME 37 84 163,84
ANIE 11 0 49,152
SOTOUBOU 7 0 34,816

13
A
TCHALO 15 42 25,584
SOKODE 4 42 12,288
KARA 7 168 36

3. OVERVIEW OF THE SCOPE OF WORK

This section in particular explains scope of the work and provides general
information.

The scope of work shall be Supply, Installation Supervision, Testing, and


Commissioning of the MSPP Optical Transmission Network on supervision
basis.

3.1. SUPPLY AND COMMISSIONING OF NETWORK

The scope of work for the supply of MSPP Optical Transmission Network
defined in this document shall be on Supervision basis, and shall include,
but not be limited to, the following:

Project Management, Design, Engineering, Supply of all related goods


and providing all related services including supervision for installation,
testing and commissioning, training, and related services, preparation of
the related drawings, documents, etc. of the SDH Optical Transmission
Network.

3.2. DESIGN OF NETWORK

a) Design of network shall include the following:

 Study of Network Topology

14
 Detailed Link Engineering design.

 Detailed quantification of items

b) Network Designs shall be approved by the “Atlantique Telecom


Togo” before the actual manufacturing of equipment starts.

c) The bidder shall design the network in a scalable fashion so as to


support the future bandwidth and service needs. The bidder shall
provide full details in the bid proposal of the network engineering.

d) The bidder shall submit detailed engineering calculations and the


complete system design including system performance to meet the
technical requirements.

15
General Specifications

1. SCOPE OF SPECIFICATIONS

This part of the specification deals with the general equipment design
requirements and equipment provision for MSPP Optical Transmission
Network System and associated systems specified in this bidding document.

2. GENERAL EQUIPMENT DESIGN REQUIREMENTS

2.1. All Equipment provided under these specifications shall be a


proven design using most advanced techniques.

2.2. All equipment furnished shall be suitable for continuous operation


in tropical and semi-tropical environment. Anti-fungus treatment
shall be used throughout.

2.3. The system design shall be flexible enough to meet future


expansion program up to the maximum capacity of each sub-
system without deteriorating the performance of the system.

2.4. All the MSPP Equipment sub racks shall confirm ETSI standard and
should be installed to the 300mm-deepth ETSI racks.

2.5. All equipment racks, housings shall be provided with antistatic


wristbands.

2.6. The system hardware shall be modular to have flexibility to meet


any demand for expansion or modification just through modular
expansion with minimum changes.

16
2.7. All wiring-including field interconnection wiring shall be cabled and
clamped to the chassis. The wiring shall follow standard color-
code. All patch cords shall be provided with connectors matching
to the cable used and shall have identification markings.

2.8. The color of equipment shall depend on manufacturer's standard


but colors used shall not be contrasting. Color photograph of the
equipment shall be attached with the document. Surface shall be
clearly finished to tolerate storing, transport and use in tropical
condition. Aluminum parts shall be electrolytically oxidized.

2.9. The MSPP optical and multiplexing equipment should be able to


work continuously under the environmental conditions stated
under clause 7 of this section.

2.10. All sub-assemblies or modules, switches and controls and the


circuit components shall be so mounted as to permit their
replacement without appreciable disturbance to other components.

2.11. Termination for all user interfaces shall be provided for the
equipped capacity.

2.12. The equipment should have modular design and should be


configurable in number of operational modes to perform complex
and different network functions without need of any additional
software.

2.13. The equipment should be capable of supporting a wide range of


input interfaces including PDH, SDH, Ethernet, ATM and SAN
signals.

2.14. The nodes (stations) should be hitless i.e. removing or inserting


plug-in-units must not affect the existing traffic on other units.

2.15. The configuration of the nodes should be easily expandable by


adding plug-in-units and modifying software settings.

17
2.16. The laser transmitter shall be automatically shut down when the
incoming signal is missing.

2.17. Network management system should be able to manage all the


types of equipment and associated systems such as SDH, DWDM,
PTN, and Microwave systems specified in this bidding document.
ADM should be implemented and should support not only IP but
also DWDM

2.18. The existing microwave backbone will be used for the fiber traffic
protection such as SNCP

2.19. The fiber cable type to be used should be Cable Optical Fiber
Armoured Loose Tube

2.20. We recommend that the number of fiber to be laid should be 100F.

3. MARKING REQUIREMENTS

3.1. Each unit and sub-assembly of equipment shall have its type,
model and serial number clearly and suitably labeled.

3.2. All electrical components of equipment shall be clearly marked in


conformity with the coding used in the manufacturer's drawings
and diagrams.

3.3. Labels shall be preferably riveted or screwed in position and not


held solely by adhesive.

3.4. Dangerous parts such as high voltage units shall be clearly marked.

4. MAINTAINABILITY REQUIREMENT

18
4.1. All equipment shall be designed for quick and easy maintenance.
Extension units, connectors, cables and other special tools
necessary for servicing shall be included in the proposal with the
detailed list.

4.2. The equipment shall be capable of functioning with minimum


maintenance and shall be preferred to have no requirement of any
preventive maintenance.

4.3. The equipment shall be so designed that adjustment of units is


reduced to a minimum.

4.4. Minor maintenance and equipment adjustments shall not disturb


traffic on the network.

4.5. To facilitate maintenance all plug-in units shall be easy to open and
repair.

4.6. The bidders should propose a maintenance contract including


equipment and the fiber with a SLA after the warranty period.

5. EQUIPMENT RELIABILITY

5.1. The equipment to be offered shall provide continuous and virtually


unattended operation over the projected life of 10 years of the
equipment.

5.2. The performance of individual components, units of equipment and


optical cables and the system as a whole shall ensure very high
standard of reliability and stability.

5.3. The bidder shall, as part of his proposal, submit the guaranteed
Mean Time Between Failure (MTBF) in hours for the various
components of equipment under the environmental conditions
specified in 7 below.

19
5.4. Bidders shall submit unavailability analysis expressed in terms of
percentage of time the system suffers an outage due to subsystem
or component failure.

5.5. Bidders are required to show how the MTBF figures are calculated.

6. PERFORMANCE STANDARD

6.1. The characteristics of the equipment except where clearly


indicated in the specification, shall conform to the latest relevant
recommendations of ITU-R & ITU-T or other equivalent international
standards.

6.2. Any variations from these standards shall be clearly stated in the
offer.

7. ENVIROMENTAL CONDITIONS

7.1. Equipment and materials to be supplied shall be so designed that


they will thoroughly withstand the environmental conditions in
Togo.

7.2. All the MSPP should be operable and shall satisfy the requirements
of the specifications under the following environmental conditions:

Altitude  4000m
Air pressure 70 ~ 106kPa
Temperature 0C ~ 40C
Relative humidity 10% ~ 90%

20
8. POWER SUPPLY REQUIREMENT

8.1. The supply voltage shall be -48V DC for all stations.

8.2. The total power consumption of each station in watts shall be given
with the proposal.

8.3. All the MSPP equipment should support distributed power supply
system. If the systems doesn’t supports distributed power supply
system on individual module basis then the Power supply cards
shall be duplicated (1+1). In such case equipment should support
1: n protection for board power supply in order to protect individual
power module failure.

8.4. Low power consumption equipment are highly preferable.

9. EARTHING REQUIREMENTS

9.1. The Supplier shall provide earthing for equipment. The equipment
design shall take into consideration that the Purchaser will provide
earthing with the building.

9.2. All metallic enclosures of electrical equipment, rack side of


equipment shall be secured and connected to the earth.

10. SAFETY REQUIREMENTS

10.1. All live parts that may cause currents dangerous to human life shall
be fully protected to avoid accidental contact.

10.2. Protection arrangements shall be provided to ensure human safety


when equipment voltage exceeds 150V AC or 100V DC.

21
10.3. Equipment shall be so constructed so as to minimize fire spread by
using flame and fireproof components and materials.

10.4. Components liable to implosion or explosion shall be avoided as


much as possible.

10.5. Harmful radiation due to harmful ionization or optical radiation


shall be protected to ensure personnel safety. Radioactive
materials shall not be used.

10.6. Regarding Electromagnetic emission the equipment shall meet the


requirements as per IEC compatibility 801.

11. TEST EQUIPMENT AND TOOLS

11.1. The bidder is required to list the test equipment recommended for
maintenance center.

11.2. The bidder shall recommend and provide test equipment


sufficiently robust and provide carrying cases for each test
instrument.

11.3. All test equipment shall include plugs, cords, operational manuals
and other auxiliary items necessary for correct operation of the
equipment.

12. SPARE PARTS

12.1 All the MSPP products should be better in a unified platform in


order to reduce spare parts stock.

12.2 It is essential that the equipment offered give continuous and


uninterrupted service with a very high standard of reliability and
stability. The Bidder shall offer types and quantity of spares

22
considered necessary for the efficient maintenance of system for
the first three years of operation.

12.3 An itemized list of all types of spare and the unit price of each shall
be indicated in the proposal. The list shall also include consumable
items.

12.4 The successful bidder shall sign a separate service agreement with
the purchaser to ensure a quick and efficient turn-round of
repaired units during the warranty period and beyond the warranty
period. Quotation shall be given for the repair service to be done at
the manufacturer’s factory.

12.5 The Supplier shall have spares part stock for use during the
commissioning of the system. The Purchaser will not provide the
spare parts purchased for operation and maintenance for any
defect during commissioning of the system.

13. TRAINNIG

13.1. Training Program

13.1.1. The Bidder shall prepare a detailed proposal for the


theoretical and practical Training Program necessary for
the successful installation, operation and maintenance of
the system.

13.1.2. The training curriculum shall be designed to facilitate


transfer of technology for planning, proper installation,
operation and maintenance of all the proposed network

13.2. Training Courses

13.2.1. The Bidder shall provide full details of the proposed


Training. The training shall be conducted locally

23
13.2.2. It shall be explicitly understood, however, that Purchaser’s
personnel shall be fully associated during Engineering,
Installation, Testing and Commissioning activities and this
opportunity shall be taken by bidder to impart on the job
training.

13.2.3. Bidders shall provide comprehensive documentation,


course material, manuals, literature etc. as required for
proper training of personnel. Consolidated and
comprehensive documentation shall be available to each
participant.

Civil Work Specifications

1. Bidder’s Design Activities

1.1 Detailed Survey

The Bidder will perform a detailed survey which precisely defines


the organisation and design of the infrastructure construction
before starting any work.

1.2 Bill of Quantity - Variations

The Bidder is to perform the detailed survey in order to fix a final


BOQ (Bill of Quantity) for the whole project or section, which
include all the work to be performed for the delivery of the
infrastructure and cabling.

24
1.3 As Built Documentation

After works completion, the Bidder will provide all as built


documentation in both hardcopy and softcopy. The document
format will be Acrobat or equivalent.

The as-built documentation will detail at least the following:

 All the final routes, lengths and depths of civil works, materials
installed, and GPS co-ordinates of special points or events (crossings,
bridges, manholes, Add/Drop Sites) met along the route will also be
included with detailed drawings or sketches if necessary.
 Final as-built diagram of the cable and Fibers, including final physical
and optical Fiber length diagrams in each splice box and ODF.
 Final BOQ complete with all the relevant technical documentation
pertaining to the bill.
 An earthing certificate and an electrical Certificate Of Conformity for
the works which complies to either ATLANTIQUE TELECOM TOGO or
Public Power specifications or depending on which is relevant for the
work.

2. Civil Works - Trenching Solution

2.1 Trenching

The Bidder will provide a statement of compliance that the


trenching works will be executed in accordance with the general
requirements, which cover the following areas:

25
 Surface Breaking
 Excavating
 Backfilling and Compacting

In the following sections the general requirements of the conventional


trenching are detailed.

A. For the road sections the infrastructure will consist of a direct


buried cable that runs parallel to the roadside.

The trench will contain the direct buried cable that will be direct buried at
a sufficient depth to provide reasonable protection against vandalism and
erosion. The trench will be properly marked for maintenance and repair
purposes. A more detailed description of the requirements for the
trenching approach can be found in the following figure:

Figure 1.Excavation & Backfilling for Trench:

26
B. Road Configuration
The direct buried cable is laid inside sand or soft soil filling. The trench
will be backfilled with typically the same material that was extracted
from the trench. A warning tape will be laid along the whole length of
the trench to prevent accidental damage to the cable. The depth of the
trench will be sufficient to provide a level of security.

2.2 Warning tape

A warning tape will be placed in during the back-filling process, at


least 30 cm above the cable. The specifications of the warning tape
should be:

27
 Colour: Background which conforms to the (local) color code
convention for telecoms works with black lettering.
 Size: The width is 10cm and the thickness is 0.1mm which conform to
the (local) standard
 Marking: It should comply to either ATLANTIQUE TELECOM TOGO or
(local) usual custom

2.3 Rocky Ground

In rocky ground, bedding should be spread over the bottom of the


trench and rammed to provide a bed not less than 50mm thick on
which the cable will be laid. Rocky ground is defined as naturally
formed rock or ground containing stones, rubble, etc., having
diameters greater then 50mm. Stones or rubble etc., occurring
infrequently in the trench bottom may be dug out, and the
resulting hole filled and punned individually.

2.4 Routes

Trenches to receive cable runs should be in straight lines where


possible. To accommodate local obstructions, slow horizontal or
vertical deviations should be adopted.
In all cases the maximum aggregate deviation to the route between any
two access chambers will not exceed 135o. The radius of the deviation
should be the largest possible according with the specification of the
manufacturer.

2.5 Crossings

The Bidder will supply a method statement identifying its methods to be used
all types of crossings (roads and railways) and on bridge structures.

28
a) Roads

Crossing by Trenching
In excavating for the ducts which is used for the protection of cable to be laid
in or across existing roads or any highways, the Bidder should at all times
keep one half width of the carriageway open to traffic. In the event of single-
way traffic becoming necessary, the Bidder should provide a width of at least
3 metres for the passage of vehicles. In the event of two-way traffic
becoming necessary, the Bidder should provide a width of at least 5.5 metres
for the passage of vehicles. Such width may change upon local conditions
and Road Traffic Authorities requirements. Temporary traffic signals or
manual traffic control (using Stop/Go boards) should be operated, as required
by the authority.

Crossing by Boring or Drilling

For road crossings where trenching would not be allowed or railways


crossings, horizontal drilling or directional drilling/boring will be performed.
For both solutions, a preliminary survey will be performed by the Bidder to
determine the safest and most efficient technology to use. The survey will
give the Bidder detailed information about the soil constitution and any
services which may be buried beneath.

Horizontal drilling will require excavating first. At both sides of the crossing,
two squared trenches with a depth of 50 cm will be excavated below the
boring depth to allow the drilling machine installation. For such preliminary
works, the Bidder will comply with all specifications and requirements for

trenches detailed in earlier sections.

29
The following figures show boring and drilling samples.

Figure 2. Boring/Drilling Sample

Crossing railway steel duct pass by below road bed1.2m - 1.5m or the same
as the depth of trench, model number is φ100mm,steel duct put out two sides
of railway outside gutter way 1m.

30
Crossing road: allow breaking pavement, build in D=100mm steel duct below
pavement on depth of 1.2m or the same as the trench, steel duct put out two
sides of road outside gutter way 1m, and recover pavement in time; when not
allow, adopt the way of steel duct pip driving to cross.

b) Rivers - Bridges

Whenever bricks or concrete bridge pillars provide the necessary space for
the ducts installation, a solution based on the anchorage to pillars will be
preferred. Example solutions are shown in the figure below.

Figure 3.Example Solutions for Rivers and Bridges

31
32
33
c) Special Works

Concrete Trough
The use of concrete troughs may be possible in special cases for laying the
ducts when there is no other solution possible. The trough will be placed on
concrete foundations and completely filled with concrete after installation of
the ducts inside.

Steel Duct or Trough


The use of steel ducts or troughs may be possible in special cases (other than
horizontal drilling or bridges) for laying the ducts when there is no other
solution possible. In the case of a steel duct the ducting structure will consist
of a steel duct, with concrete filling.

Ditch and ridge reinforcement


The ridge over 1m should be protected, use three-seven soil reinforcement,
also protected by broken stone and cement.

Implementation in the rainy season


If the project is done in the rain, the bidder should protect the completed
work and the cable.
To show the surpassing ability for this, the bidder should have at least 1000
Km implementation experience when it’s in Togo or at least 5000 Km
implementation experience when it’s around the West Africa.

2.6 HDPE planning


For urban road sections the infrastructure will consist of a protected buried
cable with HDPE PVC or sell pipe, depending of the road type that runs
parallel to the roadside. In the best of our interest, it is important and

34
necessary to run the fiber cable through HDPE; this is to adequately protect it
from cut due to land erosion and human mistakes. We recommend two
options:
 Option1: Run the fiber cable through a HDPE for the whole path
 Option2: Use HDPE at entrance of cities (5Km before and after) in order
to secure the cable. All the others aspects regarding the civil work
trenching solution remain the same.
The bidder solution should clearly indicate the 2 options.

3. Technical Specifications: Cabling and Passive Components

3.1 Plant, Equipment and Resources

The Bidder is to provide all necessary plant and equipment for the installation
and testing of the works. The Bidder is also to make available suitably
qualified and experienced, dedicated engineers, to implement the
installation, splicing and testing of the Fiber optic cables. Each engineer
should have access to all appropriate equipment, calibrated and suitable for
use on the required Fiber optic cable networks.

All installation and test equipment should be selected by the Bidder. The
Bidder should provide Atlantique Telecom Togo with all information regarding
this equipment. If Atlantique Telecom Togo believes that this equipment is
unable to meet the requirements of the specifications, then the Bidder and
Atlantique Telecom Togo will discuss the objection.

All OTDRs, Light Sources and Power Meters should be regularly calibrated.

3.2 Method Statements

35
The Bidder is to provide a detailed Method Statement of how it proposes to
install the cable, splice the Fiber and fully test and commission the
installation, and also confirm its ability to provide all ‘as built’ information in
the required format.

Care should be taken to employ methods which preserve the integrity of the
cables, splicing and termination points. All Method Statements are to be
mutually agreed with Atlantique Telecom Togo prior to the commencement of
the works.

It is the Bidder’s responsibility to ensure that its engineers are properly


qualified and are briefed to carry out the works in accordance with the
agreed Specific Method Statement. Documentary evidence of the engineer’s
competence should accompany the Method Statement.

The Bidder is required to produce a resource schedule, in order to


demonstrate its ability to complete the work in accordance with the
requirements of the project and its specifications.

3.3 Fiber Optic Cable Installation and Splicing

a) Laying optical cable

 Machinery laying:
Acclimatization: integration soil normal soil 20% hard soil 50%gravel soil
30%Trench work, lay optical cable, back fill one pass. Notice: lay lightning
protection need ditching again.
 Manual carrying and putting: it means put a fake optical,
electric cable, every other 10 - 15 meters by one person to

36
put on shoulder, walking along the laying direction, till
putting it in optical cable ditch.
 Word carrying and putting: according to word to putting
optical cable to several entries, grouping carry to laying
site, put optical cable into ditch in turn.
 Do necessary training to carrying personnel, there must be
10m/man in plain region, in ruggedness mountainous area,
personnel space will
decrease, there must be experience person to be layout
point man and commanders, equip with amplifying
equipment and interphone.
 There must be uniform command deployment when carrying,
optical cable is no twisting circlet and back tie when
carrying; not allow to tow earth shovel optical cable; hold
integrity of plastics outer protection;
 On both sides of jointing, overlap of optical cable is 8—12m
 Laying optical cable should prevent its damage, if not, repair
in time.
 Do close check for pulling of optical cable when laid, it can’t
overrun 80 percent of its permit tension. Moment max pull is
not allow to overrun 100 percent of its permit tension, main
pull should add to intension core of optical cable, join swivel
between end socket and towing line;
 Radius of curvature, when dynamic state it must be 20 times
of outside diameter, and when static state it must be 10
times;
 When laying has been finished, the end socket deal with air
seal and damp proof;

b) Cable Route in Equipment Facilities

37
The route for cabling internally will be determined by the Bidder at initial site
surveys and will be advised to Atlantique Telecom Togo. The Bidder will carry
out all works necessary to facilitate use of this route.

Flexible conduit or cable tray will be supplied and installed from the building
entry to the ODF together with any associated “tray-work” / trunking, drilling
of holes etc., required to maintain the cable route. Cables are to be installed,
complete with identification labels.

c) Reporting Cable Damages and Cable Repairs

The Atlantique Telecom Togo Fiber optic cable should be carefully inspected
by the Bidder prior to its installation to ensure that it is free from defects.
Cable damaged due to Bidder.
Negligence will be the responsibility of the Bidder. Every instance of
damaged cable observed at any time, should be immediately called to the
attention of Atlantique Telecom Togo whether prior to installation, during
installation, or during test, or observation subsequent to installation.
The Bidder should make repairs or corrections in accordance with the
instruction.

d) Fiber Optic Cable Splicing

Cable route and design will be defined as to minimize the number of splices
to be performed on the cable route. The Fiber cables should not be cut and
spliced at bridges, roads, pipes, or other crossings without the approval of
Atlantique Telecom Togo.

A detailed splice schedule will be issued to the Bidder prior to the

38
commencement of splicing work.
All Fibers should be joined by means of the fusion splice technique. Care
must be exercised to prevent damage to exposed Fibers by overheating.

The Bidder should conform to the Atlantique Telecom Togo preferred


technique for splices to be monitored with an OTDR at 1550 nm during the
splicing operation, enabling remedial work to complete without return visits.

After the splice is completed, the Bidder should measure and record the
average splice loss at 1550 nm, with an OTDR. A bi-directional, mean splice
loss of 0.1 dB or less will be accepted. If after three (3) attempts, the Bidder
is not able to produce a bi-directional Fiber splice loss value of 0.1 dB, a 0.15
dB splice loss will be acceptable. If after two (2) additional attempts, a value
of 0.15 dB is not achievable, then the splice will be noted as an Out-of-Spec
splice.

A result of 0.1 dB is the maximum allowed splice loss for any one splice.

e) Splicing Distance

The cable route will be designed in such a manner to limit the number of
splices.

The maximum distance between splices will be:

 3,000 m in urban areas;


 8,000 m in non-urban areas in the case of conventional
trenching or ploughing.

39
Distances between splices will not be inferior to:

 500 m in urban areas


 1,000 in non-urban areas

Accurate distances will be fixed during the Detailed Survey and the limits
detailed above could only be adapted by the Bidder if:

 The Bidder can justify that a longer distance than the maximum
required would have no negative impact, directly or indirectly on
the cable installation cost, schedule and maintenance.
 The Bidder can justify that smaller distance than minimum
required cannot be avoided due to site-specific reasons.

f) Fiber Numbering and Labeling

Cables should be labelled (blank labels will be used and supplied by


Bidder) at each access chamber, splicing position (in and out),
building entry (internal and external), floor of a cable riser and
cable termination.
In addition, at every splice position the Fibers should be numbered.

3.4 Fiber Optic Cable Testing

a) General

This section of the document details the criteria and tests to be carried out by
the Bidder.
The Bidder will be responsible, under the supervision of an Atlantique
Telecom Togo Supervising Engineer, for carrying out both the initial and

40
installation tests on the cable. The test procedures should ensure that the
cable is installed to a standard compliant with Atlantique Telecom Togo
requirements and with standards contained within the ISO 9000 series of
Quality Management Processes.
OTDR shall be used for testing.
The contents of test are as follows:

 Test of overall optical cable attenuation.

 Test of transmission distance and overall reflection curve of optical


fiber with OTDR.

 Test of splicing loss of all the optical fiber.

The tests above mentioned shall apply to all the optical fiber and
shall be double-direction.

b) Acceptance Testing

Upon completion of all splicing requirements in a span (between two


consecutive ODFs), the following tests should be performed from the end
points and all results archived in the format.

 The Bidder should measure and record the overall span loss data
for all Fibers by performing bi-directional OTDR end-to-end span
tests at 1550 nm.
 The Bidder should measure and record the splice loss for each
field Fiber splice by performing bi-directional OTDR splice loss
tests at 1550 nm.

Splice loss measurements should be measured and recorded in both


directions and the loss values will then be averaged.
The Bidder should measure and record the end-to-end power attenuation for
all Fibers performing bi-directional Power Meter span attenuation tests at

41
1550 nm. During this process, each the pigtail should be visually inspected to
verify its identity.
Pigtail Fiber splice testing should be facilitated by attaching a 2 km-launch
reel between the OTDR and the termination panel bulkhead. Loss
measurements should be measured and recorded in both directions and the
loss values will then be averaged.
The loss value of the pigtail connector and its associated splice should not
exceed 0.25 dB (0.50 dB per mated pair). For losses greater than 0.25 dB,
splices should be re-spliced until an acceptable loss value is achieved. If,
after 5 attempts, the Bidder is not able to produce a loss value less than 0.25
dB, the splice will be recorded as an Out-of-Spec splice on the Splice Loss
Exception Schedule. Atlantique Telecom Togo will direct the Bidder how to
proceed in such a case. If the loss value is more than 0.25 dB after many
attempts but that’s not because of technology factor, and it can satisfy the
requirements in a span (between two consecutive ODFs), it can be
permissible.
Preferred method for OTDR testing is to connect a 1km (minimum) buffer
Fiber at both the launch and receive end of the section, to aid with detection
of crossed Fibers.

c) Test Results and Deliverables

The Bidder will comply with the measurements shown in the following tables.

Table 1.Splices and Connectors Attenuation and Reflectance


Measurements

Attenuation 1550

42
nm
1
Maximum attenuation of a splice 0.10 dB
Maximum attenuation of a connector + a 0.50 dB
splice1
Maximum average attenuation of the values 0.07 dB
of the splices in a Fiber

Reflectance G.652 G.655


Reflection loss of a connector < - 50dB < - 50dB
Reflection loss of a splice None None

Table 2. General attenuation coefficient at 1550 nm

Maximum Attenuation Coefficient G.652 G.655


Average attenuation coefficient between two 0.22 dB/km 0.24 dB/km
splices
Average attenuation coefficient between two 0.24 dB/km 0.25 dB/km
sites

1 The value used for the attenuation of a spice is always those obtained from taking the average in both directions

43
Table 3. Optical budget to compare with final results

αTheoretical = αL . L + αe . Ne + αc . (Nc-1)

Theoretical Real value


value at at 1550 nm
1550 nm
αL Attenuation coefficient in dB/km 0.22 – 0.24
dB/km
L Length of section to be measured Length
in km
αe Maximum splice loss 0.10 dB

Ne Total number of splices in the Number


section
αc Maximum loss of a connector + a 0.50 dB
splice
Nc Total number of connectors Number
TOTAL THEORICAL REAL

The Bidder will comply with the following deliverables:


 A complete sets of results should be presented within ten
working days of completion of the tests which should include
the following:
 Cable delivery test
 OTDR 1550nm A-B, B-A
 Insertion Loss at 1550 nm A-B, B-A

44
 Splice Loss at 1550nm A-B, B-A and average
 Splice Loss Summary
 Splice Loss Exception Schedule
 Pigtail / Connector Loss

Project Organization and Resources

1.Project Organization

The Bidder should give a detailed description of the Project Organization that
it intends to have in place to perform its obligations for the project. The
description should include the company’s profile with personnel resources, an
organizational chart for the project with the name and function of the key
persons participating in the Project Organization and their experience in the
field.

The Bidder should provide any other information of its choice that would
demonstrate its capacity to manage the project with success and meet the
Atlantique Telecom Togo targets.

The bidder should have implementation project management experience of


more than 1000KM in Togo, and more than 3500KM route in West Africa

2.Subcontractors

The Bidder will provide a detailed description of the role of possible


subcontractors that it might involve in the project, including the tasks to be
performed and subcontractor’s facilities involved.

45
3.Project Management and Reporting

During the project, the Bidder will appoint and nominate a responsible Project
manager as a SPOC (Single Point of Contact) inside the Project team. The
Project Manager will have the authority to make necessary decisions for the
progress of the project.
The bidder should provide the resume of project manager for this project.
The Project Manager will provide regular reporting to Atlantique Telecom
Togo designated representatives on a weekly and monthly base. Regular
progress meetings will be held to discuss project improvements, table and
resolve issues.

4.Technical support

The bidder should provide all relevant information regarding the location of
technical support personal. Where is the Technical support personnel reside?
And describe the local Technical support team serving each network.
The bidder should have the local spare part warehouse in Lomé; describe the
Turn Around Time (TAT) for hardware.

5.Logistic and service

The bidder should describe the corporation situation with the local Logistic
Service provider

6.Survey and design

The Bidder should give sufficient information to prove its Capability in the
field of Design services.

References

46
The Bidder should give sufficient information to prove its experience in the
field of the required services, in particular in the African environment.
A list of references with the names of local operators and the contact persons
for all the countries where the same or similar system was installed should be
included to the offer.

Turnkey Undertaking

Means the essence of the successful Bidder’s undertaking, while meeting the
Time Schedule, to
(i) professionally design, develop and manufacture the Hardware and
Software (incl. Documentation), and
(ii) professionally deliver ordered Hardware and Software (incl.
Documentation) to the Site(s), and
(iii) Professionally carry out Installation, Commissioning, Integration,
Interoperation Preparation, and Preliminary Acceptance Test Services
and any other Services in relation to the System or System Expansion,
as relevant.

47
Documentation

All documentation to be submitted by the Bidder and the Supplier shall be


written in English and shall be prepared to good commercial practice both in
technical content and reproduction.

1. Bidder's Documentation

1) The following information shall be furnished with the offer.

2) System description and configuration diagram

3) Link Connectivity diagram and proposed channeling plan

4) List of special tools

5) List of mandatory spares

6) Outline drawings showing dimensions, weights and floor loading of


the equipment offered.

7) The station equipment layout proposed for each station.

8) Block diagrams of all equipment, which shall indicate the test and
monitor points, provided and which shall identify the breakdown of all
plug-in modules, cards or components which are interchangeable in
the field.

9) Functional block diagrams of supervisory and alarm system.

10) Test procedure for the proposed equipment.

11) Executive planning for each phase

48
Quality System
The quality system of the organizations employed in the Project shall ensure
that the design, development, production, inspection and tests are carried out
under controlled circumstances and predetermined conditions. The quality
system shall include Quality Control (QC), Quality Assurance (QA) and Quality
Program (QP). The basic principles, which the quality program shall be based
upon, are as follows:

a) Clear definition of requirements,


b) The clear communication of these requirements,
c) Adequate advance planning,
d) Utilization of efficient tools, methods and control systems,
e) The assignment of qualified personnel to the Project,
f) Independent review and inspection of results,
g) The keeping of adequate records to attest acceptability,
h) The audit of the overall system, feedback and corrective action.

The QA-manual shall contain:


a) Quality System Organization Chart showing the person responsible for
establishing the quality policy and control system.
b) Quality documents in which quality requirements and data are
recorded.
c) Control of inspection and measuring equipment (calibration).
d) Quality control procedure. Technical Specifications (67/05/PT)
Consultant: Intech AS

49
Evaluation Criteria
If any of the information submitted by the Bidders is found to be in the
opinion of substantially unreliable, the proposal may be considered non-
responsive.

Atlantique Telecom Togo reserves the right to reject any portion of or all of
submitted responses and to re-solicit or not. Atlantique Telecom Togo is not
obliged to offer a contract to any respondent. The preferred Proponent will
be the one that provides the best overall value to the region and best
demonstrates an ability to meet targeted delivery dates.

The evaluation criteria will be as determined by Atlantique Telecom Togo that


shall be the sole determinant as to how a proposal is evaluated against these
criteria. Evaluation criteria are not subject to discussion or negotiation with
Bidders.

Evaluation of proposals will be based on but not limited to the following


criteria, and not necessarily in the order shown below:

 Initial Evaluation
 Detail Evaluation
 Final Evaluation

50
The Bidders are requested to provide pricing and other details for an
integrated solution that addresses the combined needs of Atlantique Telecom
Togo and those listed as connection points in Schedule "A" hereto. In
particular, Atlantique Telecom Togo is looking for an integrated solution
where core functionality can be used initially to address those needs and can
then be easily expanded. This would be done to meet the needs of other
uses who may wish to participate at a later date.

1. Initial Evaluation

Checking eligibility of the Technical Proposal if compliance with Request


for Proposals. Proposal shall be rejected if one of the following faults is
found:

 Absent of the original of the Proposal,

 Absent of respect of Atlantique Telecom Togo Requirement,

- Bidder do not submit Technical Proposal and Financial Proposal in two


separated envelopes or do not submit Financial Proposal,

- Proposal does not remain valid as required in the Request for Proposal,

- Bidder participate in two or more Proposals as a lead Bidder,

2. Detail Evaluation

a. Technical Evaluation
Technical Proposal shall be evaluated using score scale with 400 points
maximum and distribute to following item:

- Qualification, Experience: 150 points

- Work Approach: 250 points

51
Bidder who’s Technical Proposal get at least then the Financial Proposal of
this Bidder shall be opened for evaluation.

i. Evaluation of Qualification, Experience:

Point
No Requireme
Evaluation Item Maximu
. nt
m
1 Experience on Similar Projects 100
Experience on survey; design or 1 project 20
construction supervision for similar 2 projects 40
project (rehabilitation, upgrading, 3 projects 60
overhaul or new construction of fiber
4 projects 80
optic)
>=5
100
projects
2 Experience in the Region 30
Experience on similar project as 1 project 6
described at Item 1 in Togo or West 2 projects 12
Africa countries or other countries
3 projects 18
which have similar climate conditions
4 projects 24
>=5
30
projects
Experience of undertaking
3 Projects financed by the 20
Atlantique Telecom
1 project 4
2 projects 8
3 projects 12

52
Point
No Requireme
Evaluation Item Maximu
. nt
m
4 projects 16
>=5
20
projects
Total 150
Note:
- Evaluation on experience of Bidder firm in survey, design and
construction supervision of similar project shall be made base on
number of contract which have been carried out by Bidder firm
within the last ten (10) years.

ii. Evaluation of Work Approach:

Poin
No Evaluation t
Evaluation Requirement
. Item Max
.
Submitted proposals which
Understanding
demonstrate Bidder understands
1 of the Project 30
of the Project requirements and
Objectives
objectives.
2 Approach Assessment on background and 100
Methodology approach methodology for
implementation of work item and
string of works/events of the
Project which present reasonable

53
and logical.
Assessment of appropriateness of
proposed work program and
staffing schedule in comparison
Work Program, with project’s progress schedule,
Staffing approach methodology.
3 Schedule and 95
Assessment of appropriateness of
Training
proposed staffing schedule with
Program
work program.

Assessment of appropriateness of
training program.
The Technical Proposal
Documentation have all
information and content as
The Technical
required in the Request for
4 Proposal 25
Proposal (FTP – Full Technical
Documentation
Proposal), with clear structure,
easy to understand and presented
in chapter, section.
Total 250

The above evaluation item shall be evaluated according to percentage (%) of


responsive as follow:

Excellent Very Above Average Below Non


Good Average Average Complyin
g
100% 90% 80% 70% 50% 0

54
b. Evaluation of Financial Proposals
- Checking if clear financial proposal is presented by Bidders,
failure to complete this will result in disqualification of the
Proposal.

- Financial Proposal shall be evaluated according to following formula:

S f = 400 x Fm / F

where:

1,000: maximum point,

Sf is the financial score of the Financial Proposal being evaluated.

Fm is the evaluated total price (after revising errors …)

F is the evaluated total price of Financial Proposal under consideration (after


revising errors …)

3. Final Evaluation

Total Score = St x 70% + Sf x 30%

- Where:
St is awarded score of Technical Proposal.
Sf is awarded score of Financial Proposal.

Bidder firm shall be ranked from higher total score to lower total score.

Review of Submissions and Next Step


Atlantique Telecom Togo will be solely responsible for the review of
responses to this RFP and any decision as to any appropriate next step. In
reviewing the responses to this RFP, Atlantique Telecom Togo will be
interested in the following considerations:

55
The Proponent’s overall price and functionality that addresses the needs of
Atlantique Telecom Togo for their backhaul Network;
A proposal that recognizes the need to prepare a design that allows core
functionality to be deployed initially but which can be easily expanded upon,
for a small incremental cost, to meet the anticipated needs of other
participants at a later date;
The Proponent's demonstrated ability to prepare a detailed engineering study
in a short timeframe;
A description of any value added contributions that the Proponent can bring
to the project;
Following RFP evaluation and successful completion of all financing steps, it is
anticipated that an initial contract will be issued promptly. Atlantique
Telecom Togo reserves the right to negotiate further with any Proponent.

Timeline
The timeline requires a quick response. The following are target dates:
 October 15th, 2013– RFP responses received
 October 31st ,2013– Project decision made
 November 15th ,2013– Contract signed

Background: Project Objectives


The objective of this RFP is to provide an engineering study for the design of
a Fiber optic network to support the needs of the Atlantique Telecom Togo
Regional backhaul and to connect from the Lomé MSC located in Téléssou
through the Kara and points listed in appendix A to Atlantique Telecom Togo
Network

Appendix A: FO Network diagram

56
NB: This route will be based on common survey organized by Atlantique
Telecom Togo.

Appendix B: FO Network route

57
Togo logical FO network

58
Appendix C: FO Network nodes

NB: For this route, the bidder is requested to use the new highway between Lomé and Kara

59

You might also like