Professional Documents
Culture Documents
CONTENTS
Section III. Eligible Countries for the Provision of Goods, Works, and Services in
Bank-Financed Procurement ................................................................................................73
Notes on the Eligible Countries section .............................................................................74
Section IV. General Conditions of Contract.......................................................................77
Notes on the General Conditions of Contract (GCC) ........................................................77
Table of Clauses .................................................................................................................78
Section V. Special Conditions of Contract (SCC) ............................................................167
Notes on preparing the Special Conditions of Contract (SCC) .......................................167
Table of Clauses ...............................................................................................................169
Section VI. Technical Requirements (including Implementation Schedule) .................187
Notes on preparing the Technical Requirements .............................................................187
Notes on preparing the Implementation Schedule ...........................................................189
Table of Contents: Technical Requirements ...................................................................192
Section VII. Sample Forms ................................................................................................359
Notes to the Purchaser on preparing the Sample Forms ..................................................359
Notes to Bidders on working with the Sample Forms .....................................................362
Table of Sample Forms ....................................................................................................366
1
2. The Government of Kenya has received financing from the World Bank toward
the cost of The Eastern Africa Regional Transport, Trade and Development
Facilitation Project (EARTTDFP). EARTTDFP will be executed by the ICT
Authority under the Ministry of Information and Communications. The ICT
Authority therefore intends to apply part of the proceeds to payments under
the agreement(s) resulting from this IFB:
KICTA/EARTTFDP/ICB/01/2019-2020 The Government of Kenya is
the recipient for the proposed activity. The ICT Authority is the implementing
agency for the project and now invites sealed bids from eligible Bidders for:
3. Bidding will be conducted using the International Competitive Bidding (ICB)
procedures specified in the World Bank’s Guidelines: Procurement under IBRD
Loans and IDA Credits, edition of IDA Credits: May 2004 (revised October,
2006), and is open to all Bidders eligible as defined in these Guidelines, that
meet the following minimum qualification criteria:
8. The attention of prospective Bidders is drawn to (i) the fact that they will be
required to certify in their bids that all software is either covered by a valid
license or was produced by the Bidder and (ii) that violations are considered
fraud, which can result in ineligibility to be awarded World Bank-financed
contracts.
and placed in the Tender Box situated at ICT Authority entrance, 12th floor
Telposta Towers or mailed so as to reach the above address on or before
07/01/2020 at 10.00am East African Time.
5
This section of the Bidding Document provides the information necessary for
Bidders to prepare and submit responsive bids that meet the Purchaser’s requirements.
The ITB describes the critical steps of bid submission, opening and evaluation, and the
award of contract.
The ITB is to be used unchanged. Section II, which consists of the Bid Data Sheet
(BDS), is designed to include provisions that supplement or specify additional information
beyond that included in the ITB. This information is specific to each procurement and
must be filled in completely by the Purchaser.
Matters governing the performance of the Supplier, payments under the Contract,
and the risks, rights, and obligations of the parties under the Contract during actual
performance are not included in the ITB, but rather are covered in the General Conditions
of Contract (Section IV) and/or the Special Conditions of Contract (Section V). Different
sections of the Bidding Document should not overlap or duplicate the coverage of a
particular topic, to avoid creating ambiguity and/or contradictions.
The ITB and BDS do not form part of the final Contract.
6 Section I. Instructions to Bidders
Table of Clauses
A. General .................................................................................... 8
1. Scope of Bid and Bidding Process ................................................. 8
2. Source of Funds ...................................................................... 8
3. Fraud and Corruption ............................................................... 9
4. Eligible Bidders .................................................................... 11
5. Eligible Goods and Services ...................................................... 13
6. Qualifications of the Bidder ...................................................... 14
7. Cost of Bidding ..................................................................... 17
8. Site Visit ............................................................................ 17
B. The Bidding Documents ............................................................... 18
9. Content of Bidding Documents .................................................. 18
10. Clarification of Bidding Documents and Pre-bid Meeting .................... 19
11. Amendment of Bidding Documents ............................................. 20
C. Preparation of Bids ..................................................................... 20
12. Language of Bid .................................................................... 20
13. Documents Comprising the Bid .................................................. 20
14. Bid Prices ........................................................................... 23
15. Bid Currencies ...................................................................... 26
16. Documents Establishing the Conformity of the Information System to the
Bidding Documents ................................................................ 26
17. Securing the Bid ................................................................... 28
18. Period of Validity of Bids ......................................................... 30
19. Format and Signing of Bid ........................................................ 31
D. Submission of Bids ...................................................................... 32
20. Sealing and Marking of Bids ...................................................... 32
21. Deadline for Submission of Bids ................................................. 32
22. Late Bids ............................................................................ 33
23. Withdrawal, Substitution, and Modification of Bids .......................... 33
E. Bid Opening and Evaluation........................................................... 34
24. Opening of Bids by Purchaser .................................................... 34
25. Clarification of Bids ............................................................... 35
26. Preliminary Examination of Bids ................................................ 36
27. Conversion to Single Currency ................................................... 37
28. Evaluation and Comparison of Bids ............................................. 37
29. Domestic Preference .............................................................. 43
30. Contacting the Purchaser ........................................................ 44
Section I. Instructions to Bidders 7
Instructions to Bidders
A. GENERAL
1. Scope of Bid 1.1 The Purchaser named in the BDS and the SCC for GCC
and Bidding Clause 1.1 (b) (i), or its duly authorized Purchasing Agent
Process if so specified in the BDS (interchangeably referred to as
“the Purchaser” in these Bidding Documents), invites
bids for the supply and installation of the Information
System (IS), as briefly described in the BDS and specified
in greater detail in these Bidding Documents.
2. Source of 2.1 The Borrower named in the BDS has applied for or
Funds received a loan or credit (as identified in the BDS, and
called a “loan” in these Bidding Documents) from the
International Bank for Reconstruction and Development
or the International Development Association (called
“the Bank” in these Bidding Documents) equivalent to
the amount indicated in the BDS toward the cost of the
Project specified in the BDS. The Borrower intends to
apply a portion of the proceeds of this loan to eligible
payments under the Contract for which these Bidding
Documents are issued.
1
In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the
procurement process or contract execution for undue advantage is improper.
2
“Another party” refers to a public official acting in relation to the procurement process or contract
execution]. In this context, “public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions.
3
A “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process
or contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
4
“Parties” refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
10 Section I. Instructions to Bidders
1
A “party” refers to a participant in the procurement process or contract execution.
Section I. Instructions to Bidders 11
4. Eligible 4.1 A Bidder, and all parties constituting the Bidder, may
Bidders have the nationality of any country, subject to the
restrictions specified in Section III, Eligible Countries. A
Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted,
12 Section I. Instructions to Bidders
5. Eligible Goods 5.1 For the purposes of these Bidding Documents, the
and Services Information System means all:
7. Cost of 7.1 The Bidder shall bear all costs associated with the
Bidding preparation and submission of its bid, and the Purchaser
will in no case be responsible or liable for those costs.
8. Site Visit 8.1 The Bidder may wish to visit and examine the site or sites
of the Information System and obtain for itself, at its
own responsibility and risk, all information that may be
necessary for preparing the bid and entering into the
Contract. The costs of visiting the site or sites shall be
at the Bidder’s own expense.
8.2 The Purchaser will arrange for the Bidder and any of its
personnel or agents to gain access to the relevant site or
sites, provided that the Bidder gives the Purchaser
adequate notice of a proposed visit of at least fourteen
18 Section I. Instructions to Bidders
9.3 The Invitation for Bids is not formally part of the Bidding
Documents and is included for reference only. In case of
inconsistencies, the actual Bidding Documents shall
prevail.
Section I. Instructions to Bidders 19
11. 11.1 At any time prior to the deadline for submission of bids,
Amendme the Purchaser may, for any reason, whether at its own
nt of Bidding initiative or in response to a clarification requested by a
Documents prospective Bidder, amend the Bidding Documents.
Later amendments on the same subject modify or
replace earlier ones.
C. PREPARATION OF BIDS
12. Language 12.1 The bid prepared by the Bidder and all correspondence
of Bid and documents related to the bid exchanged by the
Bidder and the Purchaser shall be written in the
language specified in the BDS, or, if the BDS so
provides, in either one of two languages specified there.
Any printed literature furnished by the Bidder as part of
its bid may be in a language not specified in the BDS, as
long as such literature is accompanied by a translation of
its pertinent passages into the language of the bid, in
which case, for purposes of interpretation of the bid, the
translation shall govern.
to the Contract;
(e) Attachments:
14. Bid Prices 14.1 All Goods and Services identified in the Supply and
Installation Cost Sub-Table and the Recurrent Cost Sub-
Table in Section VII (Forms 2.5 and 2.6), and all other
Goods and Services proposed by the Bidder to fulfill the
requirements of the Information System, must be priced
separately in the format of the same tables and
summarized in the corresponding Cost Summary Tables in
the same Section. Prices must be quoted in accordance
with the instructions provided in Section VII for the
various cost tables, in the manner specified below.
14.2 The price of items that the Bidder has left blank in the
cost tables provided in Section VII shall be assumed to
be included in the price of other items. Items omitted
altogether from the cost tables shall be assumed to be
omitted from the bid and, provided that the bid is
substantially responsive, an adjustment to the bid price
will be made during evaluation in accordance with ITB
Clause 28.6 (c) (iii).
16. 16.1 Pursuant to ITB Clause 13.1 (e) (iv), the Bidder shall
Document furnish, as part of its bid, documents establishing the
s Establishing conformity to the Bidding Documents of the Information
the System that the Bidder proposes to supply and install
Conformity of under the Contract.
the
Information 16.2 The documentary evidence of conformity of the
System to the Information System to the Bidding Documents shall be in
Bidding the form of written descriptions, literature, diagrams,
Documents certifications, and client references, including:
Requirements.
17. Securing 17.1 The BDS for this Clause specifies whether bids must be
the Bid secured, and if so, whether by a Bid-Securing Declaration
or by a Bid Security. If a Bid Security is required or
optional, the BDS also specifies the amount.
laration or forfeiting the Bid Security, but in this case the bid
will be out of the competition for the award. Except as
provided in ITB Clause 18.3, a Bidder agreeing to the
request will not be required or permitted to modify its
bid, but will be required to ensure that the bid remains
secured for a correspondingly longer period, pursuant to
ITB Clause 17.2.
19. Format 19.1 The Bidder shall prepare an original and the number of
and Signing of copies/sets of the bid specified in the BDS, clearly
Bid marking each one as “ORIGINAL BID,” “COPY NO. 1,”
“COPY NO. 2,” etc., as appropriate. In the event of any
discrepancy between them, the original shall govern.
19.2 The original and all copies of the bid, each consisting of
the documents listed in ITB Clause 13.1, shall be typed or
written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder.
The authorization must be in writing and included in the
bid pursuant to ITB Clause 13.1 (d). The name and
position held by each person signing the authorization
must be typed or printed below the signature. All pages
of the bid, except for unamended printed literature,
shall be initialed by the person or persons signing the
bid.
D. SUBMISSION OF BIDS
20. Sealing 20.1 The Bidder shall seal the original and each copy of the
and Marking bid in separate envelopes, duly marking the envelopes as
of Bids “ORIGINAL BID” and “COPY NO. [number].” The
envelopes shall then be sealed in an outer envelope.
20.3 The inner envelopes shall also indicate the name and
address of the Bidder so that the bid can be returned
unopened in case it is declared “late.”
21. Deadline 21.1 Bids must be received by the Purchaser at the address
for specified in the BDS for ITB Clause 20.2 no later than the
Submission of time and date stated in the BDS.
Bids
21.2 The Purchaser may, at its discretion, extend this
Section I. Instructions to Bidders 33
22. Late Bids 22.1 Any bid received by the Purchaser after the bid
submission deadline prescribed by the Purchaser in the
BDS for ITB Clause 21, will be rejected and returned
unopened to the Bidder.
23. 23.1 The Bidder may withdraw, substitute, or modify its bid
Withdrawa after submission, provided that written notice of the
l, withdrawal, substitution, or modification is received by
Substitution, the Purchaser prior to the deadline prescribed for bid
and submission. All notices must be duly signed by an
Modification authorized representative and shall include a copy of the
of Bids authorization (the power of attorney) in accordance with
ITB Sub-Clause 19.2.
(b) bear the Contract name, the IFB Title and IFB
Number, and the words “BID WITHDRAWAL NOTICE”, BID
SUBSTITUTION NOTICE”, or “BID MODIFICATION NOTICE”.
24.4 Bids and modifications that are not opened and read out
at bid opening shall not be considered for further
evaluation, irrespective of the circumstances. These
bids, including any bids validly withdrawn in accordance
with ITB Clause 24.2, will promptly be returned,
unopened, to their Bidders.
25. 25.1 During the bid evaluation, the Purchaser may, at its
Clarificati discretion, ask the Bidder for a clarification of its bid.
on of Bids The request for clarification and the response shall be in
writing, and no change in the price or substance of the
36 Section I. Instructions to Bidders
28. Evaluation 28.1 The Purchaser will evaluate and compare the bids that
and have been determined to be substantially responsive,
Comparison pursuant to ITB Clause 26. The evaluation will be
of Bids performed assuming either that:
BDS.
B
Clow
X
T
1 X
C Thigh
where
The bid with the highest Evaluated Bid Score (B) among
responsive bids shall be termed the Lowest Evaluated Bid
and is eligible for Contract award, provided the Bidder
was prequalified and/or it was found to be qualified to
perform the Contract in accordance with ITB Clause 31
(Postqualification).
(e) The score for each feature (i) within a category (j)
will be combined with the scores of features in the
same category as a weighted sum to form the
Category Technical Score using the following
formula:
k
S j t ji w ji
i 1
where:
tji = the technical score for feature “i” in
category “j”
wji = the weight of feature “i” in category “j”
k = the number of scored features in category
“j”
k
and w
i 1
ji 1
where:
Sj = the Category Technical Score of category “j”
Wj = the weight of category “j” as specified in
the BDS
n = the number of categories
n
and W
j 1
j 1
28.6 The Evaluated Bid Price (C) for each responsive bid will
be determined as the sum of the Adjusted Supply and
42 Section I. Instructions to Bidders
x 1 1 I
x
where
N = number of years of the Warranty Period,
defined in SCC Clause 29.4
M = number of years of the Post-Warranty
Services Period, as defined in SCC Clause
1.1.(e) (xii)
x = an index number 1, 2, 3, ... N + M
representing each year of the combined
Warranty Service and Post-Warranty Service
Periods.
Rx = total Recurrent Costs for year “x,” as
recorded in the Recurrent Cost Sub-Table.
I = discount rate to be used for the Net Present
Value calculation, as specified in the BDS.
30. Contacting 30.1 From the time of bid opening to the time of Contract
the Purchaser award, if any Bidder wishes to contact the Purchaser on
any matter related to the bid, it should do so in writing.
32. Award 32.1 Subject to ITB Clause 34, the Purchaser will award the
Criteria Contract to the Bidder whose bid has been determined
to be substantially responsive and the Lowest Evaluated
Bid, provided further that the Bidder has been
determined to be qualified to perform the Contract
satisfactorily, pursuant to ITB Clause 31.
33. 33.1 The Purchaser reserves the right at the time of Contract
Purchaser’ award to increase or decrease, by the percentage(s)
s Right to indicated in the BDS, any of the following:
Vary
Quantities at
Time of
Award
(a) the quantity of substantially identical Subsystems;
or
34. 34.1 The Purchaser reserves the right to accept or reject any
Purchaser’ bid or to annul the bidding process and reject all bids at
s Right to any time prior to Contract award, without thereby
Accept Any incurring any liability to the Bidders.
Bid and to
Reject Any or
All Bids
46 Section I. Instructions to Bidders
35. 35.1 Prior to the expiration of the period of bid validity, the
Notificatio Purchaser shall notify the successful Bidder, in writing,
n of Award that its bid has been accepted.
36. Signing of 36.1 At the same time as the Purchaser notifies the successful
Contract Bidder that its bid has been accepted, the Purchaser will
send the Bidder the Contract Agreement provided in the
Bidding Documents, incorporating all agreements
between the parties.
A. GENERAL
ITB 1.1 Name of Purchaser: ICT Authority
Name of authorized Purchasing Agent: None
Description of the System for which bids are invited: Supply,
Installation, Testing, Commissioning, Training, Warranty
and Maintenance of two (2) Optical Fibre Networks
(Backbone and Access) along the Eldoret to Nadapal-
Nakodok Road
ITB 6.1 (c) If the Bidder proposes to use Subcontractor(s) for the
provision of certain key services, written agreement(s) by
the proposed firms to provide these services in case of
contract(s) resulting from this bidding are required. The
agreement(s) must describe:
The relationship between the Bidder and the
subcontractor(s).
The role of the Subcontractor(s) in the project.
The deliverables of the Subcontractor(s).
The quality management framework for the part of work
to be delivered by the subcontractor(s).
Any transition plan to hand over fully or partly the any
work that is subsequently handed over to the
Subcontractor(s) in the course of the project.
Section II. Bid Data Sheet 53
ITB 6.1 (d) The Winning bidder will be required to have a local partner
if they have no local presence. The project execution plan
must describe the exact role of the local partner, the
quality management framework for the part of work to be
delivered by the local partner and any transition plan to
hand over fully or partly the work that is subsequently
handed over to the local partner in the course of the
project.
ITB 10.2 Dates, times, and places for the pre-bid meeting:
03/12/2014 at 10.00am East African time at ICT
Authority offices, 12th Floor Telposta Towers,
Kenyatta Avenue entrance.
54 Section II. Bid Data Sheet
C. PREPARATION OF BIDS
ITB 12.1 The language of the bid and of all correspondence and
documents related to it is: English.
ITB 14.1 Recurrent cost items are required: Yes
ITB 14.4 Recurrent Cost Items are required. Bidder should
incorporate in its Bid Price all recurrent costs during the
warranty period (36 months from the date of operational
acceptance certificate). Bidders should quote separately
the recurrent costs for Hardware and Software maintenance
during the post warranty period (12 months after the
warranty period) in the Recurrent Cost Sub-Table (Form 2.4
and 2.6) under Section VII
ITB 14.4 (a) Bidders are required to quote for each item:
ITB 14.4 (c) Bidders must bid for all items. Bids quoting for incomplete
items (i.e. any missing item and/or missing required
quantities) shall be considered non-responsive.
ITB 14.5 The Incoterms edition is :Incoterms 2000 — ICC Official Rules
for the Interpretation of Trade Terms” published in 1st
January 2011 by the International Chamber of Commerce, 38
Cours Albert 1er, 75008 Paris, France
ITB 14.7 For foreign goods priced on a CIP (named place of
destination) basis:
ITB 15.1 (b) (i) The currency to be used for quoting prices of the Goods
and Services components of the System offered locally (i.e.,
from within the Purchaser’s Country), as well as local
currency expenditures for local technical support, training,
maintenance, transportation, insurance, and other local
services incidental to delivery, installation and operation of
the System, is: Kenya Shillings (KES)
ITB 16.2 (c) In addition to the topics described in ITB Clause 16.2 (c), the
Preliminary Project Plan must address the following topics:
None
ITB 16.3 In the interest of effective integration, cost-effective
technical support, and reduced re-training and staffing
costs, Bidders are required to offer specific brand names
and models for the following limited number of specific
items: None
Section II. Bid Data Sheet 55
ITB 17.7 The amount of Bid Security required is: US Dollars 100,000
or equivalent amount Kenya Shillings or any other easily
convertible currency or an equivalent amount in a freely
convertible currency.
ITB 18.1 The bid validity period shall be 120 days after the deadline
for bid submission, as specified below in reference to ITB
Clause 21. Accordingly, each bid shall be valid through
6/05/2020
Note: If Bidders have to secure bids pursuant to ITB Clause
17.1, add:
Accordingly, pursuant to ITB Clause 17.2 (f), a bid with a bid
security that expires before thirty (30) days after the end
of the bid validity period shall be rejected as non-
responsive.
ITB 19.1 In addition to the original of the Bid, the number of copies
of the Bid, in separate sealed envelopes, duly marking the
envelopes as “ORIGINAL”, “COPY 1”, “COPY 2” and a Soft
Copy (Flash Disk).
These inner envelopes containing the original and the copies
shall then be enclosed in one single Outer envelope.
D. SUBMISSION OF BIDS
ITB 20.2 (a) The address for bid submission is:
Attention:
The Chief Executive Officer
ICT Authority,
12 Floor (Reception Tender Box) Telposta Towers
Kenyatta Avenue
Telephone: Nairobi 254 – 20 – 2089061/2211960
procurement@ict.go.ke
Website: www.ict.go.ke
Date: 07/01/2020.
Time: 10.00 am. East African Time (EAT)
ITB 28.5 The Purchaser will not accept deviations in the schedule of
installation and commissioning specified in the
Implementation Schedule.
ITB 28.6 (c) (i) The Purchaser will not accept deviations in the payment
schedule in the SCC
ITB 28.6 (c) (ii) Interest Rate (I) for net present value calculations of
recurrent costs = 10% percent per annum.
ITB 28.6 (d) Bids will be evaluated as a complete package and contracts
awarded to the Bidders whose bid is technically responsive
Section II. Bid Data Sheet 57
1. Eligibility
1.1 Nationality Nationality in Must meet Must meet Must meet N/A Forms ELI – 1.1
accordance with ITB requirement requirement requirement and 1.2, with
4.1 attachments
1.3 Bank Eligibility Not having been Must meet Must meet Must meet N/A Letter of Bid
declared ineligible requirement requirement requirement
by the Bank, as
described in ITB 4.4,
4.5, 4.6 and 4.7
1.4 Government Owned Meets conditions of Must meet Must meet Must meet N/A Forms ELI – 1.1
Entity of the Borrower ITB 4.5 requirement requirement requirement and 1.2, with
country attachments
1.5 United Nations Not having been Must meet Must meet Must meet N/A Forms ELI – 1.1
resolution or excluded as a result requirement requirement requirement and 1.2, with
Borrower’s country law of prohibition in the attachments
Borrower’s country
laws or official
regulations against
commercial
relations with the
Bidder’s country, or
by an act of
compliance with UN
Security Council
Section II. Bid Data Sheet 59
1
Non performance, as decided by the Employer, shall include all contracts where (a) non performance was not challenged by the contractor,
including through referral to the dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully
settled against the contractor. Non performance shall not include contracts where Employers decision was overruled by the dispute resolution
mechanism. Non performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been
resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the
Bidder have been exhausted.
2
This requirement also applies to contracts executed by the Bidder as JV member.
Section II. Bid Data Sheet 61
1
The Bidder shall provide accurate information on the letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing
under its execution over the last five years. A consistent history of court/arbitral awards against the Bidder or any member of a joint venture may
result in disqualifying the Bidder.
62 Section II. Bid Data Sheet
1
The Employer may use this information to seek further information or clarifications in carrying out its due diligence.
Section II. Bid Data Sheet 63
N/A
3.2 Average Annual Minimum average Must meet Must meet Must meet 40%, Must meet Form FIN – 3.2
Construction Turnover annual construction requirement requirement of the 75%%, of the
turnover of US$ 16 requirement requirement
million, calculated
as total certified
payments received
for contracts in
progress and/or
completed within
the last four years.
66 Section II. Bid Data Sheet
4. Experience
4.1 General Construction Experience under Must meet N/A Must meet N/A Form EXP – 4.1
(a) Experience construction requirement requirement
contracts in the role
of prime contractor,
JV member, sub-
contractor, or
management
contractor for at
least the last eight
years, starting 1st
January 2011.
4.2 Specific Construction & (i) A minimum Must meet Must meet N/A N/A Form EXP 4.2(a)
(a) Contract Management number of similar1 requirement requirement2
Experience contracts specified
below that have
been satisfactorily
and substantially2
completed as a
prime contractor,
1
The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VII, Work’s
Requirements. Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement
will not be accepted.
2
Substantial completion shall be based on 80% or more works completed under the contract.
Section II. Bid Data Sheet 67
2
In the case of JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the
minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single
contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of
contracts completed by all members each of value equal or more than the minimum value required shall be aggregated.
1
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, shall be
considered to meet this requirement.
68 Section II. Bid Data Sheet
4.2 For the above and Must meet Must meet N/A Must meet the Form EXP – 4.2
(b) any other contracts requirements requirements following (b)
completed and requirements
under for the key
Section II. Bid Data Sheet 69
1
For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share shall be counted to meet
this requirement.
2
Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same time
period. The rate of production shall be the annual production rate for the key construction activity (or activities).
70 Section II. Bid Data Sheet
2
Requirement can be met through a Specialized Sub-contractor
1
The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual contracts.
71
73
If any countries fall under para. 1.8 (a) of the Guidelines, their names need to be
filled in at the place indicated in the text of this Section.
Finally, all explanatory notes, including this page, need to be removed.
Section III. Countries Eligible for Bank-Financed Procurement 75
1. Eligible for this procurement are firms of, and goods manufactured in, all
countries except countries, if any, listed in the following restrictions.
2. In accordance with para. 1.8 (a) of the Guidelines: Procurement under IBRD
Loans and IDA Credits, firms of a Country or goods manufactured in a Country may
be excluded if
3. For the information of borrowers and bidders, at the present time firms,
goods and services from the following countries are excluded from this bidding:
With reference to paragraph (i) above: [ list the countries, if any, that
meet the criteria mentioned above; otherwise write: "none"]
With reference to paragraph (ii) above: [ list the countries, if any, that
meet the criteria mentioned above; otherwise write: "none"]
77
The General Conditions of Contract (GCC) contained in this section are to be read
in conjunction with the Special Conditions of Contract (SCC) in Section V and the other
documents listed in the Contract Agreement. Together they form a complete document
expressing all the rights and obligations of the parties to the Contract.
The GCC must remain unaltered. Contract-specific information, deletions,
extensions, and modifications to the GCC shall be introduced only through the SCC.
78 Section IV. General Conditions of Contract
Table of Clauses
Bidding Documents.
(b) entities
(c) scope
(d) activities
Subsystem(s).
3.3 Headings
3.4 Persons
3.5 Incoterms
3.7 Amendment
3.10 Nonwaiver
3.11 Severability
6.2 Arbitration
6.2.1 If
8. Time for 8.1 The Supplier shall commence work on the System
Commencement within the period specified in the SCC, and without
98 Section IV. General Conditions of Contract
9. Supplier’s 9.1 The Supplier shall conduct all activities with due care
Responsibilities and diligence, in accordance with the Contract and
with the skill and care expected of a competent
provider of information technologies, information
systems, support, maintenance, training, and other
related services, or in accordance with best industry
practices. In particular, the Supplier shall provide
and employ only technical personnel who are skilled
and experienced in their respective callings and
supervisory staff who are competent to adequately
supervise the work at hand.
Section IV. General Conditions of Contract 99
9.5 The Supplier shall comply with all laws in force in the
Purchaser’s Country. The laws will include all
national, provincial, municipal, or other laws that
affect the performance of the Contract and are
binding upon the Supplier. The Supplier shall
100 Section IV. General Conditions of Contract
9.6 The Supplier shall, in all dealings with its labor and
the labor of its Subcontractors currently employed on
or connected with the Contract, pay due regard to all
recognized festivals, official holidays, religious or
other customs, and all local laws and regulations
pertaining to the employment of labor.
10. Purchaser’s 10.1 The Purchaser shall ensure the accuracy of all
Responsibilities information and/or data to be supplied by the
Purchaser to the Supplier, except when otherwise
expressly stated in the Contract.
C. PAYMENT
11. Contract 11.1 The Contract Price shall be as specified in Article 2
Price (Contract Price and Terms of Payment) of the
Contract Agreement.
12. Terms of 12.1 The Supplier’s request for payment shall be made to
Payment the Purchaser in writing, accompanied by an invoice
describing, as appropriate, the System or
Subsystem(s), Delivered, Pre-commissioned, Installed,
and Operationally Accepted, and by documents
submitted pursuant to GCC Clause 22.5 and upon
fulfillment of other obligations stipulated in the
Contract.
SCC.
14. Taxes and 14.1 For Goods or Services supplied from outside the
Duties Purchaser’s country, the Supplier shall be entirely
responsible for all taxes, stamp duties, license fees,
and other such levies imposed outside the Purchaser’s
country. Any duties, such as importation or customs
duties, and taxes and other levies, payable in the
Purchaser’s country for the supply of Goods and
Services from outside the Purchaser’s country are the
responsibility of the Purchaser unless these duties or
taxes have been made part of the Contract Price in
Article 2 of the Contract Agreement and the Price
Schedule it refers to, in which case the duties and
taxes will be the Supplier’s responsibility.
D. INTELLECTUAL PROPERTY
15. Copyright 15.1 The Intellectual Property Rights in all Standard
Software and Standard Materials shall remain vested
in the owner of such rights.
15.5 The parties shall enter into such (if any) escrow
arrangements in relation to the Source Code to some
or all of the Software as are specified in the SCC and
in accordance with the SCC.
16. Software 16.1 Except to the extent that the Intellectual Property
License Rights in the Software vest in the Purchaser, the
Agreements Supplier hereby grants to the Purchaser license to
access and use the Software, including all inventions,
designs, and marks embodied in the Software.
(a) be:
(i) nonexclusive;
19. Project Plan 19.1 In close cooperation with the Purchaser and based on
the Preliminary Project Plan included in the
Supplier’s bid, the Supplier shall develop a Project
Plan encompassing the activities specified in the
Contract. The contents of the Project Plan shall be as
specified in the SCC and/or Technical Requirements.
22.4 Transportation
24. 24.1 The Supplier shall provide all Services specified in the
Implementat Contract and Agreed and Finalized Project Plan in
ion, accordance with the highest standards of professional
Installation, and competence and integrity.
Other Services
24.2 Prices charged by the Supplier for Services, if not
124 Section IV. General Conditions of Contract
25. Inspections 25.1 The Purchaser or its representative shall have the
and Tests right to inspect and/or test any components of the
System, as specified in the Technical Requirements,
to confirm their good working order and/or
conformity to the Contract at the point of delivery
and/or at the Project Site.
26. Installation 26.1 As soon as the System, or any Subsystem, has, in the
of the System opinion of the Supplier, been delivered, Pre-
commissioned, and made ready for Commissioning
and Operational Acceptance Testing in accordance
with the Technical Requirements, the SCC and the
Agreed and Finalized Project Plan, the Supplier shall
so notify the Purchaser in writing.
or
29. Defect 29.1 The Supplier warrants that the System, including all
Liability Information Technologies, Materials, and other Goods
supplied and Services provided, shall be free from
defects in the design, engineering, Materials, and
workmanship that prevent the System and/or any of
its components from fulfilling the Technical
Requirements or that limit in a material fashion the
performance, reliability, or extensibility of the
System and/or Subsystems. Exceptions and/or
limitations, if any, to this warranty with respect to
Software (or categories of Software), shall be as
specified in the SCC. Commercial warranty
provisions of products supplied under the Contract
shall apply to the extent that they do not conflict
with the provisions of this Contract.
If such part fails the tests, the Supplier shall carry out
further repair, replacement, or making good (as the
case may be) until that part of the System passes such
tests. The tests shall be agreed upon by the
Purchaser and the Supplier.
30. Functional 30.1 The Supplier guarantees that, once the Operational
Guarantees Acceptance Certificate(s) has been issued, the System
represents a complete, integrated solution to the
Purchaser’s requirements set forth in the Technical
Requirements and it conforms to all other aspects of
the Contract. The Supplier acknowledges that GCC
Clause 27 regarding Commissioning and Operational
Acceptance governs how technical conformance of
the System to the Contract requirements will be
136 Section IV. General Conditions of Contract
determined.
31. Intellectual 31.1 The Supplier hereby represents and warrants that:
Property Rights
Warranty (a) the System as supplied, installed, tested, and
accepted;
32. Intellectual 32.1 The Supplier shall indemnify and hold harmless the
Property Rights Purchaser and its employees and officers from and
Indemnity against any and all losses, liabilities, and costs
(including losses, liabilities, and costs incurred in
defending a claim alleging such a liability), that the
Purchaser or its employees or officers may suffer as a
result of any infringement or alleged infringement of
any Intellectual Property Rights by reason of:
32.2 Such indemnity shall not cover any use of the System,
including the Materials, other than for the purpose
indicated by or to be reasonably inferred from the
Contract, any infringement resulting from the use of
the System, or any products of the System produced
thereby in association or combination with any other
goods or services not supplied by the Supplier, where
the infringement arises because of such association or
combination and not because of use of the System in
its own right.
33. Limitation of 33.1 Provided the following does not exclude or limit any
Liability liabilities of either party in ways not permitted by
applicable law:
G. RISK DISTRIBUTION
34. Transfer of 34.1 With the exception of Software and Materials, the
Ownership ownership of the Information Technologies and other
Goods shall be transferred to the Purchaser at the
time of Delivery or otherwise under terms that may
Section IV. General Conditions of Contract 141
35. Care of the 35.1 The Purchaser shall become responsible for the care
System and custody of the System or Subsystems upon their
Delivery. The Purchaser shall make good at its own
cost any loss or damage that may occur to the System
or Subsystems from any cause from the date of
Delivery until the date of Operational Acceptance of
the System or Subsystems, pursuant to GCC Clause 27
(Commissioning and Operational Acceptance),
excepting such loss or damage arising from acts or
omissions of the Supplier, its employees, or
subcontractors.
36. Loss of or 36.1 The Supplier and each and every Subcontractor shall
Damage to abide by the job safety, insurance, customs, and
Property; immigration measures prevalent and laws in force in
Accident or the Purchaser’s Country.
Injury to
Workers; 36.2 Subject to GCC Clause 36.3, the Supplier shall
Indemnification indemnify and hold harmless the Purchaser and its
employees and officers from and against any and all
losses, liabilities and costs (including losses,
liabilities, and costs incurred in defending a claim
alleging such a liability) that the Purchaser or its
Section IV. General Conditions of Contract 143
37. Insurances 37.1 The Supplier shall at its expense take out and
maintain in effect, or cause to be taken out and
maintained in effect, during the performance of the
Contract, the insurance set forth below. The identity
of the insurers and the form of the policies shall be
subject to the approval of the Purchaser, who should
not unreasonably withhold such approval.
Section IV. General Conditions of Contract 145
38. Force 38.1 “Force Majeure” shall mean any event beyond the
Majeure reasonable control of the Purchaser or of the
Supplier, as the case may be, and which is
unavoidable notwithstanding the reasonable care of
the party affected and shall include, without
limitation, the following:
38.3 The party who has given such notice shall be excused
from the performance or punctual performance of its
obligations under the Contract for so long as the
relevant event of Force Majeure continues and to the
extent that such party’s performance is prevented,
hindered, or delayed. The Time for Achieving
Operational Acceptance shall be extended in
accordance with GCC Clause 40 (Extension of Time for
Achieving Operational Acceptance).
1
“Another party” refers to a public official acting in relation to the procurement process or contract
execution]. In this context, “public official” includes World Bank staff and employees of other
organizations taking or reviewing procurement decisions.
2
A “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process
or contract execution; and the “act or omission” is intended to influence the procurement process or contract
execution.
3
“Parties” refers to participants in the procurement process (including public officials) attempting to
establish bid prices at artificial, non competitive levels.
4
A “party” refers to a participant in the procurement process or contract execution.
Section IV. General Conditions of Contract 159
41.3.1 If:
42. Assignment 42.l Neither the Purchaser nor the Supplier shall, without
the express prior written consent of the other, assign
to any third party the Contract or any part thereof, or
any right, benefit, obligation, or interest therein or
thereunder, except that the Supplier shall be entitled
to assign either absolutely or by way of charge any
monies due and payable to it or that may become due
and payable to it under the Contract.
167
The SCC are analogous to the Bid Data Sheet (BDS) in that they are used to specify
in one place all the important information, deletions, changes, and additions relating to a
standard part of the Bidding Documents necessary to provide proper contractual coverage
for a particular Information System (System). In this instance, the deletions, changes,
and additions relate to the General Conditions of Contract (GCC). Users should avoid in
general, however, introducing major changes to the GCC. The standard GCC provisions
provide a balanced framework within which a System can be supplied and installed that is
fair to both the Purchaser and the successful Bidder. Major changes can upset this
balance and therefore will require the clearance of the Regional Procurement Advisor.
As for the BDS, illustrative sample text and explanatory notes are provided for
each Special Condition to assist the Purchaser in preparing more appropriate and focused
SCC. Much of the sample text may be adopted directly. The Purchaser may have to
modify or expand the suggested text, however, to accommodate the specific
circumstances of the Purchaser, the Purchaser’s Country and/or the System the Purchaser
wishes to procure. In particular, the Purchaser must ensure that the SCC clearly and
completely specify:
(a) all the Contract-specific information that the GCC explicitly state will be
specified in the SCC (e.g., governing law and language, names of the Purchaser
and the Supplier, currency(ies) of payment);
(b) any modifications to the GCC that are required so that the Contract fits the
specific circumstances of the System (e.g., details of the operational acceptance
tests that will be carried out or the specific nature of any maintenance service
obligations that the Supplier will have to carry out);
(c) any GCC clause, sub-clause that is non-applicable and should be deleted;
and
(d) any additional Contract conditions called for by the specific nature of the
procurement and the risks associated with it, which are not adequately covered by
the standard GCC.
Since the SCC complete, complement, and extend the GCC, the structure of the
SCC presented here is designed to mirror that of the GCC themselves. For ease of use,
most, if not all SCC clauses should be explicitly linked to specific standard GCC clauses
and sub-clauses and be presented in the same sequence. The Purchaser should take great
care to maintain and verify the accuracy of all cross references used linking the two
sections. Also, in preparing the SCC, the Purchaser should avoid at all costs introducing
duplications and/or contradictions between the SCC and the GCC. When such
contradictions occur, the SCC prevail over the GCC, but in the process they create
168 Section V. Special Conditions of Contract
ambiguity and confusion that can undermine the Purchaser’s ability to exercise its rights
under the Contract. In addition to maintaining the harmony between the SCC and the
GCC, the Purchaser should also ensure that the Technical Requirements (and the
Implementation Schedule that is part of the Technical Requirements) and the SCC remain
internally consistent.
These SBD are written so that a single Contract can cover, if needed, all the supply
and service responsibilities potentially required throughout the life-cycle of a typical
Information System, including:
(a) The period covering the supply, Delivery, Pre-commissioning, Installation,
Commissioning, and Operational Acceptance of the System;
(b) The Warranty Period, following Operational Acceptance, during which the
System is in use and the Supplier remains liable for the repair of any defects that
are discovered in the System, and to provide any other Services specified in these
SCC; and
(c) The Post-Warranty Services Period, during which the Supplier is obligated to
provide those Goods and Services that were: (i) identified in the Recurrent Cost
Sub-Table and (ii) specified in Clause 7.3 of the SCC as obligations of the Supplier.
These obligations may include, for example: providing software licenses annually,
emergency repair and other technical support, hardware and software maintenance,
etc.
To the extent that the items in the Post-Warranty Services Period can be classified
as normal recurrent operational costs of the Purchaser (as compared with one-time costs
associated with the Contract), the ability of the World Bank to finance them may be
affected, since normally such costs are the responsibility of the Borrower. Provided,
however, the World Bank has established so-called Country Financing Parameters with the
country of the Purchaser, an enlarged scope might exist for financing recurrent costs by the
World Bank in accordance with the Financing Guidelines of April 2004. In order to reduce
the administrative complexity of contracts, recurrent and other cost items not financed by
the World Bank but taken into consideration in the Evaluated Bid Price should be acquired
under separate, free-standing contract(s) between the Purchaser and the Supplier (or other
suppliers). These contracts are either self-financed or financed by other lenders. However
such costs are financed, it is in the Purchaser’s interest to carefully identify the key
recurrent cost items that are likely to be required in the Bidding Documents and invite
Bidders to quote for them in competition, because more economic prices are likely to result.
In addition to specifying these items in the Recurrent Cost Sub-Table of the Bidding
Document and incorporating them into the bid evaluation process specified in the ITB and
BDS, the Purchaser must also specify the technical and other features of these recurrent
obligations in the Technical Requirements and/or the SCC. For example, the coverage
period, the required response times, and how the maintenance services are carried out all
need to be defined.
Section V. Special Conditions of Contract 169
Table of Clauses
GCC 1.1 (e) (i) The Purchaser’s Country is: The Republic of Kenya
GCC 1.1 (e) (iii) The Project Site(s) is/are: Along the road: Eldoret, Lodwar,
Lokichogio, Nadapal/Nakodok as specified in the
Implementation Schedule in the Technical Requirements
Section.
GCC 1.1 (e) (x) The Contract shall continue in force until the Information
System and all the Services have been provided unless the
Contract is terminated earlier in accordance with the terms set
172 Section V. Special Conditions of Contract
These rules, in the version in force at the time of the request for
arbitration, will be deemed to form part of this Contract.
If the Supplier is a national of the Purchaser's country, the
Contract shall contain the following provision: Any
dispute between the Purchaser and a Supplier arising in
connection with the present Contract shall be referred to
arbitration in accordance with the laws of Kenya.
None.
C. PAYMENT
Training Services
i. Ten (10) percent of the Total Training Cost upon signing
the Contract, and submission of an accepted training
programme
GCC 12.3 The Purchaser shall pay to the Supplier interest on the delayed
payments at a rate of: LIBOR+1% per annum.
GCC 12.4 For Goods and Services supplied locally, the Purchaser will pay
the Supplier in the currency stated in the Contract
Agreement and the Price Schedules it refers to.
176 Section V. Special Conditions of Contract
D. INTELLECTUAL PROPERTY
GCC 19.2 Within thirty (30) days from the Effective Date of the Contract,
the Supplier shall present a Project Plan to the Purchaser. The
Section V. Special Conditions of Contract 179
GCC 29.4 The Warranty Period shall begin from the date of Operational
Acceptance of the System or Subsystem and extend for : 36
months
GCC 29.10 During the Warranty Period, the Supplier must commence the
work necessary to remedy defects or damage within 1 working
day of notification.
G. RISK DISTRIBUTION
40. Extension of Time for Achieving Operational Acceptance (GCC Clause 40)
GCC 40 There are no Special Conditions of Contract applicable to
GCC Clause 40
The Technical Requirements should include all the technical details that Bidders
need, in combination with the Implementation Schedule and the supporting System
Inventory Tables, to prepare realistic, responsive, and competitive bids.
The Technical Requirements should, as much as possible, be based on and
expressed in terms of the Purchaser’s business, rather than technological needs. This
leaves it up to the market to determine what specific Information Technologies can best
satisfy these business needs. Nevertheless, in the case of a relatively straight-forward
Information System, where the business needs have been clearly linked to technological
requirements, it would be acceptable to prepare Technical Requirements that describe
technologies known to satisfy those business needs. Even in these cases, however, the
requirements must be vendor neutral and specified to elicit the widest range of possible
technical responses.
References to brand names, catalog numbers, or other details that limit the source
of any item or component to a specific manufacturer should be avoided. Where such
references are unavoidable, the words “or substantially equivalent” should be added to
permit Bidders to bid equivalent or superior technologies. Only in the most exceptional
circumstances may Bidders be required to offer brand-name items and the equivalency
clause be omitted. The World Bank’s consideration for exception requires that:
(a) a brand-name component appears to have no equivalent or superior
alternative, because of its unique ability to reliably interoperate with a
relatively large base of existing technologies, to conform with the
Purchaser’s adopted technological standards, and to offer overwhelming
savings in terms of avoided costs for retraining, data conversion, macro /
business template redevelopment, etc.;
(b) the World Bank has agreed in advance, during project preparation, that
such brand-name restrictions are warranted; and
(c) such brand-name components are the absolute fewest possible and each
component has been explicitly identified in the Bid Data Sheet for ITB
Clause 16.3 (ITB Clause 14.3 in the two-stage SBD).
188 Section VI. Technical Requirements
are two sample formats given for the System Inventory Tables: one for the Supply and
Installation cost items and the second for recurrent cost items needed (if any). The
second version of the table permits the Purchaser to obtain price information about items
that are needed during the Warranty and Post-Warranty Service Periods.
The Site Table(s) provides information regarding the physical location of the site(s)
where the System is to be supplied, installed, and operated. The site(s) may consist of a
number of branch offices in remote regions, different departments or offices in the same
city, or a combination of these. The Purchaser must specify this information in sufficient
detail so that Bidders can accurately estimate costs related to:
(a) Delivery and insurance;
(b) Installation, including cabling and inter-building communications, etc.;
(c) any subcontracts needed to perform post-warranty operational support
services, such as emergency repair, maintenance, and other support
services; and
(d) any other related Service obligations the successful Bidder will have to
perform under the Contract, including related travel and subsistence costs.
This information will also help Bidders identify which site(s) may warrant a site
visit during the period they are preparing their bids. If the System presents complex
installation problems, a detailed site layout drawings should be included in the Bidding
Document.
If the System comprises a number of Subsystems or components that can be
supplied and installed separately and are organized into separate “lots” for bidding,
evaluation, and Contract award purposes, each such lot should be described in separate
sets of Implementation Schedule, System Inventory, and Site Tables.
192 Section VI. Technical Requirements
Technical Requirements
A. BACKGROUND
0.1 The Purchaser
0.1.1 The ICT Authority was established as a State Corporation under the
State Corporations Act Cap. 446 Gazette Notice No.118.
0.1.2 The Government of Kenya (hereinafter called “Borrower”) has
received financing from the International Development Association
(IDA) (the “Bank”) in the form of a “credit” (hereinafter called
“credit” toward the cost of Eastern Africa Regional Transport, Trade
and Development Facilitation Project (EARTTDP).
One of the components, to be financed by the World Bank under this
credit is the Enhancing Internet Connectivity through construction of
a high capacity Optic Fibre Cable backbone and associated ductwork
to be laid alongside the road from Eldoret to Nadapal-Nakodok.
The ICT Authority, through the Ministry of Information,
Communications & Technology (MoICT) has been selected to be the
implementing agency of the ICT component and intends to apply a
portion of the proceeds of this credit to eligible payments under the
contract for which this technical assistance is issued.
The South Sudan – Eastern Africa Regional Transport, Trade and
Development Facilitation Program (EARTTDFP) is a regional initiative
agreed and jointly financed by the Government of Kenya and the
International Development Association for the component to be
implemented by the Kenya Government agencies. The program will
support Kenya’s economic development strategy and address the
mounting pressures to enhance connectivity to of the northern parts
of the country and South Sudan to the Port of Mombasa.
The project is projected to achieve the following:
1. Contribute to economic growth in the region through increased trade
and better access for landlocked countries to the port of Mombasa;
2. Provide alternative direct road access to the port of Mombasa for
south Sudan's export/imports (without transiting another country), as
194 Section VI. Technical Requirements
0.2.2 The goal of laying the Optic Fibre Cable is to contribute towards the
extension of the geographic reach of Optic Fibre Cable network in
order to improve service delivery (for both public and private sector
services) in the North-western part of Kenya.
0.2.3 The expected outcomes are:
Increased volume of international (to South Sudan) and national (to
North Western Kenya) traffic;
Lower Internet service costs
Availability of Government e-Services (Operational Huduma Centres)
along the development corridor (with the installation of Optic Fibre
Cable the North Western part of Kenya will have access to better
connectivity which will the ability to provide online services);
Increased employment and income generation in ICT sector along the
development corridor (increase in the number of individuals/
business engaged information technology or technology enabled
services);
Strengthened policy and regulatory framework to support increased
competitiveness, and realization of an Integrated Infrastructure
Development approach decreased ICT costs and improved ICT
services.
0.3 Acronyms Used in These Technical Requirements
Below is the table of organizational and technical acronyms used in the
Technical Requirements.
Table 1: List of Terms Used
Term Explanation/Meaning
1. ACR Adaptive Clock Recovery
2. ADSL Asymmetric Digital Subscriber Line
3. ARP Address Resolution Protocol
4. Atom Any Transport Over MPLS
5. BFD Bidirectional Forwarding Detection
196 Section VI. Technical Requirements
Term Explanation/Meaning
6. BGP Border Gateway Protocol
7. Btu British Thermal Unit
8. CORBA Common Object Request Broker Architecture
9. CPE Customer Premises Equipment
10. Db Decibels
11. DHCP Dynamic Host Configuration Protocol
12. DLP Data Loss Prevention
13. DWDM Dense Wavelength Division Multiplexing
14. DWRR Deficit Weighted Round Robin
15. EARTTDFP Eastern Africa Regional Transport, Trade And Development
Facilitation Project
16. FTP File Transfer Protocol
17. Gbps Gigabits Per Second
18. GCCN Government Common Core Network
19. GE Gigabit Ethernet
20. GMPLS Generalized Multiprotocol Label Switching
21. Gok Government Of Kenya
22. GPON Gigabit Passive Optical Networks
23. GSM Global System For Mobile Communications
24. GTSM Generalized TTL Security Mechanism
25. HTTPS Hypertext Transfer Protocol Secure
26. ICTA Information And Communication Technology (ICT)
Authority
27. IGMP Internet Group Management Protocol
28. IoT Internet Of Things
29. IP Internet Protocol
30. IPsec Internet Protocol Security
31. Ipv4 Internet Protocol Version 4
32. Ipv6 Internet Protocol Version 6
33. ISDL Integrated Services Digital Network
34. ISIS Intermediate System To Intermediate System
Section VI. Technical Requirements 197
Term Explanation/Meaning
35. IS-IS Intermediate System – Intermediate System
36. ISP Internet Service Provider
37. KENHA Kenya National Highway Authority
38. L2VPN Layer 2 Virtual Private Network
39. L3VPN Layer 3 Virtual Private Network
40. LDP Label Distribution Protocol
41. LSP Label Switching Path
42. MIMO Multiple Input, Multiple Output
43. MOICT Ministry Of Information And Communication Technology
44. MPLS Multiprotocol Label Switching
45. NAT Network Address Translation
46. NE Network Element
47. NGFW Next-Generation Firewall
48. NMS Network Management System
49. NOC Network Operations Center
50. NOFBI National Optical Fiber Backbone Infrastructure
51. NSR Non Stop Routing
52. NZDSF Non-Zero Dispersion Shifted Fiber
53. O&M Operations And Maintenance
54. OADM Optical Add Drop Multiplexer
55. Och Optical Channel
56. OFC Optical Fiber Cable
57. OFDM Orthogonal Frequency-Division Multiplexing
58. OSPF Open Shortest Path First
59. OTDR Optical Time Domain Reflectometer
60. OTN Optical Transport Network
61. PE Provider Edge
62. POS Packet Over SONET
63. PSU Power Supply Unit
64. PWE3 Pseudowire 3
198 Section VI. Technical Requirements
Term Explanation/Meaning
65. Qos Quality Of Service
66. RIP Routing Information Protocol
67. ROADM Reconfigurable Optical Add-Drop Multiplexer
68. Rohs Restriction Of Hazardous Substances
69. RP Route Process
70. SDH Synchronous Data Hierarchy
71. SFP Small Form-Factor Pluggable
72. SLA Service Level Agreement
73. SNMP Simple Network Management Protocol
74. SRM Smart Road Management
75. SSL Secure Sockets Layer
76. STM Synchronous Transport Module
77. TACACS Terminal Access Controller Access Control System
78. URPF Unicast Reverse Path Forwarding
79. VLL Virtual Leased Line
80. VPLS Virtual Private LAN Service
81. VPN Virtual Private Network
82. VRRP Virtual Router Redundancy Protocol
83. WDM Wavelength Division Multiplexing
84. WDM Wavelength-Division Multiplexing
85. WRR Weighted Round Robin
86. XML Extensible Markup Language
1.1.3 Provide alternative direct road access to the port of Mombasa for
south Sudan's export/imports (without transiting another country),
as well as facilitating reconstruction efforts in all sectors in South
Sudan;
1.1.4 Enhance service delivery and at the same time attract development
and road side businesses in the less developed areas of the road
corridor within the two economies;
1.1.5 The full scope of works is provided in the Technical Specifications
Section C.
1.1.6 The concept design and proposed Architectural Design, The Core and
Distribution Layers and Access layers are further described in
Technical Specifications (Section C).
1.1.7 The outline of the services that will be provided by the network
1.1.8 The plan of the services that will be provided by the network will be
as follows:
1.1.8.1 Dark Fiber
1.1.8.2 Lit Fiber
1.1.8.3 Internet connectivity. Including Landing Gateway for South
Sudan.
1.1.8.4 Virtual Private Networks (VPNs) - layer 2 & 3
1.1.9 Characteristics of the Distribution Layer are:
1.1.9.1 The devices at this layer control access to resources that are
available at the core layer.
1.1.9.2 These devices concentrate multiple low-speed access links
into a high-speed core link while also segmenting and isolating
network problems from disrupting the core layer.
1.1.9.3 This layer also provides redundant connections for aggregation
devices. In addition to the resiliency that redundant
connections provide they also present the opportunity to load-
balance between devices.
1.1.9.4 This layer provides any media transitions (for example,
between Ethernet and SDH) that may be required.
1.1.9.5 The full functional specifications are further described in
Specifications Section C.
1.2 Functional Performance Requirements of the System
200 Section VI. Technical Requirements
1.1.1.1. The proposed system can receive the real-time alarm from the
DWDM/IP network NMS via SNMP V1/V2c/V3;
1.1.1.2. The alarm from NMS can automatically trigger the diagnosis.
1.3 Related Information Technology Issues and Initiatives
1.1.1.1. The full related information Technology issues and initiatives are
included in Technical Specifications (Section C).
Section VI. Technical Requirements 201
C. TECHNICAL SPECIFICATIONS
2.0 General Technical Requirements
2.0.1 Language Support: All information technologies must be documented
in English.
2.0.2 DATES: All information technologies MUST properly display,
calculate, and transmit date data, including, but not restricted to
21st-Century date data.
2.0.3 Electrical Power: All active (powered) equipment must operate on
220v +/- 20v, 50Hz +/- 2Hz. All active equipment must include
power plugs standard in Kenya.
2.0.4 Environmental: Unless otherwise specified, all equipment must
operate in environments of as per relevant specifications in section
3.
2.0.5 Safety:
2.0.5.1 Unless otherwise specified, all equipment must operate
at noise levels no greater than relevant decibels mentioned in
section 3 of the specifications section.
2.0.5.2 All electronic equipment that emits electromagnetic
energy must be certified as meeting relevant emission
standards as per section C of the technical specifications
section or equivalent, emission standards.
1. Concept Design
The design concept proposed in this document is a high-level. The underlying logic
and reasoning on how the Optic Fibre Cable from Eldoret to Nadapal/ Nakodok
will be realized shall be the responsibility of the contractor. It is highly
recommended that the bidder visits the site as part of bid preparation.
Proposed Architectural Design
The architectural design is managed within three (X3) main network layers: Core,
Distribution, and Aggregation. The main fiber Hub sites (Core sites) are designed
to be in some of the major centers and where possible County Headquarters.
202 Section VI. Technical Requirements
These constitute the backbone network along the road from Eldoret to
Nadapal/Nakodok. These Core sites will also host Distribution and Access
functionalities while keeping the layer distinction on the overall network
operation. There will be a total of nine (X9) Core/Distribution sites, namely:
Eldoret, Moi’s Bridge, Kitale, Kainuk, Lokichar, Lodwar, Kakuma, Lokichoggio, and
Nadapal/Nakodok. The backbone branches to a Distribution layer that will service
the second tier of the network providing the interface between the Core and the
Aggregation layers of the network. Even though the physical locations and even
equipment will be collapsed into the same physical node the functions of each
layer are independent of each other.
The Aggregation layer is constituted by fourteen (X14) purely Aggregation sites
(Soy, Kongoni, Kesogon, Kipsaina, Kapenguria, Chepareria, Ortum, Marich Pass,
Turkwel, Kalemngorok, Luterere, Garitei, Rest Stop 2, and Nagorum). In addition,
the nine (X9) Core sites will have aggregation equipment to make a total of 23
data aggregation locations. These sites will serve as access gateways for the
different users of the network (Smart Road Facilities, GSM Base Stations, schools,
hospitals, Government offices, etc.).
The estimated current capacity requirement for South Sudan is 4Gbps; once this
cable is operational, a full 10Gbps will be available for South Sudan.
2.1. Design.
The Contractor shall develop a high-level and low-level network designs that
will be approved by the Employer. The approved network designs will be used
for implementation.
The following are design features and services of the network that bidders
will consider:
2.1.1. The outline of the services that will be provided by the network
The plan of the services that will be provided by the network will be as
follows:
2.1.1.1. Dark Fiber
Section VI. Technical Requirements 203
2.1.2. Architecture
The network functionality will be split into three different layers, each
catering for different needs of the network. These layers are the Core,
Distribution and Aggregation layers. Core and Distribution will be hosted at the
same location and box.
The core equipment at core sites, especially at Eldoret, Nadapal/Nakodok and
Kainuk; shall be such that they will support interfacing to any type of
transmission equipment that might be available for redundant paths either
from other service providers or government networks.
The bidders need to consider the existing technologies, which are not very
different to the proposed and provide the required interface modules in
their edge equipment (Router) to integrate to existing Government networks
and other privates sector service providers. The bidders shall note they have
to interface with these networks so provision can be made in their bid.
The mentioned open standard protocols will ensure that both cables are able
to transmit information across the two networks and others in the future.
The following diagram shows the proposed logical topology of the network:
204 Section VI. Technical Requirements
Kesogon
Kapenguria
Kitale
Chepareria
Ortum
Nadapal Mois Bridge
Eldoret
Marich Pass
Turkwel
Kainuk
Lokichoggio
Kakuma Lodwar Lokichar
Kalemngorok
Nagorum
Luterere
Rest Stop 2 Garitei
The design topology highlighted in the design above allows for redundancy and
resiliency between all the network equipment in the core/distribution network
PoP (Point of Presence). Multiple interconnections between the network nodes
at each core/distribution site means that the network will be able to handle
link/card/router failure smoothly while minimizing customer impact.
Section VI. Technical Requirements 205
The distribution layer sits between the aggregation and core layers and acts as
a connection point between the diverse aggregation sites and the core layer.
Its purpose is to provide policy-based connectivity.
The IP core layer (IP Core Router) equipment will provide multi-service
operations with support of various service configurations at the
Distribution layer level, mainly through 10GE links to connect
aggregation routers but will be easily upgradeable to 40GE.
At the Core Layer Level, the collocated routers will peer at 40 GE speed
and 4 x 10G links to the DWDM Mux to their north and south neighbors.
2.2.3 DWDM Transport for the Core Layer
To match the ever-growing demands and requirements of any network,
driven by the fast-growing IT application demands, the above IP network
will be overlaid to be transported over a mature commercial DWDM
(Dense Wavelength Division Multiplex) OTN (Optical Transport Network)
for Backbone transport. The DWDM transport equipment and P core
router will be deployed in the Core/Distribution sites.
The proposed transport network will ensure to integrate functions such
as OTN transport, ROADM, 10G/40G/100G, and service access in the
range of 100M to 100G and will run an overlaid “Any Transport over
MPLS” (AToM) protocol.
2.2.3.1 WDM Network Design Requirement in Core Site
As mentioned above, the core of the network will be
interconnected using DWDM technology.
The equipment designs are uniform across all the core sites. The
sites will consist of the Optic Transport Network with DWDM
equipment and the IP Core Router that will host the Core and
Distribution Layers. This configuration will meet the demands for
backbone transmission and IP MPLS as well as provide granularity
for access to each aggregation site. In case there will be increased
commercial activities along the route, equipment modules can be
added at any layer to increase the capacity, ports, and resiliency
with minimal network interruption.
The redundant path between Eldoret and Nadapal/Nakodok Core
sites should be able to connect to optical IP and wireless
equipment.
optical cable route with optical transport equipment which have been
done.
Note that the proposed layout and core/distribution sites is a proposed
concept design. It will be up to the bidder to design for the transmission
to have sufficient margin to handle proper operation of their
transmission equipment and cable degradation over a period of not less
than 20 years.
The diagram below is a concept design which bidders may use as a
guideline.
Kitale
40G DWDM
Nadapal Mois Bridge
Eldoret
Kainuk
EXISTING Fiber Route(s):
NOFBI and KETRACO
Lokichoggio
Kakuma Lodwar Lokichar
Kalemngorok
The following reasons are the rationale for the choice of IS-IS in EARTTDFP’s
network:
The network requires an IGP that is reliable and scalable. IS-IS is
reliable in the context of a network design that has many core nodes in
a single IS-IS area, and also supports network growth in the future
without any scalability concerns.
IS-IS has been successfully deployed for many large ISPs.
The network requires an IGP that converges rapidly. IS-IS a valid choice
since tuning IS-IS parameters and timers to achieve fast convergence
has been well understood and widely deployed in several networks.
IS-IS MT (Multi-Topology) capabilities will allow the network to
implement native IPv6 forwarding across the core (aka. v4/v6 dual-
stack) without any need for another protocol (unlike OSPF, where
OSPFv3 would be required in addition to OSPFv2).
Core/Distribution Site
Aggregation Layer Aggregation L3
Aggregation L3 Switches/Routers at
Switches/Routers at 42 42 42 42
Aggregation Sites
Aggregation Sites 41 Aggregation L3 41 41 Aggregation L3 41
40
Switches/Routers 40 40
Switches/Routers 40 PS-0
PS-1
ASR920
MGMT
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
ALARM
USB MEM
PWR STAT
ALARM
USB MEM
PS-0 MGMT
PWR STAT
MGMT
PS-1
ASR920 39 ALARM
39 39 ALARM 39
USB MEM
PS-0
USB MEM PWR STAT
PS-0
PWR STAT
ASR920
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ASR920
CON 1G PORTS 1G PORTS PS-1
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
38 38 38 38
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
MGMT
37 37 37 37
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
36 36 36 36
IN IN IN IN
ON/STANDBY
35 35 35 35
ALARM ALARM
GENERAL I/O OUT OUT OUT OUT IINPUT
34 34 34 34
PN LABEL
2D
SN LABEL LABEL
32 32 32 32
16-WXC-FS
TSCE
31 31 31 31
TX
1 2
AD-1
RX
3 4
FAIL ACT SF
FAIL
PWR
TX
A B
AD-2
Optical Transport
5 6
ACT/STBY
Security Firewall
30 30 30 30
RX
HAZARD
LEVEL
1M
7 8
TX
CRIT MAJ
AD-3
MIN REM
9 10
RX
RX
TX
SYNC ACO
MX
EXP 1 - 4
ACO MX
UPG
29 ID
29 29 29
TX
11 12
Network Equipment
1 2 LAMP TEST
Next-Generation Intrusion
AD-4
RX
TX
RX
EXP 5 - 8
LINK
13 14
MX MX
COM
USB 3.0
ACT
TX
TCP/IP
AD-5
EXP 9 - 12
UDC/VoIP-1
MX
28 28 28 28
RX
Protection
UDC/VoIP-2
TX
AD-6
EXP 13 - 16
EIA/TIA-232 MX
M-MSM-1
RX
P-MSM-1
27 27 27 27
TX
CT/EMS
COM
RX
EMS
26 26 26 26
M-MSM-2
P-MSM-2
INV
M-MSM-3
CLEI CODE
25 25 25 25
P-MSM-3
ATN
ACT
MF-6AD-CFS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series ASR 9000 Series
Core Routers 20
OPEN
20 20
OPEN
20
Core Routers
Core/Distribution Layers
19 19 19 19
A9K-MPA-2X40GE
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
STATUS
STATUS
STATUS
0
SYNC 0
SYNC 0
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SYNC 1
SYNC 1
SFP+ 0
SFP+ 0
Core Functionality
1
1
SFP+ 0
SFP+ 0
IEEE 1588
IEEE 1588
A/L
A/L
A/L
16 16 16 16
IEEE 1588
IEEE 1588
ICS0
ICS0
ICS1/TOD
ICS1/TOD
ICS0
ICS0
GPS INTERFACE
GPS INTERFACE
ICS1/TOD
ICS1/TOD
15 15 15 15
10MHz 1PPS
10MHz 1PPS
GPS INTERFACE
GPS INTERFACE
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
10MHz 1PPS
10MHz 1PPS
A/L
A/L
ALARM OUT
ALARM OUT
A/L
LASER
LASER
CLASS 1 CM-1
CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
CLASS 1 LASER
ALARM OUT
ALARM OUT
LASER
14 14 14 14
A9K-MPA-8X10GE
CLASS 1
A9K-MPA-8X10GE
A/L
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
0
ACTIVITY
ACTIVITY
A/L
A/L
A/L
1
LINK
LINK
MGT LAN0
MGT LAN0
1
0
MGT LAN1
MGT LAN1
13 13 13 13
A/L
ACTIVITY
ACTIVITY
A/L
A/L
2
2
MGT LAN1
MGT LAN1
A/L
CONSOLE
CONSOLE
A/L
A/L
3
3
Distribution Functionality
CONSOLE
CONSOLE
A/L
3
AUX
AUX
A/L
A/L
12
4
12 12 12
4
A/L
AUX
AUX
ACO ACO
A/L
A/L
5
5
LAMP LAMP
TEST TEST
A/L
A/L
ACO ACO
A/L
6
6
5
FAIL
CRIT
FAIL
CRIT
LAMP LAMP
A9K-MPA-8X10GE
A/L
TEST TEST
A9K-MPA-8X10GE
A/L
A/L
ACO
MAJ
ACO
MAJ
7
11 11 11 11
7
6
SYNC
MIN
SYNC
MIN
FAIL
CRIT
FAIL
CRIT
STATUS
STATUS
A9K-MPA-8X10GE
A/L
ACO
MAJ
ACO
MAJ
7
A9K-RSP440-SE A9K-RSP440-SE
SYNC
MIN
SYNC
MIN
STATUS
1
A9K-MOD160-SE 1 1
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
10 10 10 A9K-MOD160-SE 1 1
10
STATUS
09 09 09 09
FAN STATUS HIGH SPEED MOVING BLADES ASR-9010-FAN FAN STATUS HIGH SPEED MOVING BLADES ASR-9010-FAN
! !
08 08 08 08
FAN STATUS HIGH SPEED MOVING BLADES ASR-9010-FAN FAN STATUS HIGH SPEED MOVING BLADES ASR-9010-FAN
! !
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
! ! !
01 01 01 01
Eldoret Core/Distribution
41 41 41 41
40 40 40 40
MGMT
MGMT
39 ALARM
39 39 ALARM 39
USB MEM
PS-0
USB MEM PWR STAT
PS-0
PWR STAT
ASR920
ASR920 PS-1
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
38 38 38 38
ISPs,INTERNET ETC.
To External Networks
37 37 37 37
IN IN IN IN
ON/STANDBY
OUT OUT OUT OUT
FOR SHELF
FLT FLT FLT FLT
35 35 35 35
34 34 34
+ P0A - + P0B - + P1A - + P1B -
ALARM
GENERAL I/O
BITS-0
OUT
BITS-1
OUT
10MHz
OUT
RTS
OUT
ALARM
IINPUT
+ P2A - + P2B - + P3A - + P3B -
34
Kongoni
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CLEI LBL
SLOT STATUS PORT CRIT MAJ MIN FAN
PN LABEL
Soy
2D
SN LABEL LABEL
32 32 32 32
NOFBI,
16-WXC-FS
TSCE
MGMT
ALARM
31 31 31 31 PS-0
USB MEM
PWR STAT
TX
1 2
ASR920
AD-1
PS-1
RX
AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23
3 4
CONSOLE 24 25 26 27
CON 1G PORTS 1G PORTS
FAIL ACT SF
FAIL
PWR
TX
A B
AD-2
5 6
ACT/STBY
30 30 30 30
RX
HAZARD
LEVEL
1M
7 8
TX
CRIT MAJ
AD-3
MIN REM
9 10
RX
RX
TX
SYNC ACO
MX
EXP 1 - 4
ACO MX
UPG
29 ID
29 29 29
TX
11 12
1 2 LAMP TEST
AD-4
RX
TX
RX
EXP 5 - 8
LINK
13 14
MX MX
COM
USB 3.0
ACT
TX
TCP/IP
AD-5
EXP 9 - 12
UDC/VoIP-1
MX
28 28 28 28
RX
UDC/VoIP-2
TX
AD-6
EXP 13 - 16
EIA/TIA-232 MX
M-MSM-1
RX
P-MSM-1
27 27 27 27
TX
CT/EMS
COM
RX
EMS
26 26 26 26
M-MSM-2
P-MSM-2
INV
M-MSM-3
CLEI CODE
25 25 25 25
P-MSM-3
ATN
ACT
MF-6AD-CFS
24 24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
STATUS
STATUS
STATUS
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
1
IEEE 1588
IEEE 1588
A/L
A/L
A/L
16 16 16 16
ICS0
ICS0
with Existing
ICS1/TOD
ICS1/TOD
To Interface
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
A/L
ALARM OUT
ALARM OUT
A/L
LASER
LASER
CLASS 1 CM-1
CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
CLASS 1 LASER
LASER
14 14 14 14
A9K-MPA-8X10GE
LASER CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
0
A/L
ACTIVITY
ACTIVITY
0
A/L
A/L
1
1
A/L
MGT LAN1
MGT LAN1
13
1
13 13 13
A/L
A/L
2
2
A/L
2
A/L
CONSOLE
CONSOLE
A/L
3
3
A/L
3
AUX
AUX
A/L
A/L
12
4
12 12 12
A/L
4
A/L
ACO ACO
A/L
5
5
A/L
LAMP LAMP
TEST TEST
5
A/L
A/L
6
6
A/L
FAIL
CRIT
FAIL
CRIT
A9K-MPA-8X10GE
6
A/L
A9K-MPA-8X10GE
A/L
ACO
MAJ
ACO
MAJ
7
11 11 11 11
A9K-MPA-8X10GE
7
A/L
SYNC
MIN
SYNC
MIN
7
STATUS
STATUS
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
A9K-MOD160-SE 1 1
STATUS
10 10 10 10
09 09 09 09
08 08 08 08
07 07 07 07
1 Gbps 06 06 06 06
10 Gbps
05 05 05 05
04 04 04 04
40 Gbps 03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The following Diagram shows the design for Moi’s Bridge Core
Site:
Section VI. Technical Requirements 215
41 41 41 41
40 40 40 40
To Kitale Core
MGMT
MGMT
39 ALARM
39 39 ALARM 39
USB MEM
PS-0
USB MEM PWR STAT
PS-0
PWR STAT
ASR920
ASR920 PS-1
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
38 38 38 38
Kongoni
To Eldoret Core
37 37 37 37
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
36 36 36 36
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
IN IN IN IN IN IN IN IN
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
Soy
BITS-0 BITS-1 10MHz RTS BITS-0 BITS-1 10MHz RTS
+ P0A - + P0B - + P1A - + P1B - + P2A - + P2B - + P3A - + P3B - + P0A - + P0B - + P1A - + P1B - + P2A - + P2B - + P3A - + P3B -
MGMT
ALARM
USB MEM
PS-0
PWR STAT
PID VID LBL PID VID LBL
PS-1
ASR920 33 A B ! 33 33 A B ! 33
CLEI LBL CLEI LBL
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
SLOT STATUS PORT CRIT MAJ MIN FAN SLOT STATUS PORT CRIT MAJ MIN FAN
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
3 4
3 4
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
STATUS
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER
CLASS 1 CM-1
CLASS 1 LASER
14 14 14 14
A9K-MPA-8X10GE
LASER CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
A/L
ACTIVITY
ACTIVITY
0
A/L
1
A/L
MGT LAN1
MGT LAN1
13
1
13 13 13
A/L
2
A/L
2
CONSOLE
CONSOLE
A/L
3
A/L
3
AUX
AUX
A/L
12 12 12 12
4
A/L
4
ACO ACO
A/L
5
A/L
LAMP LAMP
TEST TEST
5
A/L
6
A/L
FAIL
CRIT
FAIL
CRIT
6
A9K-MPA-8X10GE
A/L
ACO
MAJ
ACO
MAJ
11
A9K-MPA-8X10GE
11 11 11
7
A/L
SYNC
MIN
SYNC
MIN
7
STATUS
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
A9K-MOD160-SE 1 1
STATUS
10 10 10 10
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The following Diagram shows the design for Kitale Core Site:
Section VI. Technical Requirements 217
PS-1
ASR920
MGMT
CONSOLE AUX 0
CON 1G PORTS
1
Turkwel
2 3 4 5 6 7 8 9 10 11
1G PORTS
12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
ALARM
USB MEM
PWR STAT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
To Kainuk Core
42 42 42 42
Ortum MGMT
ALARM
41 41 41 41 PS-0
USB MEM
PWR STAT
ASR920
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
40 40 40 40
ASR920
MGMT
ALARM
USB MEM
PWR STAT
39 39
PS-0
ASR920
MGMT
ALARM
USB MEM
PWR STAT
39
Chepareria MGMT
PS-1 ALARM
PS-1 USB MEM
PS-0
PWR STAT
38 38 38 38 CONSOLE AUX 0
CON 1G PORTS
1 2 3 4 5 6 7 8 9 10 11
1G PORTS
12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
37 37 37 37
Kapenguria MGMT
36 36 36 36 ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
IN IN IN IN IN IN IN IN CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
34
+ P0A - + P0B - + P1A - + P1B -
ALARM
GENERAL I/O
BITS-0
OUT
BITS-1
OUT
10MHz
OUT
RTS
OUT
ALARM
IINPUT
+ P2A - + P2B - + P3A - + P3B -
34 34
+ P0A - + P0B - + P1A - + P1B -
ALARM
GENERAL I/O
BITS-0
OUT
BITS-1
OUT
10MHz
OUT
RTS
OUT
ALARM
IINPUT
+ P2A - + P2B - + P3A - + P3B -
34
Kesogon
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
PN LABEL PN LABEL
Kipsaina
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
MGMT
ALARM
31 31 31 31 PS-0
USB MEM
PWR STAT
TX
TX
1 2
1 2
ASR920
AD-1
AD-1
PS-1
RX
RX
AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23
3 4
3 4
CONSOLE 24 25 26 27
CON 1G PORTS 1G PORTS
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
STATUS
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER
CLASS 1 CM-1
CLASS 1 LASER
14 14 14 14
A9K-MPA-8X10GE
LASER CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
A/L
ACTIVITY
ACTIVITY
0
A/L
1
A/L
MGT LAN1
MGT LAN1
13
1
13 13 13
A/L
2
A/L
2
CONSOLE
CONSOLE
A/L
3
A/L
3
AUX
AUX
A/L
12 12 12 12
A/L
4
ACO ACO
A/L
5
A/L
LAMP LAMP
TEST TEST
5
A/L
6
A/L
FAIL
CRIT
FAIL
CRIT
6
A9K-MPA-8X10GE
A/L
ACO
MAJ
ACO
MAJ
11
A9K-MPA-8X10GE
11 11 11
A/L
SYNC
MIN
SYNC
MIN
7
STATUS
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
A9K-MOD160-SE 1 1
STATUS
10 10 10 10
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The following Diagram shows the design for Kainuk Core Site:
Section VI. Technical Requirements 219
Kainuk Core/Distribution
Turkwel
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CONSOLE AUX 0
CON 1G PORTS
1 2 3 4 5 6 7 8 9 10 11
1G PORTS
12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 42 42 42 42
Marich Pass 41 41 41 41
To Lokichar Core
MGMT
40 40 40 40 Kalemngorok
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1 MGMT MGMT
MGMT
39 ALARM
39 39 ALARM 39 ALARM
38 38 38 38
Ortum 37 37 37 37
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
36 36 36 36
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
IN IN IN IN IN IN IN IN
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
Chepareria 34
+ P0A - + P0B - + P1A - + P1B -
ALARM
GENERAL I/O
BITS-0
OUT
BITS-1
OUT
10MHz
OUT
RTS
OUT
ALARM
IINPUT
+ P2A - + P2B - + P3A - + P3B -
34 34
+ P0A - + P0B - + P1A - + P1B -
ALARM
GENERAL I/O
BITS-0
OUT
BITS-1
OUT
10MHz
OUT
RTS
OUT
ALARM
IINPUT
+ P2A - + P2B - + P3A - + P3B -
34
MGMT
ALARM
USB MEM
PS-0
PWR STAT
PID VID LBL PID VID LBL
PS-1
ASR920 33 A B ! 33 33 A B ! 33
CLEI LBL CLEI LBL
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
SLOT STATUS PORT CRIT MAJ MIN FAN SLOT STATUS PORT CRIT MAJ MIN FAN
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
Kapenguria
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
MGMT
3 4
3 4
FAIL ACT SF
FAIL ACT SF
ALARM
FAIL FAIL
USB MEM
PWR PWR
TX
TX
PS-0
PWR STAT
A B A B
AD-2
AD-2
ASR920
5 6
5 6
ACT/STBY ACT/STBY
PS-1
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
To Kitale Core
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
Kesogon
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
MGMT
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
ALARM
EIA/TIA-232 MX EIA/TIA-232 MX
USB MEM
M-MSM-1
M-MSM-1
PS-0
PWR STAT
RX
RX
ASR920
PS-1
P-MSM-1
P-MSM-1
CONSOLE AUX 0
CON 1G PORTS
1 2 3 4 5 6 7 8 9 10 11
1G PORTS
12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
Kipsaina
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
MGMT
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
STATUS
0
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER
CLASS 1 CM-1
CLASS 1 LASER
14 14 14 14
A9K-MPA-8X10GE
LASER CLASS 1 CM-1
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
ACTIVITY
ACTIVITY
A/L
A/L
1
0
MGT LAN1
MGT LAN1
13 13 13 13
A/L
A/L
2
1
CONSOLE
CONSOLE
A/L
A/L
3
A/L
3
AUX
AUX
A/L
12 12 12 12
4
ACO ACO
A/L
A/L
5
4
LAMP LAMP
TEST TEST
A/L
A/L
6
5
FAIL
CRIT
FAIL
CRIT
A9K-MPA-8X10GE
A/L
A/L
ACO
MAJ
ACO
MAJ
11 11 11 11
7
6
SYNC
MIN
SYNC
MIN
STATUS
A9K-MPA-8X10GE
A/L
7
A9K-RSP440-SE A9K-RSP440-SE
STATUS
1
A9K-MOD160-SE 1 1
STATUS
1
10 A9K-MOD160-SE
10 10 10
STATUS
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The shelter is to be supplied and installed as per the shelter and power
specifications in section 8 of the specifications including all the mentioned
subsystems.
The following Diagram shows the design for Lokichar Core Site:
Lokichar Core/Distribution
42 42 42 42
41 41 41 41
Kalemngorok
Luterere
To Lodwar Core
40 40 40 40
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1 MGMT MGMT
MGMT
39 ALARM
39 39 ALARM 39 ALARM
38 38 38 38
To Kainuk Core
37 37 37 37
36 36 36 36
IN IN IN IN IN IN IN IN
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
3 4
3 4
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
0
STATUS
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER
CLASS 1 CM-1
LASER
CLASS 1
14 14 14 14
A9K-MPA-8X10GE
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
A/L
ACTIVITY
ACTIVITY
0
A/L
1
MGT LAN1
MGT LAN1
A/L
13 13 13 13
1
A/L
2
A/L
CONSOLE
CONSOLE
2
A/L
3
A/L
3
AUX
AUX
A/L
12 12 12 12
4
A/L
4
ACO ACO
A/L
5
LAMP LAMP
A/L
TEST TEST
5
A/L
6
A/L
FAIL
CRIT
FAIL
CRIT
A9K-MPA-8X10GE
6
A/L
ACO
MAJ
ACO
MAJ
11 11 11 11
7
A9K-MPA-8X10GE
A/L
SYNC
MIN
SYNC
MIN
STATUS
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
A9K-MOD160-SE 1 1
STATUS
1
A9K-MOD160-SE
STATUS
10 10 10 10
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The following Diagram shows the design for Lodwar Core Site:
Lodwar Core/Distribution
42 42 42 42
41 41 41 41
Luterere
To Kakuma Core
Rest Stop 2
40 40 40 40
MGMT
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1 MGMT MGMT
MGMT
39 ALARM
39 39 ALARM 39 ALARM
38 38 38 38
To Lokichar Core
MGMT
37 37 37 37 ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
36 36 36 36
IN IN IN IN IN IN IN IN
Garitei
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
3 4
3 4
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
0
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
STATUS
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER CLASS 1
A9K-MPA-8X10GE
CLASS 1 CM-1
LASER
CLASS 1 LASER
14 14 14 14
A9K-MPA-8X10GE
A/L
0
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
A/L
ACTIVITY
ACTIVITY
1
A/L
1
A/L
MGT LAN1
MGT LAN1
13
2
13 13 13
A/L
2
A/L
3
CONSOLE
CONSOLE
A/L
3
A/L
AUX
AUX
4
A/L
12 12 12 12
4
A/L
5
ACO ACO
A/L
5
A/L
LAMP LAMP
TEST TEST
6
A/L
A9K-MPA-8X10GE
6
A/L
FAIL
CRIT
FAIL
CRIT
7
A9K-MPA-8X10GE
A/L
ACO
MAJ
ACO
MAJ
11 11 11 11
7
STATUS
SYNC
MIN
SYNC
MIN
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
A9K-MOD160-SE
STATUS
1
A9K-MOD160-SE 1 1
STATUS
10 10 10 10
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
Garitei, Rest Stop 2 and Nagorum aggregation sites are all dual
homed to their nearest core sites. This increases service
availability by providing multiple paths so that their traffic is not
reliant on any single core site. The dual homed nature of the
interconnections also allows for load balancing.
Like Lodwar, Kakuma will be composed of a core/distribution
router each with at least:
2 x 40G interfaces (support for both electrical & optical
modules)
8 x 10G interfaces (support for both electrical & optical
modules)
Redundant RPs (route processors)
Redundant PSUs (power supply units)
In addition, it will have two aggregation routers with at least:
4 x 10G interfaces (support for both electrical & optical
modules)
24 x 1G interfaces (support for both electrical & optical
modules)
Redundant RPs (route processors)
Redundant PSUs (power supply units)
A DWDM Optical transport equipment interconnection on 40Gbps
to neighboring core sites. From 4 x 10Gbps input from core
routers and Add drop positions according to the aggregation
switch/routers required to connect to the core site.
The following Diagram shows the design for Kakuma Core Site:
Section VI. Technical Requirements 225
Kakuma Core/Distribution
To Lokichoggio Core
42 42 42 42
41 41 41 41
Nagorum
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1 MGMT MGMT
MGMT
39 ALARM
39 39 ALARM 39 ALARM
38 38 38 38
To Lodwar Core
Garitei MGMT
37 37 37 37
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1
36 36 36 36
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
IN IN IN IN IN IN IN IN
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
3 4
3 4
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
A9K-MPA-2X40GE
18 18 18 18
A9K-MPA-2X40GE
0
10 Gbps
STATUS
STATUS
0
SYNC 0
SYNC 0
SYNC 1
SYNC 1
17 17 17 17
SFP+ 0
SFP+ 0
1
1
40 Gbps
IEEE 1588
IEEE 1588
A/L
A/L
16 16 16 16
ICS0
ICS0
ICS1/TOD
ICS1/TOD
GPS INTERFACE
GPS INTERFACE
15 15 15 15
10MHz 1PPS
10MHz 1PPS
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
A/L
ALARM OUT
ALARM OUT
A/L
LASER
CLASS 1 CM-1
CLASS 1 LASER
14 14 14 14
A9K-MPA-8X10GE
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
ACTIVITY
ACTIVITY
A/L
A/L
1
0
MGT LAN1
MGT LAN1
13 13 13 13
A/L
A/L
2
1
CONSOLE
CONSOLE
A/L
A/L
3
A/L
3
AUX
AUX
A/L
12 12 12 12
4
ACO ACO
A/L
A/L
5
4
LAMP LAMP
TEST TEST
A/L
A/L
6
5
FAIL
CRIT
FAIL
CRIT
A9K-MPA-8X10GE
A/L
A/L
ACO
MAJ
ACO
MAJ
11 11 11 11
7
6
SYNC
MIN
SYNC
MIN
STATUS
A9K-MPA-8X10GE
A/L
7
A9K-RSP440-SE A9K-RSP440-SE
STATUS
1
A9K-MOD160-SE 1 1
STATUS
1
10 A9K-MOD160-SE
10 10 10
STATUS
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
The following Diagram shows the design for Lokichoggio Core Site:
Section VI. Technical Requirements 227
Lokichoggio Core/Distribution
42 42 42 42
41 41 41 41
Nagorum MGMT
40 40 40 40
ALARM
USB MEM
PS-0
PWR STAT
ASR920
PS-1 MGMT
MGMT
39 ALARM
39 39 ALARM 39
AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 USB MEM
CONSOLE CON 1G PORTS 1G PORTS PS-0
USB MEM PWR STAT
PS-0
PWR STAT
ASR920
ASR920 PS-1
PS-1
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
38 38 38 38
37 37 37 37
To Kakuma Core
36 36 36 36
To Nadapal Core
IN IN IN IN IN IN IN IN
ON/STANDBY
ON/STANDBY
OUT OUT OUT OUT OUT OUT OUT OUT
FOR SHELF
FOR SHELF
FLT FLT FLT FLT FLT FLT FLT FLT
35 35 35 35
PN LABEL PN LABEL
2D 2D
SN LABEL LABEL SN LABEL LABEL
32 32 32 32
16-WXC-FS
16-WXC-FS
TSCE TSCE
31 31 31 31
TX
TX
1 2
1 2
AD-1
AD-1
RX
RX
3 4
3 4
FAIL ACT SF
FAIL ACT SF
FAIL FAIL
PWR PWR
TX
TX
A B A B
AD-2
AD-2
5 6
5 6
ACT/STBY ACT/STBY
30 30 30 30
RX
RX
HAZARD
HAZARD
LEVEL
LEVEL
1M
1M
7 8
7 8
TX
TX
CRIT MAJ CRIT MAJ
AD-3
AD-3
MIN REM MIN REM
9 10
9 10
RX
RX
RX
TX
RX
TX
SYNC ACO SYNC ACO
MX MX
EXP 1 - 4
EXP 1 - 4
ACO MX ACO MX
UPG
UPG
29 29 29 29
11 12
11 12
TX
TX
LAMP TEST LAMP TEST
AD-4
AD-4
RX
TX
RX
TX
RX
RX
EXP 5 - 8
EXP 5 - 8
LINK LINK
13 14
13 14
MX MX MX MX
COM
COM
USB 3.0
USB 3.0
ACT ACT
TX
TX
TCP/IP TCP/IP
AD-5
AD-5
EXP 9 - 12
EXP 9 - 12
UDC/VoIP-1
UDC/VoIP-1
MX MX
28 28 28 28
RX
RX
UDC/VoIP-2
UDC/VoIP-2
TX
TX
AD-6
EXP 13 - 16
AD-6
EXP 13 - 16
EIA/TIA-232 MX EIA/TIA-232 MX
M-MSM-1
M-MSM-1
RX
RX
P-MSM-1
P-MSM-1
27 27 27 27
TX
TX
CT/EMS
CT/EMS
COM
COM
RX
RX
EMS
EMS
26 26 26 26
M-MSM-2
M-MSM-2
P-MSM-2
P-MSM-2
INV
INV
COMPLIES WITH 21 CFR 1040.10
DEVIATIONS PURSUANT TO
AND 1040.11 EXCEPT FOR
M-MSM-3
CLEI CODE
CLEI CODE
25 25 25 25
P-MSM-3
P-MSM-3
ATN
ACT
ATN
ACT
MF-6AD-CFS
MF-6AD-CFS
24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24 24 NCS2015 Cisco Systems Inc !
CLEAN
CONNECTOR 2D DEV COO PID VIO PN BARCODE SN BARCODE
CLEI CODE
24
Network Convergence System 2000 170 West Tasman Drive Network Convergence System 2000 170 West Tasman Drive
WITH ALCOHOL WITH ALCOHOL
Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE Shelf Assembly San Jose, CA 95134 USA WIPES BEFORE
CONNECTING CONNECTING
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23 23 15454-M6-DC 15454-M6-DC 23
RET -48V RET RET -48V RET
RET -48V RET RET -48V RET
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
-48V -48V CLEI CODE CLEI CODE
30A 30A
-48V -48V
30A
22 22 22 30A 22
21 21 21 21
ASR 9000 Series
20 20 20 20
OPEN
19 19 19 19
18 18 18 18
A9K-MPA-2X40GE
A9K-MPA-2X40GE
10 Gbps
STATUS STATUS
0
SYNC 0
SYNC 0
17 17 17 17
SYNC 1
SYNC 1
1
1
SFP+ 0
SFP+ 0
40 Gbps
A/L
A/L
16 16 16 16
IEEE 1588
IEEE 1588
ICS0
ICS0
ICS1/TOD
ICS1/TOD
15 15 15 15
GPS INTERFACE
GPS INTERFACE
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
0
10MHz 1PPS
10MHz 1PPS
A/L
A/L
LASER
ALARM OUT
ALARM OUT
LASER
A9K-MPA-8X10GE
A9K-MPA-8X10GE
LASER LASER
A/L
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
0
13 13 13 13
ACTIVITY
ACTIVITY
A/L
A/L
1
1
MGT LAN1
MGT LAN1
A/L
A/L
2
2
CONSOLE
CONSOLE
A/L
A/L
3
3
12 12 12 12
AUX
AUX
A/L
A/L
4
4
ACO ACO
A/L
A/L
5
5
LAMP LAMP
TEST TEST
A/L
A/L
11 11 11 11
6
FAIL
CRIT
FAIL
CRIT
A9K-MPA-8X10GE
A9K-MPA-8X10GE
A/L
A/L
ACO
MAJ
ACO
MAJ
7
7
SYNC
MIN
SYNC
MIN
STATUS STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
10 A9K-MOD160-SE 1 1 A9K-MOD160-SE
10 10 10
STATUS STATUS
09 09 09 09
08 08 08 08
07 07 07 07
06 06 06 06
05 05 05 05
04 04 04 04
03 03 03 03
02 02 02 02
! ! !
01 01 01 01
PE router, quickly and efficiently ensuring that end users are less
likely to be affected by such failures.
Just like Eldoret, Nadapal/Nakodok Core site being a Gateway to
interconnect with South Sudan, will be equipped with a Next
Generation Intrusion Protection firewall for intelligent network
security.
In addition, the P router is connected to the P router in a
different Core site (Lokichoggio & Eldoret). This connectivity
facilitates dual homing for this site. Lokichoggio and Eldoret,
which are both core-distribution sites, are also dual homed to
their nearest core sites—Moi’s Bridge and Kakuma respectively.
The dual homed nature of the interconnections also allows for
load balancing.
Like Eldoret, Nadapal/Nakodok will be composed of a
core/distribution router with at least:
2 x 40G interfaces (support for both electrical & optical
modules)
8 x 10G interfaces (support for both electrical & optical
modules)
Redundant RPs (route processors)
Redundant PSUs (power supply units)
In addition, it will have two aggregation routers with at least:
4 x 10G interfaces (support for both electrical & optical
modules)
24 x 1G interfaces (support for both electrical & optical
modules)
Redundant RPs (route processors)
Redundant PSUs (power supply units)
A Next Generation Intrusion Protection (Firewall) with at least:
8 x 10G interfaces (support for both electrical & optical
modules)
8 x 1G Interfaces (support for both electrical & optical
modules)
1x 40 G Interface (support for both electrical & optical
modules)
Providing integrated real-time contextual awareness, full-stack
visibility, and intelligent security automation.
Section VI. Technical Requirements 229
MGMT
ALARM
USB MEM
PS-0
PWR STAT
41 PS-1
ASR920 41
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
MGMT
ALARM
USB MEM
PS-0
PWR STAT
40 PS-1
ASR920 40
CONSOLE AUX 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27
CON 1G PORTS 1G PORTS
39 39
38
37
1 2
ID
38
37
To South
Sudan
36 36
IN IN IN IN
ON/STANDBY
OUT OUT OUT OUT
FOR SHELF
FLT FLT FLT FLT
35 35
ALARM ALARM
GENERAL I/O OUT OUT OUT OUT IINPUT
34 34
PN LABEL
2D
SN LABEL LABEL
32 32
To Lokichoggio Core
16-WXC-FS
TSCE
31 31
TX
1 2
AD-1
RX
3 4
FAIL ACT SF
FAIL
PWR
TX
A B
AD-2
5 6
ACT/STBY
30 30
RX
HAZARD
LEVEL
1M
7 8
TX
CRIT MAJ
AD-3
MIN REM
9 10
RX
RX
TX
SYNC ACO
MX
EXP 1 - 4
ACO MX
UPG
29 29
11 12
TX
LAMP TEST
AD-4
RX
TX
RX
EXP 5 - 8
LINK
13 14
MX MX
COM
USB 3.0
ACT
TX
TCP/IP
AD-5
EXP 9 - 12
UDC/VoIP-1
MX
28 28
RX
UDC/VoIP-2
TX
AD-6
EXP 13 - 16
EIA/TIA-232 MX
M-MSM-1
RX
P-MSM-1
27 27
TX
CT/EMS
COM
RX
EMS
26 26
M-MSM-2
P-MSM-2
INV
M-MSM-3
CLEI CODE
25 25
P-MSM-3
ATN
ACT
MF-6AD-CFS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
15454-M6-DC 15454-M6-DC
23 23
-48V -48V
CLEI CODE CLEI CODE
-48V -48V
30A 30A
22 22
21 21
ASR 9000 Series
Redundant Routes
20 20
OPEN
19 19
18 18
A9K-MPA-2X40GE
A9K-MPA-2X40GE
A9K-MPA-2X40GE
10 Gbps
STATUS STATUS STATUS
0
0
SYNC 0
SYNC 0
17 17
SYNC 1
SYNC 1
1
1
SFP+ 0
SFP+ 0
40 Gbps
A/L
A/L
A/L
16 16
IEEE 1588
IEEE 1588
ICS0
ICS0
ICS1/TOD
ICS1/TOD
15 15
GPS INTERFACE
GPS INTERFACE
A9K-MPA-2X40GE
0
A9K-MPA-2X40GE
A9K-MPA-2X40GE
0
0
10MHz 1PPS
10MHz 1PPS
A/L
A/L
A/L
LASER
ALARM OUT
ALARM OUT
LASER LASER
A9K-MPA-8X10GE
LASER LASER
CLASS 1
A9K-MPA-8X10GE
LASER
A/L
A/L
LINK
LINK
MGT LAN0
MGT LAN0
0
A/L
13 13
ACTIVITY
ACTIVITY
0
A/L
A/L
1
A/L
MGT LAN1
MGT LAN1
1
A/L
A/L
2
A/L
2
CONSOLE
CONSOLE
A/L
A/L
3
A/L
3
12 12
AUX
AUX
A/L
A/L
4
A/L
4
ACO ACO
A/L
A/L
5
A/L
LAMP LAMP
TEST TEST
5
A/L
A/L
11 11
6
A/L
FAIL
CRIT
FAIL
CRIT
6
A9K-MPA-8X10GE
A9K-MPA-8X10GE
A/L
A/L
ACO
MAJ
ACO
MAJ
A9K-MPA-8X10GE
7
A/L
SYNC
MIN
SYNC
MIN
STATUS STATUS
STATUS
A9K-RSP440-SE A9K-RSP440-SE
1
10 A9K-MOD160-SE 1 1 A9K-MOD160-SE
10
STATUS STATUS
09 09
08 08
07 07
06 06
05 05
04 04
03 03
02 02
! ! !
01 01
2.3.1. Overview
230 Section VI. Technical Requirements
The interaction between the Core layer and the Aggregation layer is
depicted in following figure:
EARTTDFP -NETWORK TOPOLOGY
40G DWDM
Kesogon
Kapenguria
Eldoret
Aggregation Routers
Mois Bridge
Chepareria
Core/Distribution Routers
Ortum
Kitale
Future Aggregation Routers
Marich Pass
Nadapal Turkwel
Kainuk
Lokichoggio Lodwar
Kakuma
Lokichar
Kalemngorok
Nagorum
The following is a list of all the aggregations sites and their locations
and homing core/distribution sites north and south.
Aggregates at
DISTANCE Aggregates DISTANCE
SITE LATITUDE LONGITUDE TYPE OF SITESouth (M) at North (M)
MOI'S BRIDGE
DISTRIBUTION 0.873875N 35.120180E
Distribution Eldoret Core 47,000
Kitale Core 22,100
DISTRIBUTION SITES
Aggregates at
DISTANCE Aggregates DISTANCE
SITE LATITUDE LONGITUDE TYPE OF SITESouth (M) at North (M)
Lokichoggio
Nagorum Aggregation 4.0169 34.5582
Aggregation Kakuma Core 62,000Core 37,000
Lokichoggio
Nagorum Aggregation 4.0169 34.5582
Aggregation Kakuma Core 62,000Core 37,000
The access layer is the concentration point at which clients access the
network, including access switch, and access point device. Access layer
devices control traffic by localizing service requests to the access media.
The access layer can support convergence, high availability and QoS.
234 Section VI. Technical Requirements
Some services found at the access layer include establishing a QoS trust
boundary, and broadcast suppression.
The link should at least to be 1GE and support 1Gbps access speed
MPLS based transport: Based on RFC 4364 and seamless MPLS or
hierarchical VPN.
Acts as the UNI with the client (only applicable if no CPE device is
involved).
Section VI. Technical Requirements 235
The interaction between the access layer and aggregation layer is depicted
as below.
UPE: Access
PE PE
Router
LAN
Switch
UPE UPE UPE
Access Access
Point Point
Figure 14: Proposed the access layer topology
For the implementation of this project, the UPE will be limited to Thirty
one (x31) SRM points, which is half of the SRM points designed. The details
of the SRM points is in the SRM section of this document. The Employer will,
with the assistance of the contractor decide at implementation time which
SRM points will be implemented in the project.
The following list shows all the SRT Points covered by the network. Out of
these, half (x31) will be implemented.
AGGREGATION SITES
SITE LATITUDE LONGITUDE TYPE OF SITE
SRM55 0.956865 35.058496 Smart Road
SITE LATITUDE LONGITUDE TYPE OF SITE
KIPSAINA AGGREGATION 1.0974 35.0774 AGGREGATION
SRM53 1.077329 35.065715 Smart Road
KESOGON AGGREGATION 1.156361 35.112583 AGGREGATION
SRM52 1.147272 35.109712 Smart Road
KAPENGURIA DISTRIBUTION 1.255807 35.092379 AGGREGATION
SRM50 1.274268 35.133013 Smart Road
SRM51 1.222837 35.083668 Smart Road
CHEPARERIA AGGREGATION 1.306599 35.203563 AGGREGATION
SRM48 1.333451 35.250443 Smart Road
SRM49 1.287162 35.180108 Smart Road
ORTUM DISTRIBUTION 1.4357 35.3635 AGGREGATION
SRM45 1.489226 35.394062 Smart Road
SRM46 1.423838 35.346535 Smart Road
SRM47 1.397251 35.295693 Smart Road
MARICH PASS AGGREGATION 1.5742 35.4165 AGGREGATION
SRM43 1.609028 35.471085 Smart Road
SRM44 1.532069739 35.44490837 Smart Road
KAINUK CORE 1.775339 35.5061 AGGREGATION
SRM39 1.922399 35.53439 Smart Road
SRM40 1.840466 35.557948 Smart Road
SRM41 1.773711582 35.5032239 Smart Road
SRM42 1.695455 35.48971 Smart Road
TURKWELL AGGREGATION 1.917101 35.369955 AGGREGATION
KALEMNGOROK AGGREGATION2.1243514 35.4903409 AGGREGATION
SRM35 2.227514 35.55394 Smart Road
Section VI. Technical Requirements 237
AGGREGATION SITES
SITE LATITUDE LONGITUDE TYPE OF SITE
SRM36 2.158093 35.504534 Smart Road
SRM37 2.077489 35.487546 Smart Road
SRM38 2.009228 35.524823 Smart Road
LOKICAHR CORE 2.370624N 35.646850E AGGREGATION
SRM32 2.54621 35.657414 Smart Road
SRM33 2.456473 35.65481 Smart Road
SRM34 2.370046 35.64238 Smart Road
SRM35.5 2.310009 35.58189 Smart Road
LUTERERE AGGREGATION 2.7914 35.6315 AGGREGATION
SRM28 2.887399 35.610576 Smart Road
SRM29 2.799381 35.621417 Smart Road
SRM30 2.718078 35.642448 Smart Road
SRM31 2.634881227 35.65155082 Smart Road
LODWAR CORE 3.117812 35.604355 AGGREGATION
SRM25 3.14272 35.581872 Smart Road
SRM26 3.064056 35.618946 Smart Road
SRM27 2.973758 35.621058 Smart Road
GARITEI AGGREGATION 3.2533 35.4783 AGGREGATION
SITE LATITUDE LONGITUDE TYPE OF SITE
SRM21 3.381424401 35.39283362 Smart Road
SRM22 3.339912 35.467779 Smart Road
SRM23 3.256035 35.47387 Smart Road
SRM24 3.19674 35.510774 Smart Road
REST STOP 2 AGGREGATION 3.5163 35.2204 AGGREGATION
SRM16 3.621691 35.050745 Smart Road
SRM17 3.566943 35.121457 Smart Road
SRM19 3.490148 35.27517 Smart Road
238 Section VI. Technical Requirements
AGGREGATION SITES
SITE LATITUDE LONGITUDE TYPE OF SITE
SRM20 3.420945 35.315475 Smart Road
KAKUMA CORE 3.709020473 34.86674168 AGGREGATION
SRM10 3.790828194 34.59478647 Smart Road
SRM11 3.755098583 34.66651694 Smart Road
SRM12 3.734352 34.746897 Smart Road
SRM13 3.711163 34.831367 Smart Road
SRM14 3.698584 34.917842 Smart Road
SRM15 3.679163 34.993441 Smart Road
NAGORUM AGGREGATION 4.0169 34.5582 AGGREGATION
SRM7 4.041931 34.534585 Smart Road
SRM8 3.958146 34.560539 Smart Road
SRM9 3.873813 34.569648 Smart Road
LOKICHOGGIO CORE 4.206673 34.341735 AGGREGATION
SRM2 4.234231 34.344129 Smart Road
SRM4 4.209118 34.350731 Smart Road
SRM3 4.205359 34.35898 Smart Road
SRM5 4.161856 34.412704 Smart Road
SRM6 4.098297 34.467231 Smart Road
NADAPAL/NAKODOK /Nakodok
CORE 4.396672 34.295171 AGGREGATION
SRM Point 0 4.369695 34.31012 Smart Road
SRM Point 1 4.281344 34.313747 Smart Road
Section VI. Technical Requirements 239
NG-Firewall
10GE 10GE
Core Router
EARTTDFP Network
2.6.1. Features
The NMS will have a smart fault diagnosis system to facilitate fault
location at almost real time and precisely identify the affected services.
Additionally, the NMS will support reporting of associated alarms to avoid
fault locating being redundantly performed by different departments.
The NMS should be able to filter relevant alarms from unimportant
alarms to improve alarm relevance. Alarm filtering greatly reduces time
consumption by irrelevant alarms and improves the accuracy and
efficiency of fault location activities.
2.6.4. Visual IP Network Management
The NMS shall support SNMP, CORBA, XML, and FTP northbound interfaces
(NBIs). These NBIs are applicable to the IP and transport, domains
allowing for cross-domain management.
2.6.6. Recommended NMS System Architecture
Section VI. Technical Requirements 241
Network Network
Database Database
Client OS Client OS
The Optical Fiber Test platform is used for the maintenance of the
optical fiber network, such as the fiber fault diagnosis/location, fiber
performance monitoring and so on.
2.7.1. Software requirement
1) The proposed system can support the periodic OTDR diagnosis for
batch fiber monitoring.
2) With the OTDR test, system should identify the connectors/splice
points/optical segments in the optical cable, and the topology of the
optical cable with detailed con connector/splice point/optical cable
segment information should be generated automatically. The location
information of the connector/splice point and the length of the optical
cable segment should be indicated in the topology.
Section VI. Technical Requirements 245
1) The proposed system can receive the real-time alarm from the
DWDM/IP network NMS via SNMP V1/V2c/V3;
2) The alarm from NMS can automatically trigger the diagnosis.
3) The proposed system can integrate NMS of DWDM/IP device.
1) The proposed system should provide monthly report for fiber fault
analysis.
2) The proposed system should provide trend curve for fiber
link/connector loss changing.
246 Section VI. Technical Requirements
The EARTTDFP OFC network will utilize a Backbone of chiefly two types of OFC
cables. The Backbone connections between major sites (Core and Aggregation
Sites) will utilize a 48 Core Non-Zero Dispersion Shifted Fiber (NZDSF) cable.
The end users or subscriber access connections will utilize a 96 Core cable
along the Road.
The Joint Hand-holes are planned to be placed in such a way as to have cable
sections of approximately 5Km. This is for both the 48 Core cable and the 96
Core cable. Both these cables will enter the splicing chamber (900mm D and
1000mm deep) through a single portal. They will both be spliced, each in its
own separate splicing box. Slacks of 50 meters from each cable will be coiled
and left inside the Joint Hand-hole.
At every Access location, a 600mm D Access Hand-hole chamber will be placed.
At these Hand-holes, the 48 Core and the 96 Core cables will be separated, to
enter the chamber in two independent cable entry portals.
The 96 Core cable will be spliced, for local drop/insert signals, while the 48
Core cable will pass right through the Access Hand-hole chamber undisturbed.
Access drops to all served institutions and subscriber premises will be achieved
through the use of 48, 24,12,6, and 4 core Access Single Mode cables that are
compliant with ITU-T R G.652.D.
Both the 48 Core and the 96 Core OFC cables will be deployed in sections that
can be either Underground or Aerial version (if applicable). Both versions (for
the same core size) will have the same Fiber Optics specifications, changing
only in the laying qualities of the cables.
The following tables include all the proposed lengths of each type of cable for
both the Main backbone along the road and a sample of access drops to each
subscriber may the above list remain as mentioned, however, the maximum
length of Access spurs must be optimized to a maximum of 200 Km while the
main route cables is estimated to be 747Km. Along the main road, the route
civil works are being built by KENHA hence the FOC will be only blown by the
bidder. The remaining cable length inter connects core routes to different
Aggregation sites that are out of the main road and civil works will still have to
be done by the bidder.
Length
Description Size FiberType (m) Mode Location
Main Access Fiber
Section 0 96 ITU-T G.652 4987 Single Nadapal/Nakodok -Lokichoggio
Main Core Fiber- Section Single
0 48 ITU-T.G.655 4987 NZDSF Nadapal/Nakodok
Main Access Fiber
Seccion 1 96 ITU-T G.652 5235 Single Nadapal/Nakodok -Lokichoggio
Main Core Fiber Section Single
1 48 ITU-T.G.655 5235 NZDSF Nadapal/Nakodok
Main Access Fiber
Section 2 96 ITU-T G.652 5084 Single Nadapal/Nakodok -Lokichoggio
Main Core Fiber Section Single
2 48 ITU-T.G.655 5084 NZDSF Nadapal/Nakodok - Lokichoggio
Main Access Fiber
Section 3 96 ITU-T.G.652 5095 Single Nadapal/Nakodok - Lokichoggio
Main Core Fiber Section Single
3 48 ITU-T.G .655 5095 NZDSF Nadapal/Nakodok - Lokichoggio
Main Access Fiber
Section 4 96 ITU-T.G.652 5300 Single Nadapal/Nakodok - Lokichoggio
Main Core Fiber Section Single
4 48 ITU-T.G.655 5300 NZDSF Nadapal/Nakodok - Lokichoggio
Main Access Fiber
Section 5 96 ITU-T.G.652 7000 Single Lokichoggio - Nagorum
Main Core Fiber Section Single
5 48 ITU-T.G.655 7000 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 6 96 ITU-T.G.652 5550 Single Lokichoggio - Nagorum
Main Core Fiber Section Single
6 48 ITU-T.G.655 5500 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 7 96 ITU-T.G.652 5100 Single Lokichoggio - Nagorum
Main Core Fiber Section Single
7 48 ITU-T.G.655 4950 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 8 96 ITU-T.G.652 5300 Single Lokichoggio - Nagorum
Main Core Fiber Section Single
8 48 ITU-T.G.655 5150 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 9 96 ITU-T.G.652 5300 Single Lokichoggio_Nagorum
248 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Core Fiber Section Single
9 48 ITU-T.G.655 5150 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 10 96 ITU-T.G.652 5350 Single Lokichoggio - Nagorum
Main Core Fiber Section Single
10 48 ITU-T.G.655 5100 NZDSF Lokichoggio - Nagorum
Main Access Fiber
Section 11 96 ITU-T.G.652 7700 Single Nagorum
Main Core Fiber Section Single
11 48 ITU-T.G.655 7500 NZDSF Nagorum
Main Access Fiber
Section 12 96 ITU-T.G.652 5270 Single Nagorum - Kakuma
Main Core Fiber Section Single
12 48 ITU-T.G.655 5150 NZDSF Nagorum - Kakuma
Main Access Fiber
Section 13 96 ITU-T.G.652 5175 Single Nagorum - Kakuma
Main Core Fiber Section Single
13 48 ITU-T.G.655 5075 NZDSF Nagorum - Kakuma
Main Access Fiber
Section 14 96 ITU-T.G.652 5250 Single Lokichoggio - Kakuma Road
Main Core Fiber Section Single
14 48 ITU-T.G.655 5150 NZDSF Lokichoggio - Kakuma Road
Main Access Fiber
Section 15A 96 ITU-T.G.652 3100 Single Lokichoggio - Kakuma Road
Main Access Fiber
Section 15B 96 ITU-T.G.652 2050 Single Lokichoggio-Kakuma
Main Core Fiber Section Single
15A 48 ITU-T.G.655 3050 NZDSF Lkichoggio - Kakuma road
Main Core Fiber Section Single
15B 48 ITU-T.G.655 2050 NZDSF Likichoggio-Kakuma Road
Main Access Fiber Lokichoggio-Kakuma Road
Section 16 96 ITU-T.G.652 5250 Single 153+000 - 158+000
Main Core Fiber Section Single Lokichoggio-Kakuma Road
16 48 ITU-T.G.655 5150 NZDSF 153+000 - 158+000
Main Access Fiber Lokichoggio-Kakuma Rd. 148+000
Section 17 96 ITU-TG652 5250 Single - 153+000
Main Core Fiber Section Single Lokichoggio-Kakuma Road
17 48 ITU-T.G.655 5100 NZDSF 148+000 - 153+000
Section VI. Technical Requirements 249
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Lokichoggio-Kakuma Rd. 143+000
Section 18 96 IYU-T.G.652 5080 Single - 148+000
Main Core Fiber Section Single Lokichoggio-Kakuma Rd. 143+000
18 48 ITU-T.G.655 5080 NZDF - 148+000
Main Access Fiber Lokichoggio-Kakuma Rd. 143+000
Section 19 96 ITU-T.G.652 5315 Single - 138+000
Main Core Fiber Section Single Lokichoggio-Kakuma Rd 138+000
19 48 ITU-T.G.655 5215 NZDSF to 143+000
Main Access Fiber Lokichoggio-Kakuma Rd 133+000
Section 20 96 ITU-T.G.652 5250 Single - 138+050
Main Core Fiber Section Single Lokichoggio-Kakuma Rd 133+000
20 48 ITU-T.G.655 5050 NZDSF - 138+000
Main Access Fiber Lokichoggio-Kakuma Rd 128+000
Section 21 96 ITU-T.G.652 5260 Single - 133+000
Main Access Fiber Lokichoggio-Kakuma Rd 133+000
Section 21 96 ITU-T.G652 5250 Single - 138+000
Main Core Fiber Section Single Lokichoggio-Kakuma Rd. 128+000
21 48 ITU-T.G.655 5160 NZDSF - 133+000
Main Access Fiber Lokichoggio-Kakuma Rd. 123+000
Section 22 96 ITU-T.G.652 5220 Single - 128+000
Main Core Fiber Section Single Lokichoggio-Kakuma Rd. 123+000
22 48 ITU-T.G.655 5120 NZDSF - 128+000
Main Access Fiber
Section 23 96 ITU-T.G.652 7200 Single Kakuma Town
Main Core Fiber Section Single
23 48 ITU-T.G.655 6900 NZDSF Kakuma Town
Main Access Fiber Kakuma-Lodwar Road 113+000 -
Section 24 96 ITU-T.G.652 4000 Single 116+600+500
Main Core Fiber Section Single Kakuma - Lodwar Road 113+000 -
24 48 ITU-T.G.655 3960 NZDSF 116+500+500
Main Access Fiber Kakuma Lodwar Road 108+000 to
Section 25 96 ITU-T.G.652 5250 Single 113+000
Main Core Fiber Section Single Kakuma-Lodwar Road 108+000 to
25 48 ITU-T.G.655 5250 NZDSF 113+000
Main Access Fiber Kakuma-Lodwar Rd. 103+000 to
Section 26 96 ITU-T.G.652 1110 Single 108+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 103+000 to
26 48 ITU-T.G.655 5110 NZDSF 108+000
250 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Kakuma-Lodwar Rd. 98+000 to
Section 27 96 ITU-T.G.652 5200 Single 103+000
Main Core Fiber Section Single kakuma-Lodwar Rd. 98+000 to
27 48 ITU-T.G.655 5200 NZDSF 103+0000
Main Access Fiber Kakuma Lodwar Rd. 93+000 to
Section 28 96 IYU-T.G.652 5250 Single 98+000
Main Core Fiber Section Single Kakuma-Lodwar road 93+000 to
28 48 ITU-T.G.655 5250 NZDSF 98+000
Main Access Fiber Kakuma-Lodwar Rd. 88+000 to
Section 29 96 ITU-T.G.652 5180 Single 93+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 88+000 to
29 48 IYU-T.G.655 5180 NZDSF 93+000
Main Access Fiber Kakuma-Lodwar Rd. 83+000 to
Section 30 96 ITU-T.G.652 5060 Single 88+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 83+000 to
30 48 ITU-T.G.655 5060 NZDSF 88+000
Main Access Fiber Kakuma-Lodwar Rd. 80+000 to
Section 31A 96 ITU-T.G.652 3100 Single 83+000
Main Access Fiber Kakuma-Lodwar Rd. 78+000 to
Section 31B 96 ITU-T.G.652 2040 Single 80+000
Main Core Fiber Section Single Kakuma-Lodwar Road 80+000 to
31A 48 ITU-T.G.655 3100 NZDSF 83+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 178+000 to
31B 48 ITU-T.G.655 2050 NZDSF 180+000
Main Access Fiber Kakuma-Lodwar Rd. 73+000 to
Section 32 96 ITU-T.G.652 5100 Single 78+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 73+000 to
32 48 ITU-T.G.655 5100 NZDSF 78+000
Main Access Fiber Kakuma-Lodwar rd. 70+200 to
Section 33A 96 ITU-T.G.652 2850 Single 73+000
Main Access Fiber Kakuma_Lodwar Rd. 68+000 to
Section 33B 96 ITU-T.G.652 2380 Single 70+200
Main Core Fiber Section Single Kakuma-Lodwar Rd. 70+200 to
33A 48 ITU-T.G.655 2810 NZDSF 73+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 68+000 to
33B 48 ITU-T.G.655 2350 NZDSF 70+200
Main Access Fiber Kakuma-Lodwar Rd. 63+000 to
Section 34 96 IYU-T.G.652 5100 Single 68+000
Section VI. Technical Requirements 251
Length
Description Size FiberType (m) Mode Location
Main Core Fiber Section Single Kakuma-Lodwar Rd. 63+000 to
34 48 ITU-T.G.655 5100 NZDSF 68+000
Main Access Fiber Kakuma-Lodwar Rd. 58+000 to
Section 35 (Aerial) 96 ITU-T.G.652 5100 Single 63+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 58+000 to
35 48 ITU-T.G.655 5100 NZDSF 63+000
Main Access Fiber Kakuma-Lodwar Rd. 53+000 to
Section 36 96 ITU-T.G.652 5200 Single 58+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 53+000 to
36 48 ITU-T.G.655 5200 NZDSF 58+000
Main Access Fiber Kakuma-Lodwar Rd. 48+000 to
Section 37 96 ITU-T.G.652 5135 Single 53+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 48+000 to
37 48 ITU-T.G.655 5135 NZDSF 53+000
Main Access Fiber Kakuma-Lodwar Rd.43+000 to
Section 38 96 ITU-T.G.652 5100 Single 48+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 43+000 to
38 48 ITU-T.G.655 5100 NZDSF 48+000
Main Access Fiber kakuma-Lodwar Rd. 38+000 to
Section 39 96 ITU-T.G.652 5100 Single 43+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 38+000 to
39 48 ITU-T.G.655 5100 NZDSF 43+000
Main Access Fiber Kakuma-Lodwar rd. 33+000 to
Section 40 96 ITU-T.G.652 5350 Single 38+000
Main Core Fiber Section Single Kakuma-Lodwar rd. 33+000 to
40 48 ITU-T.G.655 5320 NZDSF 38+000
Main Access Fiber Kakuma-Lodwar Rd. 28+000 to
Section 41 96 ITU-T.G.652 5100 Single 33+000
Main Core Fiber Section Single Kakuma-Lodwar rd. 28+000 to
41 48 ITU-T.G.655 5100 NZDSF 33+000
Main Access Fiber Kakuma-Lodwar Rd. 23+000 to
Section 42 96 ITU-T.G.652 5100 Single 28+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 23+000 to
42 48 ITU-T.G.655 5100 NZDSF 28+000
Main Access Fiber Kakuma-Lodwar Rd. 18+000 to
Section 43 96 ITU-T.G.652 6930 Single 23+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 18+000 to
43 48 ITU-T.G.655 6930 NZDSF 23+000
252 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Kakuma-Lodwar Rd. 13+000 to
Section 44 96 ITU-T.G.652 5200 Single 18+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 13+000 to
44 48 ITU-T.g.655 5200 NZDSF 18+000
Main Access Fiber Kakuma-Lodwar Rd. 08+000 to
Section 45 96 ITU-T.G.652 5100 Single 13+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 08+000 to
45 48 ITU-T.G.655 5100 NZDSF 13+000
Main Access Fiber Kakuma-Lodwar Rd. 008+000 to
Section 46 96 ITU-T.G.652 5220 Single 003+000
Main Core Fiber Section Single Kakuma-Lodwar Rd. 008+000 to
46 48 ITU-T.G.655 5220 NZDSF 003+000
Main Access Fiber Kakuma-Lodwar Rd. 003+000 to
Section 47 96 ITU-T.G.652 4965 Single Lodwar Hill CO
Main Core Fiber Section Single Kakuma-Lodwar Rd. 003+000 to
47 48 ITU-T.G.655 4875 NZDSF Lodwar Hill CO
Main Access Fiber
Section 48 96 ITU-T.G.652 3850 Single Lodwar Hill Co to S067Z
Main Core Fiber Section Single
48 48 ITU-T.G.655 3670 NZDSF Lodwar Hill CO to S067Z
Main Access Fiber Lodwar-Lokichar Rd.83+000 to
Section 49 96 ITU-T.G.652 5170 Single 88+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 83+000 to
49 48 ITU-T.G.655 5110 NZDSF 88+000
Main Access Fiber Lodwar-Lokichar Rd. S078+000 to
Section 50 96 ITU-T.G.652 5100 Single 083+0000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 78+000 to
50 48 ITU-T.G.655 5100 NZDSF 83+000
Main Access Fiber Lodwar-Lokichar Rd. 78+000 to
Section 51 96 ITU-T.G.652 5100 Single 73+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 78+000 to
51 48 ITU-T.G.655 5100 NZDSF 73+000
Main Access Fiber Lowar-Lokichar Rd. 68+000 to
Section 52 96 ITU-T.G.652 5100 Single 73+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 68+000 to
52 48 ITU-T.G.655 5100 NZDSF 73+000
Main Access Fiber Lodwar-Lokichar Rd. 67+885 to
Section 53A (Aerial) 96 ITU-T.G.652 215 Single 68+000
Section VI. Technical Requirements 253
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Lodwar-Lokichar Rd. 63+000 to
Section 53B 96 ITU-T.G.652 5030 Single 67+885
Main Core Fiber Section Single Lodwar-Lokichar Rd. 67+885 to
53A (Aerial) 48 ITU-T.G.655 200 NZDSF 68+000)
Main Core Fiber Section Single Lodwar-Lokichar Rd. 63+000 to
53B 48 ITU-T.G.655 5030 NZDSF 67+885
Main Access Fiber Lodwar-Lokichar Rd. 58+000 to
Section 54 96 ITU-T.G.652 5100 Single 63+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 58+000 to
54 48 ITU-T.G.655 5100 NZDSF 63+000
Main Access Fiber Lodwar-Lokichar Rd. 53+000 to
Section 55 96 ITU-T.G.652 5007 Single 58+000
Main Core Fiber Section Single Lodwar-Lokichar 053+000 to
55 48 ITU-T.G.655 4977 NZDSF 58+000
Main Access Fiber Lodwar-Lokichar 048+000 to
Section 56 96 ITU-T.G.652 5166 Single 053+000
Main Core Fiber Section Lodwar-Lokichar Rd.48+000 to
56 48 ITU-T.G.655 5166 Single 53+000
Main Access Fiber Lodwar-Lokichar Rd. 43+000 to
Section 57 96 ITU-T.G.652 5266 Single 48+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 43+000 to
57 48 ITU-T.G.655 5236 NZDSF 48+000
Main Access Fiber Lodwar-Lokichar Rd. 41+640 to
Section 58A 96 ITU-T.G.652 1450 Single 43+000
Main Access Fiber Lodwar-Lokichar Rd. 40+550 to
Section 58B 96 ITU-T.G.652 1200 Single 41+640
Main Access Fiber Lodwar-Lokichar Rd. 38+000 to
Section 58C 96 ITU-T.G.652 2700 Single 40+550
Main Core Fiber Section Single Lodwar-Lokichar Rd. 41+640 to
58A 48 ITU-T.G.655 1450 NZDSF 43+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 40+550 to
58B 48 ITU-T.G.655 1200 NZDSF 41+640
Main Core Fiber Section Single Lodwar-Lokichar Rd. 38+000 to
58C 48 ITU-T.G.655 2700 NZDSF 40+550
Main Access Fiber Lodwar-Lokichar Rd. 33+000 to
Section 59 96 ITU-T.G.652 5210 Single 38+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 33+000 to
59 48 ITU-T.G.655 5210 NZDSF 38+000
254 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Lodwar-Lokichar Rd. 28+000 to
Section 60 96 ITU-T.G.652 5140 Single 33+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 28+000 to
60 48 ITU-T.G.655 5110 NZDSF 33+000
Main Access Fiber Lodwar-Lokichar Rd. 23+000 to
Section 61 96 ITU-T.G.652 5110 Single 28+000
Main Core Fiber Section Single Lodwar-Lokichar Rd. 23+000 to
61 48 ITU-T.G.655 5110 NZDSF 28+000
Main Access Fiber Lodwar-Lokichar Rd. 18+000 to
Section 62 96 ITU-T.G.652 5103 Single 23+000
Main Core Fiber Section Single Lodwar-Lokichar 18+000 to
62 48 ITU-T.G.655 5103 NZDSF 23+0000
Main Access Fiber Lodwar-Lokichar Rd. 13+000 to
Section 63 96 ITU-T.G.652 5270 Single 18+000
Main Core Fiber Section Single Lodwar-Lokichar 13+000 to
63 48 ITU-T.G.655 5210 NZDSF 18+000
Main Access Fiber Lodwar-Lokichar Rd. 8+000 to
Section 64 96 ITU-T.G.652 5215 Single 13+000
Main Core Fiber Section Single
64 48 ITU-T.G.655 5215 NZDSF Lodwar-Lokichar 8+000 to 13+000
Main Access Fiber Lodwar-Lokichar Rd. Lokichar
Section 65 96 ITU-T.G.652 5580 Single Core to 8+000
Main Core Fiber Section Single Lodwar-Lokichar rd. Lokichar
65 48 ITU-T.G.655 5330 NZDSF Core to 8+000
Main Access Fiber Lokichar-Marich rd. 104+400 to
Section 66 96 ITU-T.G.652 6080 Single Lokichar Core
Main Core Fiber Section Single Lokichar-Marich Rd. 104+400 to
66 48 ITU-T.G.655 5830 NZDSF Lokichar Core
Main Access Fiber Lokichar-Marich Rd. 99+400 to
Section 67 96 ITU-T.G.652 5125 Single 104+400
Main Core Fiber Section Single Lokichar-Marich Rd. 99+400 to
67 48 ITU-T.G.655 5125 NZDSF 104+400
Main Access Fiber Lokichar-Marich Rd. 94+400 to
Section 68 96 ITU-T.G.652 5105 Single 99+400
Main Core Fiber Section Single Lokichar-Marich Rd. 94+400 to
68 48 ITU-T.G.655 5105 NZDSF 99+400
Main Access Fiber Lokichar-Marich Rd. 92+960 to
Section 69A 96 ITU-T.G.652 1540 Single 94+400
Section VI. Technical Requirements 255
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Lokichar-Marich Rd. 89+400 to
Section 69B 96 ITU-T.G.652 3575 Single 92+940
Main Core Fiber Section Single
69A 48 ITU-T.G.655 1510 NZDSF Lokichar-Mrich 92+960 to 94+400
Main Core Fiber Section Single Lokichar-Marich Rd. 89+400 to
69B 48 ITU-T.G.655 3575 NZDSF 92+960
Main Access Fiber Lokichar-Marich Rd. 84+400 to
Section 70 96 ITU-T.G.652 5150 Single 89+400
Main Core Fiber Section Lokichar-marich Rd. 84+400 to
70 48 ITU-T.G.655 5090 Single 89+400
Main Access Fiber Lokichar-Marich Rd. 79+400 to
Section 71 96 ITU-T.G.652 5100 Single 84+400
Main Core Fiber Section Single Lokichar-Marich Rd. 79+400 to
71 48 ITU-T.G.655 5100 NZDSF 84+400
Main Access Fiber Lokichar-Marich Rd. 74+400 to
Section 72 96 ITU-T.G.652 5030 Single 79+400
Main Core Fiber Section Single Lokichar-Marich Rd. 74+400 to
72 48 ITU-T.G.655 4970 NZDSF 79+400
Main Access Fiber Lokichar-Marich 69+400 to
Section 73 96 ITU-T.G.652 5800 Single Kalemngorok Aggregation
Main Core Fiber Section Single Lokichar-Marich 69+400 to
73 48 ITU-T.G.655 5770 NZDSF Kalemngorok Aggregation
Main Access Fiber Lokichar-Marich Rd. 64+400 to
Section 74 96 ITU-T.G.652 5163 Single 69+400
Main Core Fiber Section Single Lokichar-Marich Rd. 64+400 to
74 48 ITU-T.G.655 5133 NZDSF 69+400
Main Access Fiber Lokichar-Marich Rd. 59+400 to
Section 75 96 ITU-T.G.652 5080 Single 64+400
Main Core Fiber Section Single Lokichar-Marich Rd. 59+400 to
75 48 ITU-T.G.655 5050 NZDSF 64+400
Main Access Fiber Lokichar-Marich 54+400 to
Section 76 96 ITU-T.G.652 5120 Single 59+400
Main Core Fiber Section Single Lokichar-Marich Rd. 54+400 to
76 48 ITU-T.G.655 5120 NZDSF 59+400
Main Access Fiber Lokichar-Marich Rd. 49+000 to
Section 77 96 ITU-T.G.652 5132 Single 54+000
Main Core Fiber Section Single Lokichar-Marich Rd. 49+000 to
77 48 OTU-T.G.655 5132 NZDSF 54+000
256 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Lokichar-Marich Rd. 44+400 to
Section 78 96 ITU-T.G.652 5072 Single 49+400
Main Core Fiber Section Single Lokichar-Marich Rd. 44+400 to
78 48 ITU-T.G.655 5072 NZDSF 49+400
Main Access Fiber Lokichar-Marich 39+400 to
Section 79 96 ITU-T.G.652 9750 Single 44+400
Main Core Fiber Section Single Lokichar-Marich Rd. 39+400 to
79 48 ITU-T.G.655 5750 NZDSF 44+400
Main Access Fiber Lokichar-Marich Rd. 34+400 to
Section 80 96 ITU-T.G.652 5450 Single 39+740
Main Core Fiber Section Single Lokichar-Marich Rd. 34+400 to
80 48 ITU-T.G.655 5750 NZDSF 39+740
Main Access Fiber Lokichar-Marich Rd.29+400 to
Section 81 96 ITU-T.G.652 5100 Single 34+400
Main Core Fiber Section Single Lokichar-Marich Rd. 29+400 to
81 48 ITU-T.G.655 5000 NZDSF 34+400
Main Access Fiber Lokichar-Marich Rd. 24+400 to
Section 82 96 ITU-T.G.652 5525 Single 29+400 (Kainuk Core)
Main Core Fiber Section Single Lokichar-Marich Rd. 23+400 to
82 48 ITU-T.G.655 5405 NZDSF 29+400 (Kainuk Core)
Main Access Fiber Lokichar-Marich Rd 19+400 to
Section 83 96 ITU-T.G.652 5100 Single 24+400
Main Core Fiber Section Single Lokichar-Marich Rd. 19+400 to
83 48 ITU-T.G.655 5100 NZDSF 24+400
Main Access Fiber Lokichar-Marich Rd. 14+400 to
Section 84 96 ITU-T.G.652 5130 Single 19+400
Main Core Fiber Section Single Lokichar-Marich Rd. 14+400 to
84 48 ITU-T.G.655 5100 NZDSF 19+400
Main Access Fiber Lokichar-Marich Rd. 9+400 to
Section 85 96 ITU-T.G.652 5104 Single 14+400
Main Core Fiber Section Single
85 48 ITU-T.G.655 5104 NZDSF Lokichar-Marich 9+400 to 14+400
Main Access Fiber Lokichar-Marich Rd. 4+400 to
Section 86 96 ITU-T.G.652 5100 Single 9+400
Main Core Fiber Section Single Lokichar-Marich Rd 4+400 to
86 48 ITU-T.G.655 5100 NZDSF 9+400
Main Access Fiber Lokichar-Marich Rd. 00+200 to
Section 87 96 ITU-T.G.652 4350 Single 4+400
Section VI. Technical Requirements 257
Length
Description Size FiberType (m) Mode Location
Main Core Fiber Section Single Lokichar-Marich Rd. 00+200 to
87 48 ITU-T.G.655 4320 NZDSF 4+400
Main Access Fiber ITU-T.G.652 Marich Pass-Kapenguria Rd
Section 88 (Aerial) 96 (Aerial) 5115 Single 69+300 to 00+200
Main Core Fiber Section ITU-T.G.655 Single Marich Pass - Kapenguria Rd.
88 (Aerial) 48 (Aerial) 5115 NZDSF 69+300 to 00+200
Main Access Fiber ITU-T.G.652 Marich Pass-Kapenguria Rd.
Section 89 (Aerial) 96 (Aerial) 5310 Single 64+300 to 69+300
Main Core Fiber Section ITU-T.G.655 Single Marich Pass-Kapenguria Rd.
89 (Aerial) 48 (Aerial) 5280 NZDSF 64+300 to 69+300
Main Access Fiber Marich Pass-Kapenguria Rd
Section 90 96 ITU-T.G.652 5250 Single 59+300 to 64+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
90 48 ITU-T.G.655 5190 NZDSF 59+300 to 63+300
Main Access Fiber Marich Pass-Kapenguria road
Section 91 96 ITU-T.G.652 5210 Single 54+300 to 59+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
91 48 ITU-T.G.655 5060 NZDSF 54+300 to 59+300
Main Access Fiber ITU-T.G.652 Marich Pass-Kapenguria Rd.
Section 92A (Aerial) 96 (Aerial) 305 Single 54+250 to 54+450
Main Access Fiber Marich Pass-Kapenguria Rd.
Section 92B 96 ITU-T.G.652 5105 Single 49+300 to 54+250
Main Core Fiber Section ITU-T.G.655 Single Marich Pass-Kapenguria Rd.
92A (Aerial) 48 (Aerial) 305 NZDSF 54+250 to 54+450
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
92B 48 ITU-T.G.655 5015 NZDSF 49+300 to 54+250
Main Access Fiber Marich Pass-Kapenguria Rd
Section 93A 96 ITU-T.G.652 550 Single 48+900 to 49+300
Main Access Fiber ITU-T.G.652 Marich Pass-Kapenguria Rd.
Section 93B (Aerial) 96 (Aerial) 560 Single 48+450 to 48+985
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
93A 48 ITU-T.G.655 550 NZDSF 48+750 to 49+300
Single
Main Core Fiber Section ITU-T.G.655 NZDSF Marich Pass-Kapenguria Rd.
93B (Aerial) 48 (Aerial) 560 (Aerial) 48+450 to 49+985
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
93C 48 ITU-T.G.655 4110 NZDSF 44+300 to 48+450
258 Section VI. Technical Requirements
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Marich Pass-Kapenguria Rd.
Section 93C 96 ITU-T.G.652 4140 Single 44+300 to 48+450
Main Access Fiber Marich Pass-Kapenguria 39+300
Section 94 96 ITU-T.G.652 5130 Single to 44+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
94 48 ITU-T.G.655 5100 NZDSF 39+300 to 44+300
Main Access Fiber Marich pass-Kapenguria Rd.
Section 95 96 ITU-T.G.652 5200 Single 34+300 to 39+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
95 48 ITU-T.G.655 5110 NZDSF 34+300 to 39+300
Main Access Fiber Marich Pass-Kapenguria Rd.
Section 96 96 ITU-T.G.652 5235 Single 29+300 to 34+300
Main Core Fiber Section Single Marich Pass kapenguria Rd.
96 48 ITU-T.G.655 5115 NZDSF 29+300 to 34+300
Main Access Fiber Marich Pass-Kapenguria Rd.
Section 97 96 ITU-T.G.652 5640 Single 24+300 to 29+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
97 48 ITU-T.G.655 5430 NZDSF 24+300 to 29+300
Main Access Fiber Marich Passs-Kapenguria Rd.
Section 98 96 ITU-T.G.652 5290 Single 19+300 to 24+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
98 48 ITU-T.G.655 5260 NZDSF 19+300 to 24+300
Main Access Fiber Marich Pass-Kapenguria Rd
Section 99 96 ITU-T.G.652 5140 Single 14+300 to 19+300
Main Core Fiber Section Single Marich Pass-Kapenguria Rd.
99 48 ITU-T.G.655 5080 NZDSF 14+300 to 19+300
Main Access Fiber Marich Pass-kapenguria Rd. 9+300
Section 100 96 ITU-T.G.652 5150 Single to 14+300
Main Core Fiber Section Single Marich pass-Kapenguria Rd.
100 48 ITU-T.G.655 5090 NZDSF 9+300 to 14+300
Marich Pass-Kapenguria Rd. from
Main Access Fiber Kapenguria Aggregation CO to
Section 101A 96 ITU-T.G.652 1385 Single 9+300
Main Access Fiber Kapenguria-Kitale Rd. 4+300 to
Section 101B 96 ITU-T.G.652 4145 Single Kapenguria Aggregation
Main Core Fiber Section Single Marich Pass-Kapenguria rd. from
101A 48 ITU-T.G.655 1295 NZDSF Kapenguria Aggregation to 9+300
48 ITU-T.G.655 4020
Main Core Fiber Section Single Kapenguria-Kitale Rd. 4+400 to
Section VI. Technical Requirements 259
Length
Description Size FiberType (m) Mode Location
101B NZDSF kapenguria aggregation
Length
Description Size FiberType (m) Mode Location
Main Core Fiber Section Single Kitale-Eldoret Rd. 45+300 to
110 48 ITU-T.G.655 5083 NZDSF 50+300
Main Access Fiber Kitale-Eldoret Rd. 40+300 to
Section 111 96 ITU-T.G.652 4740 Single 45+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 40+300 to
111 48 ITU-T.G.655 4710 NZDF 45+300
Main Access Fiber Kitale-Eldoret Rd. from 35+300 to
Section 112 96 ITU-T.G.652 5225 Single 40+300
Main Core Fiber Section Single Kitale-Eldoret Rd. from 35+300 to
112 48 ITU-T.G.655 5225 NZDSF 40+300
Main Access Fiber Kitale-Eldoret Rd. 30+300 to
Section 113 96 ITU-T.G.652 5750 Single 35+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 30+300 to
113 48 ITU-T.G.655 5450 NZDSF 35+300
Main Access Fiber Kitale-Eldoret Rd. 25+300to
Section 114 96 ITU-T.G.652 5213 Single 30+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 25+300 to
114 48 ITU-T.G.655 5155 NZDSF 30+300
Main Access Fiber Kitale-Eldoret Rd. from Kongoni
Section 115-A 96 ITU-T.G.652 2873 Single Exchange to 25+300
Main Access Fiber Kitale-Eldoret Rd. 20+300 to
Section 115-B 96 ITU-T.G.652 4670 Single Kongoni CO
Main Core Fiber Section Single Kitale-Eldoret Rd. from Kongoni
115-A 48 ITU-T.G.655 2813 NZDSF CO to 25+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 20+300 to
115-B 48 ITU-T.G.655 4611 NZDSF Kongoni Exchange
Main Access Fiber Kitale-Eldoret Rd. 15+300 to
Section 116 96 ITU-T.G.652 5200 Single 20+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 15+300 to
116 48 ITU-T.G.655 5110 NZDSF 20+300
Main Access Fiber Kitale-Eldoret Rd. 10+300 to
Section 117 96 ITU-T.G.652 5190 Single 15+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 10+300 to
117 48 ITU-T.G.655 5130 NZDSF 15+300
Main Access Fiber Kitale-Eldoret Rd. 5+300 to
Section 118 96 ITU-T.G.652 5270 Single 10+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 5+300 to
118 48 ITU-T.G.655 5180 NZDSF 10+300
Section VI. Technical Requirements 261
Length
Description Size FiberType (m) Mode Location
Main Access Fiber Kitale-Eldoret Rd. 00+300 to
Section 119 96 ITU-T.G.652 5080 Single 5+300
Main Core Fiber Section Single Kitale-Eldoret Rd. 00+300 to
119 48 ITU-T.G.655 5050 NZDSF 5+300
Main Access Fiber Kitale Eldoret Rd.-5+300 to
Section 120 96 ITU-T.G.652 5190 Single 00+370
Main Core Fiber Section Single Kitale Eldoret Rd. -5+300 to
120 48 ITU-T.G.655 5100 NZDSF 00+300
Main Access Fiber Kitale-Eldoret Rd. -10+300 to -
Section 121 96 ITU-T.G.652 5113 Single 5+300
Main Core Fiber Section Single Kitle-Eldoret Rd. -10+300 to -
121 48 ITU-T.G.655 5113 NZDSF 5+300
Main Access Fiber Kitale-Eldoret Rd. from Eldoret
Section 122 96 ITU-T.G.652 4920 Single TKL Hse to -10+300
Main Core Fiber Section Single Kitale-Eldoret Rd. from Eldoter
122 48 IU-T.G.655 4800 NZDSF TKL Hse to -10+300
2.9. TRENCHING
The civil works (trenching) along the main road will be undertaken by KeNHA.
Bidders will be required to install the OFC in the constructed ducts. However,
there will be need for trenching to the core sites and aggregation sites as
appropriate.
Due to the varied situations along the route e.g. the types of ground encountered
in different locations: firm soil, loose soil, sandy soil, and rocky soil, numerous
river beds and seasonal Laggas, there is a requirement to enforce different
trenching and protection specifications; However, the depth of the trench will be
kept constant at 1500mm.
2.10. Gabion Protection
The specifications for Gabion protection are in the specification sections 3.4 of
this document and must be implemented wherever the detailed design by the
bidder calls for it.
2.11. Bore Drilling Scope
262 Section VI. Technical Requirements
Horizontal Bore Drilling will be utilized whenever the fiber optic cable route
has to cross a tarmac road, railway line or any other obstruction that doesn’t
allow for trenching.
Cable conduits or ducts protect OFC Underground cables from external physical
and chemical damage and eliminates maintenance costs common to buried cables.
Along all the trenches to the different aggregation sites
OFC splice boxes will be used in each Joint and in each Access point of the
network; for both Aerial and Underground cables. For the Underground cable, the
splicing box will be housed inside a Hand-hole. But for the Aerial cable, the
splicing box will be supported by the Messenger guywire. However, regardless of
where it is used, Aerial or Underground, A splicing box will be installed in each
handhole and its size will be according to the number of cores in the FOC being
joined as per the proposed handholes below.
In Optic Fiber Cable (OFC) networks, a Manhole refers to a stone and/or concrete
underground cable access chamber for the drawing in of cables, making splicing
connections; inspection, maintenance, and other OFC cable related services.
Manholes are mainly used in urban towns or where necessary.
The EARTTDFP network will employ two (X2) sizes of Hand-hole chambers: 600mm
diameter x 600mm depth and 900mm diameter x 1000mm depth chambers.
The 600mm chambers are used to facilitate the splicing of the OFC 96 Core cable
for Drop and Insert of signals at every Access point. They are also used at all Entry
points as flexible terminal points as the OFC cable enters schools, hospitals,
office buildings, telecoms offices, etc.
The 900mm chambers are mainly used to facilitate the splicing of the OFC 48 Core
and 96 Core cables at main Joints—every 5km. Spare slack cables, 50m for each of
the 48 Core and 96 Core cables are stored inside these chambers.
Section VI. Technical Requirements 263
Fiber optic cable will have to be installed in this project on the existing
infrastructure that will have been constructed by KeNHA.
Where the bidder finds it more efficient and cost effective to do aerial FOC on
concrete poles to aggregation points along the routes that have to be constructed
in this project, they may propose the option.
2.16. EQUIPMENT SHELTERS AND POWER.
The EARTTDFP OFC network project will see the construction of new Major Core
sites.
The Core sites will include new Equipment shelters, new Power Plants, new Air
Cons and new Fire-suppression systems (each is described separately here below).
There are several Aggregation sites that will be installed in complete new
locations (e.g. Ortum, Kalemngorok, and Rest Stop 2) or alongside the existing
Core sites. Where there is no room in collocated sites, EARTTDFP equipment will
be installed in outdoor cabinets.
Outdoor Equipment Cabinets will come with new Power Plants except where
power is shared from the host site.
Complete details of the scope of each core site and a list of new Aggregation sites
plus the typical aggregation site scope are above in their respective locations.
Specifications of all the components for the Equipment Shelters for Core sites and
Outdoor cabinets for Aggregation Sites can be found in the specifications section
3.4 of this document.
The purpose of this document is to define specifications, requirements and
guidelines for the following aspects of the project:
1. Network Architecture and Equipment
1.1 Core/Distribution
1.2 Optical Transport
1.3 Aggregation/Access
1.4 Access Layer – Customer Premises Equipment (CPE)
1.5 Nadapal/Nakodok Internet Gateway (IG)
1.6 Network Management System (NMS)
1.7 Fiber Test Management
1.8 Equipment licenses and Software
2. Optic Fibre Cable
2.1 Main Backbone 48 Core
2.2 Major Access 96 Core
264 Section VI. Technical Requirements
The equipment designs will be uniform across all the core sites. The sites will
consist of the Optic Transport Network with DWDM equipment and the IP Core
Section VI. Technical Requirements 265
Router that will host the Core and Distribution Layers. This configuration will
meet the demands for backbone transmission and IP MPLS as well as provide
granularity for access to each aggregation site. In case there will be increased
commercial activities along the route, equipment modules can be added at any
layer to increase the capacity, ports, and resiliency with minimal network
interruption.
The proposed hardware configuration will provide:
a) The system will need to support at least 4 lambdas, with each lambda
providing at least 10Gbps of capacity. The system should also be
upgradeable to the point it can support 4Tbps.
b) Capacity for bandwidth of WDM optical transport backbone link is 40GE,
the capacity requirements can be achieved with minimum 40 lambda
transparent WDM transmission equipment with unified optical and
electrical switching. This capacity will meet all the requirements for
EARTTDFP through allocation of a number of lambdas with 100GE capacity
each.
c) Big Capacity Distribution switching fabric
I. Minimum 1.0T ODUk (K=0, 1, 2, 2e, 3, flex) & 640G VCx electrical
switch to flexibly distribute the electrical granularity.
II. 40*100G ROADM switch with Support of optical wavelength dynamic
transport.
III. Optical and Electrical hybrid switching to facilitate the end-to-end
connection with services, pass-through, adding and dropping.
d) Ultra-broadband Transport supporting Unified 10G, 40G & 100G Channels
e) Mapping capacity of 100M~100G services into ODUk (k=0, 1, 2, 2e, 3, 4,
flex) & VCx granules. The 40G & 100G channels are shared by different
ODUk granules providing 100% bandwidth utilization.
f) Adaptive 40G long-haul or metro capable, upgradeable to 100G system.
g) Higher Reliability Network protocols support on a ≤ 50ms recovery
providing more than one recovery route and enhancing the network
security, strengthening service survivability and lowering maintenance
cost.
h) Support for SLA (Service Level Allocation) to meet various customized
requirements.
i) Precise and Highly reliable Clock Transport Supporting physical 2M clock,
and Sync-E transport.
j) Support of OSNR and power monitors of any wavelength, regardless of
10Gbit/s, 40Gbit/s or 100Gbit/s.
k) On-line analysis of fibre network to support maintenance operations.
266 Section VI. Technical Requirements
# Technical Specification
1 Architecture Overview
1.1 The product family should be fully compliant with ITU-T G.709 and
ITU-T G.798. (M)
1.2 The equipment should implement synchronous multiplexing at
ODUk/VC levels and Ethernet synchronous. (M)
1.3 The equipment should support synchronization for mobile traffic
transmission. Please indicate the synchronization signals supported by
the equipment. (M)
1.4 The equipment should support centralized packet switching function
Section VI. Technical Requirements 267
2.20 The 100G line card shall support any mixture of ODUk (K=0, 1, 2, 2e,
3, 4) granular multiplexing into ODU4.
2.21 The 100G Transponder /TDM Muxponder shall support OTN processing
according to ITU-T G.872, G.798 and G.709. (M)
3 OTN specifications
3.1 The device can be easily fulfilled their capacity (just by adding
portion/part of an increase in capacity, without redesign and replace
existing equipment as a whole.) (M)
3.2 The device can support OTN tributary system and the transmission
line according to recommendation ITU-T G.709, and supports
recommendations other technical ITU-T, as well as support OTN
system globally. (M)
3.3 The bidder shall detail the capacity of the integrated OTN/VCn/PKT
switch, its granularity, and types of supported OTN tributary /lines
cards (O-E-O) used for sub-lambda grooming and aggregation as well
as their tune ability support. (M)
3.4 Electrical cross-connection specification should not be less than as
follows:
1) ODUk(k=0,1,2,2e,3,4,flex) crossing switching capacity more than
1.6T and and the equipment should have not less than 14 universal
service slots; (M)
2) VC-3/VC-12 crossing Switching capacity more than 19Gbit/s; (M)
3) VC-4 crossing Switching capacity more than 630Gbit/s; (M)
4) Packet crossing Switching capacity more than 780Gbit/s (M)
3.5 The equipment must support automatic power reduction (APR) due to
fibre brakes or equipment failures as well to automatic laser
shutdown (ALS) for its offered 10G/100G Transponders/ Muxponders/
Optical Amplifiers. (M)
3.6 The equipment must support an optical supervisory channel (OSC)
operating at 1510 nm for network management information purposes
and the use of the generic communications channels (GCC0/1/2) of
the G.709 frame for its offered 10G/100G Transponders/Muxponders.
In addition particular reference must be made to the support of any
Auxiliary and EOW functionalities. Further it shall be stated whether
the OSC is involved in OMU Input Power Balancing (M) .
3.7 Must support Optical Chanel (OCh) layer (ODUk/OTUk) with particular
reference to post FEC error detection and Tandem connection
270 Section VI. Technical Requirements
(M)
Support VxLAN
Support to framework for PCE-Based Inter-Layer MPLS and GMPLS
Traffic Engineering RFC5623
OAM The proposed router should support IP Network quality
measurement mechanisms based on reality IP traffic. (M)
Network The equipment platform shall be integrated to NOFBI network
Management management system as a unified management.
System
Support The system must come with 3-year software and hardware onsite
support service. Proof of manufacturers support for this is
required. (M)
1.3 Aggregation/Access Layer
a) The backhaul for this layer must be based on 10Gbps circuits. (M)
b) The Aggregation layer must provide Edge functionality: Layer 3 VPN
termination for Metro-based services to be provided here. (M)
c) The converged Aggregation/Edge rings are to be served by a small form-
factor PE router.
d) The Metro PE must support features such as MPLS Fast Reroute (FRR),
OSPFv2 Remote Loop Free Alternative (LFA), OSPFv2 Topology
Independent (TI) Fast Reroute, L2VPN Pseudo wire Stitching and
Bidirectional Forwarding Detection (BFD). (M)
e) The proposed platform/equipment for the Aggregation/Edge device
must offer increased scalability on 10GE interface level.
f) The proposed platform/equipment should support a minimum of 2 x
10GE and 24 GE interfaces. (M)
The proposed router shall support 25M BGP route table numbers
IPv6 Routing
The proposed router shall support at least 4k IPV6 BGP neighbors
Protocol
The proposed router shall support IPv6 IS-IS FRR
The proposed router shall support IPv6 SLA.
The proposed router shall support IPv6 FRR.
MPLS The proposed router shall support MPLS/BGP VPN and use IS-IS as
PE-CE routing protocol.
The proposed router shall support LDP Extension for Inter-
Area Label Switched Paths (LSPs) RFC5283
VPN Support L3VPN, L2VPN, including VLL VPLS
Support MPLS tunnel inbound QoS
The proposed router shall support seamless MPLS VPN
Clock Synchronous Ethernet and IEEE 1588v2, ACR
QoS Support 5-level H-QoS, provide the original official public website
to prove.
High The proposed router shall support VRRP in accordance with
Availability RFC2338, and VRRP shall be able to track BFD session and support
decrement router priority within the standby group when a BFD
session fails
The proposed router shall support hardware BFD. And when BFD
session more than 100, detection time should not be affected,
each BFD hello package should be within 3.3ms.
The proposed router shall support NSR for OSPF, ISIS, BGP, LDP,
TE, PIM, L3VPN, L2VPN, ARP, VRRP.
The proposed router shall support end-to-end fault convergence
time < 200ms.
The proposed router shall support Non-Stop Routing for PIM SSM.
The proposed router shall support Non-Stop Routing for remote
LDP and T-LDP.
The proposed router shall support Y.1731 OAM, it should support
monitor Jitter, later, packet loss in all scenario including Native
IP/VLL/
The proposed router shall support PWE3 ping/Trace
Section VI. Technical Requirements 279
Performance
Name of Goods or
No. Technical Specifications and Standards
Related Service
Name of Goods or
No. Technical Specifications and Standards
Related Service
a) The three-year database update service for IPS, antivirus, and URL
filtering.
1.6.7 Antivirus
Supports data leak prevention to identify and filter files and content
(different types of information, such as ID cards, credit cards, debit
cards, and social security cards) in transit.
294 Section VI. Technical Requirements
Supports multiple highly reliable VPN features, such as IPsec VPN, SSL
VPN, L2TP VPN, DSVPN, and GRE. Provides a VPN client for remote user
access through SSLVPN, L2TP VPN, and L2TP over IPsec VPN. Supports
IPsec intelligent link selection and dynamic IPsec tunnel switchover to
improve link availability.
1.6.15 Availability
a) Firewall must obtain, IPS, IPsec, and SSL VPN certifications from the
ICSA Labs.
b) Firewall products must be listed in Gartner Magic Quadrant for
five consecutive years and are positioned in the Challengers
quadrant for the first time. Materials of proof are required.
c) Must have obtained the highest-level CC certificate (EAL4+),
ranking among the highest security levels in the world.
The system must come with 3 year software and hardware onsite
warranty support service. Proof of manufacturers support for this is
required.
The network management system, NMS, database shall have as a minimum the
following attributes:
1.7.2.3 Fibre Optic Cables Attributes. The fibre cables file or table
should have at least the following Attributes: Fibre type, Number
of cores, number of buffer tubes, fibre count, cable diameter,
fibre length, work order number, road chainage or location,
description, route and ownership. In addition, the fibre cables
should be manageable down to the strand level (single core) to
enable proper maintenance by providing traceability to the
strand level.
2.1.6 The Polarization Mode Dispersion (PMD) Link Design Value or PMDQ (PMD
of concatenated length of fibre) should comply with IEC 60794-3: 2001,
section 5.5, Method 1 (m=20, Q=0.01%). PMDQ ≤ 0.1 ps/√Km (ps per
root Km).
2.1.7 Environmental Specs: The fibre should be able to operate with induced
attenuation ≤ 0.05 dB/Km at temperatures from -60oC to +85oC and
humidity of up to 85% RH.
300 Section VI. Technical Requirements
2.2.3 The Macro-bend loss for fibre wrapped around a mandrel of diameters
higher than 60mm and up to 100 turns should be ≤0.1 dB at wavelength
(λ) 1625nm.
2.2.4 Cut off Wavelength. Fibre should be able to carry wavelengths from
λ=1260nm upwards.
2.2.8 He Polarization Mode Dispersion (PMD) Link Design Value or PMDQ (PMD
of concatenated length of fibre) should comply with IEC 60794-3: 2001,
section 5.5, Method 1 (m=20, Q=0.01%). PMDQ ≤ 0.1 ps/√Km (ps per root
Km).
2.2.9 Environmental Specs: The fibre should be able to operate with induced
attenuation ≤ 0.05 dB/Km at temperatures from -0oC to +85oC and
humidity of up to 85% RH.
Term
Cable Operating
10 Temperature -40oC - 70oC -40oC - 70oC
3. TRENCHING
3.1 Trenching Equipment
The Contractor must meet the following minimum trenching equipment requirement:
3.1.1 A trencher must be used in rocky soils due to its ability to trench
through hard rock while maintaining clean trenching, floor and walls,
and producing fine material for the backfill at the same time.
3.1.2 Padding material in rocky ground (1500mm above the bedding and
around the cable conduits) should not contain particles of more than
10mm in diameter.
3.1.3 Backfill 300mm above the padding in rocky ground must not contain
particles of more than 20mm in diameter. This is only possible by the
use of a trencher unless the Contractor is willing to “import” fine
backfill from elsewhere.
3.1.4 An excavator will be used in all terrains except over rocky ground.
3.1.5 If an excavator is used in trenching a rocky ground, the spoil can consist
of large particle rocks that are not appropriate as a backfill, the spoil
must be externally removed and crushed to fine particles: 10mm D for
padding and anywhere close to 20mm D for the first 300mm backfill, as
mentioned above.
3.2 Standard Trenching for Normal soil.
Standard/Normal soil is that which is not very loose, sandy or eroded. It
refers to normal red, black cotton and brown soil as well as laterite sub-
rocky soil, often referred to as (murram). The following specifications must
be met when trenching in Standard/Normal soil:
3.3 Special Trenching for Sandy, loose and eroded soil areas.
This is used mainly at dry riverbed crossings or in areas that are
susceptible to soil erosion.
The following specs must be maintained for trenching along sandy,
loose and erosion prone soils.
Item Description Spec
1 Trenching Depth 1500mm
2 Trench width at 1500mm (bottom) 300mm
3 Trench width at 0 depth (Top) 400mm
Compacted treated Bedding at bottom of
4 trench 150mm
5 Warning Tape depth 750mm
Depth of compacted treated backfill at
6 top of trench 450mm
Width of compacted treated backfill and
7 erosion protection at top of trench 2400mm
b) The river Sand must be clean and without foreign particles like
soil, wood, plastics, etc.
c) The Aggregate can be collected locally or brought in from ballast
stone crusher plant. However, it must be clean and contain
particles that are within 15mm to 20mm in diameter.
d) Clean Water is to be added and mixed to a thick but fluid mix
that pours freely and is easily workable. Water–cement ratios
of 0.45:1 to 0.60:1 by weight are more typically used.
e) A Concrete Mixing machine must be used to attain a clean
homogenous mix.
f) A Concrete Vibrator machine must be used to attain a perfect
concrete consolidation; free from air bubbles and
homogenous across the covered area—helps to avoid cracks
from weaker areas.
g) Concrete Curing must be undertaken for a minimum of seven (7)
days. In hot areas, water is poured on the curing concrete
early in the morning and late in the evening when the
temperatures are low to avoid immediate evaporation. The
curing concrete should be covered in guinea bags and covered
with a two (2) inch layer of sand; to help retain the water
longer over the curing concrete.
OFC splice boxes will be used in each Joint and in each Access point of the
network; for both Aerial and Underground cables. For the Underground cable,
Section VI. Technical Requirements 309
the splicing box will be housed inside a Hand-hole. But for the Aerial cable,
the splicing box will be supported by the Messenger guywire. However,
regardless of where it is used, Aerial or Underground.
Splicing boxes must comply with the following features and technical
specifications:
2.1. Should be “Dome Shaped” type.
2.2. Enclosure must have IP-68 environmental protection level (water and
fine dust proof).
2.3. Boltless locking design (no tools needed for open and close).
2.4. Ruggedized.
2.5. Must withstand Impact and Pull Force of 100N minimum.
2.6. All metal plate, nuts and bolts should be anti-rusting stainless.
2.7. Should be suitable for fusion.
2.8. Mechanical sealing with thermoplastic rubber protection tube.
2.9. It should have a minimum capacity of 48 splices and have 4 x trays of 12
splices capacity each. For the 96 core access fibre cable, the box
capacity should be 96 and have 8 x trays of 12 splices each.
2.10. Box should be suitable for all aerial, direct buried, pipelined, wall
mounting and manhole installations.
2.11. Box should have 4 x entry ports of Max 23mm diameter and sealable
counterparts.
2.12. It should not weight more than 2.5Kg.
2.13. It should operate at temperatures between 0o and 65o
3. HAND-HOLES:
The EARTTDFP network will employ two (X2) sizes of Hand-hole chambers:
600mm diameter x 600mm depth and 900mm diameter x 1000mm depth
chambers.
The 600mm chambers are used to facilitate the splicing of the OFC 96 Core
cable for Drop and Insert of signals at every Access point. They are also used
at all Entry points as flexible terminal points as the OFC cable enters
schools, hospitals, office buildings, telecoms offices, etc.
The 900mm chambers are to be used mainly to facilitate the splicing of the
OFC 48 Core and 96 Core cables at main Joints—every 5km. Spare slack
cables, 30m for each of the 48 Core and 96 Core cables are stored inside
these chambers.
These two types of chambers are of the following characteristics and
specification:
310 Section VI. Technical Requirements
3.1.2. Sizes of the two chambers are: 1) 600mm deep x 600mm D and 2)
1000mm deep and 900mm D.
3.1.3. Cover must be mechanically lockable with special key and fully water
and weather proof.
3.1.4. Chamber and cover materials must be of high strength; made of a Glass
Reinforced Polymer (GRP) such as Sheet Molded Compound (SMC).
3.1.5. The chamber cover should have a load rating of at least 40KN (SANS 558
Medium Duty)
3.1.6. It should have slack management brackets inside the chamber, position
to secure the splicing boxes and at least 8 x 50mm split cable entry
holes.
3.1.7. The chamber must be equipped with a knock out drain at the bottom.
3.2.1. Dimensions of the chamber pit should be minimum depth: 1500mm with
coping diameter 1000mm for the 600mm chamber and daylight opening
of minimum 350mm diameter round opening cover.
3.2.2. Dimensions of the chamber pit should be minimum depth: 1500mm with
coping diameter 1300mm for the 900mm chamber and daylight opening
of minimum 650mm diameter round opening cover.
3.2.4. The bottom of each Hand-hole chamber pit must be set on a compacted
200mm to 500mm deep aggregate drain bed. The aggregate should be
between 20mm-40mm diameter
3.2.6. The Hand-hole chamber pit is backfilled up to 1200mm from the ground
level or to the top of the chamber.
4.4.6. Holes for the poles must be 1000mm deep and 200mm wider, in
diameter, than the diameter of the pole used.
4.4.7. Concrete must be used to backfill and secure the pole; instead of
using the spoil only.
4.4.8. Concrete must be cured for 3 days to allow proper setting of the
pole before the installation of the Aerial cable.
5.1.4. The floor panel will have an elevated floor mounted on it at the
site. The elevated floor is made of 19mm marine plywood with
2mm thick antistatic floor mat.
5.2.5. Fitted with High Security Door and special key locks.
5.3.1. Where -48V power is not available from the host Core Site (e.g.
Moi’s Bridge), a second outdoor cabinet will be supplied mainly
for housing the Power Plant—batteries, rectifier and inverter
units and power management units.
5.3.6. Must provide a dust and water ingress rating of IP55 or better.
5.3.10. All the cables used in the cabinet must be made from flame
retardant materials.
316 Section VI. Technical Requirements
5.4.3. Temperature of 600C triggers local Audio and sends off ‘HIGH
TEMP’ remote alarm
5.4.7. Smoke detection triggers local Audio alarm and sends off ‘FIRE’
remote alarm
5.4.8. Smoke detection >120 seconds, after ‘FIRE’ alarm switches off
Equipment Power (EP)
5.4.9. Smoke detection >360 seconds, after EP powering off, triggers the
release of the Fire Suppression System inert gas.
DC Air Conditioners are 100% Off Grid 48V DC operated. They have the
advantage of effectively reducing power operation costs by not
requiring a DC/AC inverter in a solar/wind powered site as opposed to
purely AC Air-cons.
DC Air-cons must meet the following specs:
5.5.6. Must utilize the Variable Refrigerant Flow (VRF) & Dynamic
Capacity Compressor technology. That technology ensures that
the Air Conditioner is always the right size for the conditions it is
working under and is never wasting power.
5.5.10. Must be Split Unit type (Indoor and Outdoor separate units)
Rest-Stop with
500W 48V X0 x2 100Ah/12V x4 20A/48V x1
WiFi
Deep cycle batteries are usually used in solar and wind power
systems as they are designed to be discharged and recharged
hundreds of times, unlike conventional car batteries which are
designed to provide a large amount of current for a short amount
of time.
Storage batteries used in the EARTTDFP OFC network project
must meet the following specs:
EARTTDFP sites that will engage Wind Turbines will utilize Vertical-axis Wind
Turbines (VAWTs). The VAWTs are a type of wind turbine where the main
rotor shaft is set transverse to the wind (but not necessarily vertically) while
the main components are located at the base of the turbine.
VAWTs offer a number of advantages over traditional horizontal-axis wind
turbines :VAWT Wind turbines will have the following specifications:
5.8.1. Rated Power 3KW
5.8.2. Maximum Power 4KW
5.8.3. Start Wind Speed 2.8m/s (6.27mph) (M)
5.8.4. Rated Wind Speed 12m/s(26.88mph) (M)
5.8.5. Working Wind Speed 3-25m/s (6.72-56 mph) (M)
5.8.6. Safety Wind Speed 50m/s(112mph) (M)
5.8.7. Option Voltage 48-380V
5.8.8. Protection Method Electromagnetic Brake +PWM
5.8.9. Protection Grade IP54 (M)
5.8.10. Working Temperature 0-50℃ (M)
6.3. One original complete copy of the plans showing the proposed work,
schedule and procedures. However, an additional copy will be required
if there is a bridge attachment, road crossing, box culvert crossing or
limited access: to be shared with KeNHA and/or the Kenya Roads Board
as the case may be.
324 Section VI. Technical Requirements
6.3.1. The route: A vicinity map or drawing showing the routes, total
layout and locations of all manholes and Hand-holes that will be
included in the main backbone of the project, and the
surrounding area of the served corridor.
6.3.2. Color highlights to show the demanded Road Right of Way (RRW)
in red.
6.3.3. Legend showing the symbols used on the plans and the color-
coding used to mark the plan if more than red and blue colors are
used.
6.3.5. Section views: For any crossing, which might create a potential
conflict including but not limited to, cable crossings over or
under large storm pipes, culverts, electrical lines, water,
transmission lines and other affected utilities, an individual
section views must be submitted.
6.3.6. Any proposed work in the vicinity of a bridge or box culvert must
include a section showing the distance from all features of the
structure.
6.3.7. Show distance of proposed cable from the roadway where the
nominal 1.5m-2m margin is decreased or extended for practical
reasons.
6.4.1. The attenuation of all optical fibres shall be checked at the time
of delivery by the Contractor in the presence of an ICTA
representative. This will eliminate any possible concerns or
disputes, which may occur when the cable is tested after
installation. Attenuation data will be compared with that
included on the Certified Test Reports supplied from the
manufacturer.
Section VI. Technical Requirements 325
6.4.2. After completion of this test, the Contractor shall seal the cable
against water entry. Plastic caps shall be fitted using adhesive
plastic tape to seal the ends.
6.5.1. Manhole walls will be 200mm thick and made of either stone
blocks or cement mortar blocks. The floor will be concreted to
150mm slab. The roof slab will be of reinforced concrete. The
inside of the manhole will be plastered using specially approved
waterproof cement.
6.5.7. All Underground OFC Joint splicing shall be housed inside the
900/1000mm Hand-hole.
6.5.8. All Access Point splicing will be housed in the 600/600mm Hand-
holes.
6.5.9. The pulling of the cable shall be hand assisted at each Manhole or
Handhole. Sufficient slack shall be left at each end of the cable
to allow proper cable termination and enough spare cable (50
meters at the Joint Hand-hole and 50 meters at the Access Hand-
hole) to facilitate repair of damaged OFC sections.
6.5.11. The cable shall be marked and labelled at each Manhole and
Hand-hole and at all entry and termination points of the fibre
optic cables.
6.5.12. The soil around the Hand-hole shall be compacted and stabilized
and in line with the provided drawings on the Hand-hole chamber
installation.
6.5.13. Upon final acceptance of the conduit system, all Manholes and
Hand-holes shall be free of debris.
6.6.1. The cables shall be laid in ducts buried to depths of not less than
1500mm.
6.6.2. The cables shall be laid 1.5m to 2m from the edge of the Road
Right of Way. Any deviation to this rule, due to technical or
practical reasons must be documented and authority to do so
given by the provisioning authority—ICTA. All designs must be
signed of by the road authority before implementation.
6.6.5. Place the barriers and road signs required by current laws during
excavation works.
6.6.7. If the excavation must remain open or the road will be otherwise
obstructed during the night or under low-visibility conditions,
road signs shall be complemented by lighting devices of the color,
shape and size stipulated by the traffic code.
6.6.9. Where there are cable crossings along roads, ducting shall be of
galvanized steel pipes buried deep enough (nominal 1500mm) for
protection from vehicular or pedestrian traffic stresses. Similar
galvanized steel pipe ducts shall be used at Bridge and Culvert
attachments and at Bore crossings.
6.6.10. Road surface where cable crossings have been installed shall be
restored to its original state in compliance with local authorities’
specifications.
6.7.1. The excavator should verify that all utility lines in the area are
marked.
6.7.2. The excavator shall ensure that bore equipment stakes are
installed at a safe distance from marked utility lines.
6.7.5. The excavator shall ensure that the drill head locating device is
functioning properly and within its specification.
6.7.7. If the negotiations fail, the provisions stipulated by the Law will
be applied.
6.8.2. Cable jackets shall not be directly pulled unless designed for the
purpose, or unless the run is very short and requires a minimal
pulling force. Pulling of cables will only be allowed where blowing
is not possible.
6.8.3. Optical cables shall not be pulled into place by applying tension
directly to the fibres (pulling the fibers).
6.8.4. Install junction boxes between the full length of an optic fibre
cable (in the middle of the span) to allow pulling the cable into
two equal opposite directions.
6.8.7. Cable pulling shall be done by hand, except when tension meters,
tension-controlled, or breakaway swivels are employed.
6.8.9. If Pull Boxes are to be used with optical cables, they shall be
designed for the purpose, and shall be equipped with cable
supports and shall be sized so that no cables in the box shall be
tightly bent.
6.8.11. When pulls are accomplished in two or more stages, and spare
unreeled, it shall be configured in large figure-eight on a safe,
flat surface, such as the ground or a clean floor.
6.8.12. The entry of outside plant cables into a structure may require
special fire safety considerations.
6.10.1. All fibre terminations and jointing will be done by fusion splicing
methods such that the signal attenuation at each connector and
joint is less than 0.06 dB and 0.03 dB, respectively, at 1310 nm
and less than 0.07dB and 0.04 dB at 1550 nm.
6.10.2. The average loss for all joints in any one fibre link (from one Core
substation to another Core substation or one OFC repeater to
another) shall not exceed 0.12 dB.
6.10.3. OFC fibres shall be arranged in the termination and splicing boxes
with loops contained within trays in an orderly and consistent
identifiable pattern with sufficient slack to allow re-jointing
without resorting to extra optical fibre cable.
6.10.4. All splicing boxes shall be sealed such that they are watertight.
Materials used for securing the fibre cable and the splicing boxes
shall be durable to give the required maintenance free design life
of 50 years.
all work and materials required to remedy any fibre defects that
occurred during installation or for the remaking of joints that do
not meet specification requirements.
6.11. Backfilling
6.11.1. Optical Fibre Cables (OFC) HDPE conduits must be protected from
damage at all stages of handling, installation and backfilling
through adherence of the following:
6.12.2. The compaction of the final backfill layer at river banks and in
erosion prone areas, especially where soil stabilization is
indicated, shall be done by means of a compaction machine and
Section VI. Technical Requirements 331
7.1.3. Position and location of installed Gabions and Bores and their
lengths
8. WORK SAFETY
Optic Fibre Cable workers along the roadway shall strictly observe the
following requirements:
8.1. Workers must wear gloves, hard-hats, steel-toe work boots and brightly
colored reflective worker’s garments (Clearly marked with label of
implementing authority).
8.2. Aerial cable installers must use body harnesses or appropriate rigging
gear at all times; when climbing and while aloft. Any operation at height
must be carried out by technicians certified to work at heights.
8.3. A ladder must be secured at the base by one person during climb and by
a safety rope before work on the pole commences.
8.4. During optic fibre splicing, workers must wear protective goggles (safety
glasses) to protect them from fibre splinters.
8.5. All cut fibre pieces must be put in a safe place and away from ingestion
and from public especially local community.
8.7. Where there is no GSM coverage, team leaders must have V/UHF radio
communication with the nearest vehicle.
8.8. Each working team must be equipped with a complete First Aid kit and
must have at least one member who is First Aid certified.
8.11. The work team must place barriers along the trench area, to warn
people of “Dangerous Trench” as required by current laws, during excavation
works.
8.12. The work team must place large and visible WARNING signs to warn road
users and pedestrians of “Excavation Works” along the cable route.
8.13. All open concrete pole holes must be guarded with red/white barrier
tape to warn local community of possible hazard.
8.16. If the excavation must remain open or the road will be otherwise
obstructed during the night or under low-visibility conditions, reflective road
signs shall be complemented by lighting devices of the color, shape and size
stipulated by the Kenyan traffic code.
8.17. The OFC cables shall be laid as stipulated in the plan but any deviation
to this rule, due to technical or practical reasons must be documented and
authority to do so given by ICT Authority. This is to avoid disputes or fights
with the local community—to avoid injury or damage to the cables and
equipment.
8.19. All reasonable steps necessary must be taken and special consideration
given to water, electricity and sewer systems within the area that cannot be
located accurately
in the ESMP. ICTA will have to ensure that the Contractor has adequate
resources for management of environmental and social aspects.
Environmental, Social, Health and Safety Management Strategies and
Implementation Plans (ESHS-MSIP) is required by ITB 11.1 (j) of the Bid
Data Sheet.
In developing these strategies and plans, the Bidder shall have regard to
the ESHS provisions included in the project’s Environmental and Social
Management Plan (ESMP) as well as conditions provided in the different
permits, licenses, and approvals issued
The Code of Conduct should be written in plain language and signed by each
worker to indicate that they have:
received a copy of the code;
had the code explained to them;
acknowledged that adherence to this Code of Conduct is a condition of
employment; and
understood that violations of the Code can result in serious
consequences, up to and including dismissal, or referral to legal
authorities.
A copy of the code shall be displayed in a location easily accessible to the
community and project affected people. It shall be provided in languages
comprehensible to the local community, Contractor’s personnel (including sub-
contractors and day workers), Employer’s and Project Manager’s personnel, and
affected persons.
3.2.4 The Entire System: Pre-commissioning Tests for the entire System
will be done by the authority to confirm the network design and
specification for the entire system as per specification section 3.4
3.3 Operational Acceptance Tests
3.3.0 Pursuant to GCC Clause 27 and related SCC clauses, the Purchaser
(with the assistance of the Supplier) will perform the following tests
on the System and its Subsystems following Installation to determine
whether the System and the Subsystems meet all the requirements
mandated for Operational Acceptance.
3.3.1 Optic Fiber Cable :The optic fiber cable will be tested with OTDR
from link to link to ensure it meet specifications as stated in the
specification section 3.4.Joint boxes will also be inspected to ensure
they meet industry standards and spicing is done as per
specifications in section 3.4.
3.3.2 Civil Work: The civil work will be inspected by the authority to
check depth, backfilling, installation of ducts, gabions etc as per the
specification in section 3.4
3.3.3 Active Equipment: All active equipment will be tested to meet
specifications on the specification section 3.4 and determine
performance of the active equipment. Licenses of the active
equipments will also be confirmed by ICT Authority
3.3.4 The Entire System: Pre-commissioning Tests for the entire System
will be done by the authority to confirm the network design and
specification for the entire system as per specification section 3.4
3.3.5 Power Equipment: All batteries will be tested to meet specifications
on the specification section 3.4, Autonomy back up time, and a
confirmation of the life span period confirmed. Mega test will also
be conducted.
3.4 Final Acceptance Tests
3.4.0 Pursuant to GCC Clause 27 and related SCC clauses, the Purchaser
(with the assistance of the Supplier) will perform the following tests
on the System and its Subsystems 30 days after completion of
operational acceptance test to determine whether the System and
the Subsystems meet all the requirements mandated for handover to
maintenance .
338 Section VI. Technical Requirements
Note: The complexity of the Operational Acceptance Testing needed will vary in
accordance with the complexity of the System being procured. For Systems
to be procured using the single-stage bidding process, Operational
Acceptance Testing may simply consist of requiring a specified period of
trouble-free System or Subsystem operation under normal operating
conditions. For more complex Systems, Operational Acceptance testing will
require extensive, clearly defined tests under either production or mock-
production conditions.
Section VI. Technical Requirements 339
E. IMPLEMENTATION SCHEDULE
340 Secti
7 Installation of FOC 2 26
Note: The implementation of the project will be on Phases and must be integrated with the
implementation of the main ducts by KENHA but shall not exceed 18 months .It
is the responsibility of the bidder to integrate with the Implementation plan of the
main ducts with KENHA. The employer will facilitate communication with
KENHA.
Section VI. Technical Requirements
1 DwDm
2 Core Router
3 Firewall
4 Shelter equipment
5 Wind turbines
Component Relevant
No. Component Technical Y1 Y2 Y3 Y
Specifications No.
3. Technical Services
4. Telecommunications Services … … …
DRAWINGS
Section VI. Technical Requirements
Drawings
346 Sectio
Section VI. Technical Requirements
348 Sectio
Section VI. Technical Requirements
350 Sectio
Section VI. Technical Requirements
352 Sectio
Section VI. Technical Requirements
354 Section VI. Technical Requirements
Note on Preparation of the Checklist for Purchasers: The following is a sample format
that is designed to help Bidders quickly understand:
(a) the Technical Specification given in the Technical Requirements;
(b) whether each Requirement is mandatory or only “preferred”; and
(c) to ensure that each Bidder includes along with a specific response to the
Purchaser, a cross reference to the supporting information provided
elsewhere in its Technical Bid.
It is important that the tables be prepared carefully and completely, with accurate
references to the relevant section and paragraph numbers in the Technical Requirements
so that Bidders will be more likely to submit complete information, particularly regarding
the mandatory and scored Requirements. In preparing each Checklist entry, Purchasers
should start with an abbreviated text of each Requirement so that Bidders can quickly
confirm that they are responding to the right Requirement. Inconsistencies between the
Checklist and the referenced section in the Technical Requirements should be avoided.
Giving Bidders a revisable, “electronic” version of the Checklist as part of the Bidding
Document will enhance the completeness of bids.
Section VI. Technical Requirements 357
Note to Bidders: The following Checklist is provided to help the Bidder organize
and consistently present its Technical Bid. For each of the following Technical
Requirements, the Bidder must describe how its Technical Bid responds to each
Requirement. In addition, the Bidder must provide cross references to the
relevant supporting information, if any, included in the bid. The cross reference
should identify the relevant document(s), page number(s), and paragraph(s). The
Technical Responsiveness Checklist does not supersede the rest of the Technical
Requirements (or any other part of the Bidding Documents). If a requirement is
not mentioned in the Checklist, that does not relieve the Bidder from the
responsibility of including supporting evidence of compliance with that other
requirement in its Technical Bid. One- or two-word responses (e.g. “Yes,” “No,”
“Will comply,” etc.) are normally not sufficient to confirm technical
responsiveness with Technical Requirements.
H. ATTACHMENTS
The Sample Forms provided in these SBD provide standard formats for a number of
the key documents that the Purchaser and Bidders will exchange in the process of bidding,
awarding, and implementing the Contract. Most of the Sample Forms are to be completed
and/or modified by the Purchaser to suit the particular System being procured and
included in the Bidding Document before they are released to potential Bidders, or to the
winning Bidder, as the case may be. In turn, the Bidders or winning Bidder must complete
other forms and submit them to the Purchaser. Notes providing instructions for the
Purchaser, the Bidders, and the winning Bidder have been provided. To avoid confusion,
the Purchaser should remove all the instructions to the Purchaser from the final version of
the Bidding Document that is released to potential Bidders.
To the fullest extent possible, the typographical aides used in the previous sections
of the SBD continue in this section. General explanatory text that appears in sans serif
typeface (such as this text) remains intended for the Purchaser (hence should be removed
from the final version of the Bidding Document). General instructions or explanatory text
aimed at Bidders and/or the winning Bidder appear in standard roman typeface, but
indicators are included showing they are aimed at Bidders. Instructions that appear
directly in the Forms, continue to be in italicized roman typeface, set off with square
brackets and generally intended for the Bidders or the winning Bidder. If an instruction is
meant for the Purchaser, it is identified as such. Purchasers are encouraged to provide as
many of these Sample Forms as possible in revisable, electronic format in or with the
Bidding Document. This will expedite bid preparation, reduce the number of inadvertent
mistakes made by Bidders, and, as a result, simplify the evaluation.
Bid Submission Form and Contract Agreement: Except as indicated by blanks
and/or instructions to fill in information, the text of the Bid Submission Form and the
Contract Agreement should be left unaltered in the Bidding Document from how it appears
in these SBDs. At the time of Contract award, the Purchaser has an opportunity to add the
final details needed in the Contract Agreement form, by making any necessary insertions
or changes to Article 1.1 (Contract Documents) and Article 3 (Effective Date) and listing
only the actual Appendices that will be incorporated in the final Contract. (These
Appendices should also be completed in accordance with the instructions provided at the
beginning of each Appendix.)
Since the Price Schedules will form part of the final Contract, if there have been
any corrections or modifications to the winning bid resulting from price corrections,
pursuant to the Instructions to Bidders, these too should be reflected in the Price
Schedules at the time of Contract award and appended to the Contract Agreement in
Appendix 6 (Revised Price Schedules).
360 Section VII. Sample Forms
Price Schedules: The price breakdown given in the sample Price Schedules
generally follows the usual breakdown requested for Information Technology
procurement, except that further breakdowns are required (e.g., between
Technologies/Goods and Services, and between Technologies and other Goods supplied
domestically or from abroad) in order for the domestic preference procedure to be
applied (except if the procurement falls under the 2004 Guidelines, in which case
domestic preference does not apply in this SBD). It is essential that Bidders submit their
prices in the manner prescribed by the Price Schedules. Failure to do so may result in loss
of the preference, if applicable.
For the more straightforward or well specified Systems that are covered by the
single-stage bidding process, the Purchaser is encouraged to fill in the precise System,
Subsystem, component, and item/description details in the Price Schedules prior to
issuance of the Bidding Document. This will result in bid pricing that is more uniform,
making the comparison of bid prices more efficient and reducing the number of
ambiguities that require clarification. If Bidders are left to fill in item/description details
(which may be necessary for complex Systems when such details cannot be easily
identified in advance by the Purchaser), the commercial evaluation becomes more
difficult. Other guidance and instructions appear in the subsection containing the
schedules and in the schedules themselves.
Manufacturer’s Authorizations and agreements by key subcontractors: In
accordance with ITB Clauses 6.1 (b) and (c), Bidders may be required to submit, as part of
their bids, Manufacturer’s Authorizations and written agreements by Subcontractors
proposed for key services. For the Manufacturer's Authorization, the format provided in
the SBD should be used. There is no particular format for Subcontractor agreements.
List of Proposed Subcontractors: In accordance with ITB Clause 6.3, a Bidder must
submit, as part of its bid, a list of major goods and/or services that the Bidder proposes to
subcontract. The list should also include the names and place of registration of the
Subcontractors proposed for each item and a summary of their qualifications.
List of Software and Materials: In accordance with ITB Clause 13.1 (e) (vi) (ITB
Clauses 13.1 (c) (vi) and 25.1 (e) (vi) in the two-stage SBD), a Bidder must submit, as part
of its bid, a list of all the Software it will provide, assigning each item to one of the
following categories: (A) System, General-Purpose, or Application Software; or (B)
Standard or Custom Software. The Bidder must also submit a list of all Custom Materials.
These should be recorded in the sample List of Software and Materials Table included in
the Bidding Document. If provided for in the Bid Data Sheet, the Purchaser may reserve
the right to assign key System Software items to a particular category.
Bidder Qualification forms: As required by ITB Clause 6.1.
Forms for securing the bid: If the BDS for ITB Clause 17 (ITB Clause 29 in the two-
stage SBD) requires that bids be secured, the Purchaser should include the related form(s)
in the Bidding Document, as provided in this Section of the SBD. Depending on what type
of security the BDS requires, one form (Bid-Securing Declaration), two forms (Bank
Guarantee and Bid Bond), or all three forms, should be included. If the Purchaser wishes
to use another form, it must obtain the World Bank’s prior no-objection. Some of the
Section VII. Sample Forms 361
variable fields (such as the duration of sanctions in case of the Bid-Securing Declaration)
need to be pre-filled by the Purchaser.
Performance Security: Pursuant to GCC Clause 13.3, the successful Bidder is
required to provide the Performance Security within twenty-eight (28) days of notification
of Contract award.
Advance Payment Security: Pursuant to GCC Clause 13.2, the successful Bidder is
required to provide a bank guarantee securing the Advance Payment, if the SCC related to
GCC Clause 12.1 provides for an Advance Payment.
Installation and Operational Acceptance Certificates: Recommended formats for
these certificates are included in these SBD. Unless the Purchaser has good reason to
require procedures that differ from those recommended, or to require different wording
in the certificates, the procedures and forms shall be included unchanged. If the
Purchaser wishes to amend the recommended procedures and/or certificates, it may
propose alternatives for the approval of the World Bank before release of the Bidding
Document to potential Bidders.
Change Order Procedures and Forms: Similar to the Installation and Operational
Acceptance Certificates, the Change Estimate Proposal, Estimate Acceptance, Change
Proposal, Change Order, and related Forms should be included in the Bidding Document
unaltered. If the Purchaser wishes to amend the recommended procedures and/or
certificates, it may propose alternatives for the approval of the World Bank before release
of the Bidding Document.
362 Section VII. Sample Forms
major items of Technologies, Goods, and/or Services. The list should also
include the names and places of registration of the Subcontractors proposed
for each item and a summary of their qualifications.
List of Software and Materials: In accordance with ITB Clause 13.1 (e) (vi)
(ITB Clauses 13.1 (c) (vi) and 25.1 (e) (vi) in the two-stage SBD), Bidders
must submit, as part of their bids, lists of all the Software included in the
bid assigned to one of the following categories: (A) System, General-
Purpose, or Application Software; or (B) Standard or Custom Software.
Bidders must also submit a list of all Custom Materials. If provided for in
the Bid Data Sheet, the Purchaser may reserve the right to reassign certain
key Software to a different category.
Qualification information forms: In accordance with ITB Clause 6, the
Purchaser will determine whether the Bidder is qualified to undertake the
Contract. This entails financial, technical as well as performance history
criteria which are specified in the BDS for ITB Clause 6. The Bidder must
provide the necessary information for the Purchaser to make this
assessment through the forms in this sub-section. The forms contain
additional detailed instructions which the Bidder must follow.
Securing the bid: If the BDS for ITB Clause 17 (ITB Clause 29 in the two-
stage SBD) requires that bids be secured, the Bidder shall do so in
accordance with the type and details specified in the same ITB/BDS Clause,
either using the form(s) included in these Sample Forms or using another
form acceptable to the Purchaser. If a Bidder wishes to use an alternative
form, it should ensure that the revised format provides substantially the
same protection as the standard format; failing that, the Bidder runs the
risk of rejection for commercial non-responsiveness.
Bidders need not provide the Performance Security and Advance Payment
Security with their bids. Only the Bidder selected for award by the Purchaser will
be required to provide these securities.
The following forms are to be completed and submitted by the successful
Bidder following notification of award: (i) Contract Agreement, with all
Appendices; (ii) Performance Security; and (iii) Advance Payment Security.
Contract Agreement: In addition to specifying the parties and the Contract
Price, the Contract Agreement is where the: (i) Supplier Representative;
(ii) if applicable, agreed Adjudicator and his/her compensation; and (iii)
the List of Approved Subcontractors are specified. In addition,
modifications to the successful Bidder’s Bid Price Schedules are attached to
the Agreement. These contain corrections and adjustments to the
Supplier’s bid prices to correct errors, adjust the Contract Price to reflect –
Section VII. Sample Forms 365
if applicable - any extensions to bid validity beyond the last day of original
bid validity plus 56 days, etc.
Performance Security: Pursuant to GCC Clause 13.3, the successful Bidder
is required to provide the Performance Security in the form contained in
this section of these Bidding Documents and in the amount specified in
accordance with the SCC.
Advance Payment Security: Pursuant to GCC Clause 13.2, the successful
Bidder is required to provide a bank guarantee for the full amount of the
Advance Payment - if an Advance Payment is specified in the SCC for GCC
12.1 - in the form contained in this section of these Bidding Documents or
another form acceptable to the Purchaser. If a Bidder wishes to propose a
different Advance Payment Security form, it should submit a copy to the
Purchaser promptly for review and confirmation of acceptability before the
bid submission deadline.
The Purchaser and Supplier will use the following additional forms during
Contract implementation to formalize or certify important Contract events: (i) the
Installation and Operational Acceptance Certificates; and (ii) the various Change
Order forms. These and the procedures for their use during performance of the
Contract are included in the Bidding Documents for the information of Bidders.
366 Section VII. Sample Forms
or such other sums as may be determined in accordance with the terms and
conditions of the Contract. The above amounts are in accordance with the Price
Schedules attached herewith and made part of this bid.
We undertake, if our bid is accepted, to commence work on the
Information System and to achieve Installation and Operational Acceptance within
the respective times stated in the Bidding Documents.
If our bid is accepted, and if these Bidding Documents so require, we
undertake to provide an advance payment security and a performance security in
the form, in the amounts, and within the times specified in the Bidding
Documents.
[ As appropriate, include or delete the following paragraph ]
“We accept the appointment of [ Purchaser insert: name of proposed
Adjudicator from the Bid Data Sheet ] as the Adjudicator.”
[ and delete the following paragraph, or, as appropriate, delete
the above and include the following, or, if no Adjudicator is stated
in the Bid Data Sheet, delete both the above and the following ]
“We do not accept the appointment of [ Purchaser insert: name of
proposed Adjudicator from the Bid Data Sheet ] as the Adjudicator, and we
propose instead that [ insert: name ] be appointed as Adjudicator, whose résumé
and hourly fees are attached.”
We hereby certify that the Software offered in this bid and to be supplied
under the Contract (i) either is owned by us, or (ii) if not owned by us, is covered
by a valid license from the proprietor of the Software.
We agree to abide by this bid, which, in accordance with ITB Clauses 13 and
16, consists of this letter (Bid Submission Form) and the enclosures listed below,
for a period of [ Purchaser insert: number from Bid Data Sheet ] days from the
date fixed for submission of bids as stipulated in the Bidding Documents, and it
shall remain binding upon us and may be accepted by you at any time before the
expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating
to this Bid, and to Contract execution if we are awarded the Contract, are listed
below:
Until the formal final Contract is prepared and executed between us, this
bid, together with your written acceptance of the bid and your notification of
award, shall constitute a binding contract between us. We understand that you
are not bound to accept the lowest or any bid you may receive.
Signed:
Date:
Duly authorized to sign this bid for and on behalf of [ insert: name of Bidder ]
ENCLOSURES:
Price Schedules
Bid-Securing Declaration or Bid-Security (if and as required)
Signature Authorization [plus, in the case of a Joint Venture Bidder, list all
other authorizations pursuant to ITB Clause 6.2]
Attachment 1. Bidder’s Eligibility
Attachment 2. Bidder’s Qualifications (including Manufacturer’s
Authorizations and Subcontractor agreements if and as required)
Attachment 3. Eligibility of Goods and Services
Attachment 4. Conformity of the Information System to the Bidding
Documents
Attachment 5. Proposed Subcontractors
Attachment 6. Intellectual Property (Software and Materials Lists)
[if appropriate, specify further attachments or other enclosures]
Section VII. Sample Forms 371
Attachment 1 ...........................................
Attachment 2 ...........................................
Attachment 3 ...........................................
Attachment 4 ...........................................
Attachment 5 ...........................................
Attachment 6 ...........................................
............................................................
372 Section VII. Sample Forms
Note: in information systems procurement, the Contract Price (and payment schedule)
should be linked as much as possible to achievement of operational capabilities, not just
to the physical delivery of technology.
Section VII. Sample Forms 373
2.1 Preamble
Note: Purchasers should highlight any special requirements of the System and Contract in
a Preamble to the Price Schedules. The following is an example of one such
preamble.
General
1. The Price Schedules are divided into separate Schedules as follows:
2.2 Grand Summary Cost Table
2.3 Design, Supply and Installation Cost Summary Table
2.4 Recurrent Cost Summary Table
2.5 Design and Engineering Services Cost Sub-Table
2.6 Supply and Installation Cost Sub-Tables
2.7 Recurrent Cost Summary Sub-Table
2.8 Country of Origin Code Table
2. The Schedules do not generally give a full description of the information
technologies to be supplied, installed, and operationally accepted, or the Services
to be performed under each item. However, it is assumed that Bidders shall have
read the Technical Requirements and other sections of these Bidding Documents
to ascertain the full scope of the requirements associated with each item prior to
filling in the rates and prices. The quoted rates and prices shall be deemed to
cover the full scope of these Technical Requirements, as well as overhead and
profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall
seek clarification in accordance with the Instructions to Bidders in the
Bidding Documents prior to submitting their bid.
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to
errors, etc., shall be initialed by the Bidder. As specified in the Bid Data
Sheet, prices shall be fixed and firm for the duration of the Contract.
5. Bid prices shall be quoted in the manner indicated and in the currencies
specified in ITB Clauses 14 and 15 (ITB Clauses 27 and 28 in the two-stage
SBD). Prices must correspond to items of the scope and quality defined in
the Technical Requirements or elsewhere in these Bidding Documents.
374 Section VII. Sample Forms
6. The Bidder must exercise great care in preparing its calculations, since there
is no opportunity to correct errors once the deadline for submission of bids
has passed. A single error in specifying a unit price can therefore change a
Bidder’s overall total bid price substantially, make the bid noncompetitive,
or subject the Bidder to possible loss. The Purchaser will correct any
arithmetic error in accordance with the provisions of ITB Clause 26.2 (ITB
Clause 38.2 in the two-stage SBD).
7. Payments will be made to the Supplier in the currency or currencies
indicated under each respective item. As specified in ITB Clause 15.1 (ITB
Clause 28.1 in the two-stage SBD), no more than three foreign currencies may
be used. The price of an item should be unique regardless of installation
site.
Section VII. Sample Forms
Name of Bidder:
-- -- -- -- -
SUBTOTALS
Name of Bidder:
Name of Bidder:
:
-- -- -- -- -- --
-- -- -- -- -- -- --
Subtotals (to [ insert: line item ] of Design, Supply and Installation Cost Summary Table)
Name of Bidder:
:
-- -- -- -- -- --
-- -- -- -- -- -- --
Subtotals (to [ insert: line item ] of Design, Supply and Installation Cost Summary Table)
Name of Bidder:
Componen Su
t Component Y1 Y2 Y3 Y4 ... Yn
No.
Annual Subtotals:
Cumulative Subtotal (to [ insert: currency ] entry for [ insert: line item ] in the Recurrent Cost
Summary Table)
Name of Bidder:
To: ________________________________
We hereby confirm that, in case the bidding results in a Contract between you and
the Bidder, the above-listed products will come with our full standard warranty.
Signed
Note: This authorization should be written on the letterhead of the Manufacturer and be
signed by a person with the proper authority to sign documents that are binding on the
Manufacturer.
384 Section VII. Sample Forms
General-
System Purpose Applicatio Standard Custom
Software Item Software Software n Software Software Software
386 Section VII. Sample Forms
Custom Materials
Section VII. Sample Forms 387
All individual firms and each partner of a Joint Venture that are bidding must
complete the information in this form. Nationality information should be provided
for all owners or Bidders that are partnerships or individually owned firms.
Where the Bidder proposes to use named Subcontractors for highly specialized
components of the Information System, the following information should also be
supplied for the Subcontractor(s), together with the information in Forms 3.5.2,
3.5.3, 3.5.3a, 3.5.4, and 3.5.5. Joint Ventures must also fill out Form 3.5.2a.
1. Name of firm
2. Head office address
3. Telephone Contact
4. Fax Telex
5. Place of incorporation / registration Year of incorporation / registration
Nationality of owners¹
Name Nationality
1.
2.
3.
4.
5.
¹/ To be completed by all owners of partnerships or individually owned firms.
388 Section VII. Sample Forms
All individual firms and all partners of a Joint Venture must complete the
information in this form with regard to the management of Information Systems
contracts generally. The information supplied should be the annual turnover of
the Bidder (or each member of a Joint Venture), in terms of the amounts billed to
clients for each year for work in progress or completed, converted to U.S. dollars
at the rate of exchange at the end of the period reported. The annual periods
should be calendar years, with partial accounting for the year up to the date of
submission of applications. This form may be included for Subcontractors only if
the Bid Data Sheet for ITB Clause 6.1 (a) explicitly permits experience and
resources of (certain) Subcontractors to contribute to the Bidder’s qualifications.
A brief note on each contract should be appended, describing the nature of the
Information System, duration and amount of contract, managerial arrangements,
purchaser, and other relevant details.
Use a separate page for each partner of a Joint Venture, and number these pages.
Bidders should not enclose testimonials, certificates, and publicity material with
their applications; they will not be taken into account in the evaluation of
qualifications.
Annual turnover data (applicable activities only)
Year¹ Turnover US$ equivalent
1.
2.
3.
4.
5.
On separate pages, using the format of Form 3.5.3a, the Bidder is requested to list
contracts of a similar nature, complexity, and requiring similar information
technology and methodologies to the contract or contracts for which these Bidding
Documents are issued, and which the Bidder has undertaken during the period,
and of the number, specified in the BDS for ITB Clause 6.1 (a). Each partner of a
Joint Venture should separately provide details of its own relevant contracts. The
contract value should be based on the payment currencies of the contracts
converted into U.S. dollars, at the date of substantial completion, or for ongoing
contracts at the time of award.
Section VII. Sample Forms 391
Bidders and each partner to an Joint Venture bid should provide information on
their current commitments on all contracts that have been awarded, or for which
a letter of intent or acceptance has been received, or for contracts approaching
completion, but for which an unqualified, full completion certificate has yet to be
issued.
Name of contract Purchaser, Value of Estimated Average monthly
contact outstanding completion date invoicing over
address/tel./f Information last six months
ax System (current (US$/month)
US$ equivalent)
1.
2.
3.
4.
5.
etc.
Section VII. Sample Forms 393
1. Title of position
Name of prime candidate
Name of alternate candidate
2. Title of position
Name of prime candidate
Name of alternate candidate
3. Title of position
Name of prime candidate
Name of alternate candidate
4. Title of position
Name of prime candidate
Name of alternate candidate
396 Section VII. Sample Forms
Position Candidate
Prime Alternate
Candidate Name of candidate Date of birth
information
Professional qualifications
Name of Bidder
The Bidder shall provide adequate information to demonstrate clearly that it has
the technical capability to meet the requirements for the Information System.
With this form, the Bidder should summarize important certifications, proprietary
methodologies, and/or specialized technologies which the Bidder proposes to
utilize in the execution of the Contract or Contracts.
398 Section VII. Sample Forms
Year Award FOR Name of client, cause of litigation, and Disputed amount
or AGAINST matter in dispute (current value,
Bidder US$ equivalent)
Section VII. Sample Forms 399
4. BID-SECURING DECLARATION
Signed: [insert: signature of person whose name and capacity are shown
below]
Duly authorized to sign the bid for and on behalf of: [insert: name of Bidder]
We have been informed that [insert: name of the Bidder] (hereinafter called "the
Bidder") has submitted to you its bid dated [insert: bid date] (hereinafter called
"the Bid") for the execution of [insert: name of contract] under Invitation for Bids
No. [insert: IFB number].
Furthermore, we understand that, according to your conditions, bids must be
supported by a bid guarantee, and that the bid guarantee automatically covers
any alternative bids included in the Bid, if the Bidder is permitted to offer
alternatives and does so.
At the request of the Bidder, we [insert: name of Bank] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of [insert:
amount in figures] ([insert: amount in words]) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is
in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn the Bid (or any parts of it) during the period of bid validity
specified by the Bidder in the Bid Submission Form or any extension of the
period of bid validity which the Bidder subsequently agreed to; or
(b) having been notified of the acceptance of the Bid by you during the period
of bid validity, (i) failed or refused to execute the Contract Agreement, or
(ii) failed or refused to furnish the performance security, if required, in
accordance with the Instructions to Bidders.
This guarantee will expire: (a) if the Bidder is the successful bidder, upon our
receipt of copies of the contract signed by the Bidder and the performance
security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not
the successful bidder, upon the earlier of (i) our receipt of a copy of your
notification to the Bidder of the name of the successful bidder; or (ii) twenty-
eight days after the expiration of the Bid's validity.
Consequently, any demand for payment under this guarantee must be received by
us at the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
_____________________________
402 Section VII. Sample Forms
[Signature(s)]
[Note to Bidders: Instructions on amount and currency can be found in the ITB Clause and BDS for
"Securing the Bid." Joint Ventures need to also ensure that their Bank Guarantee meets the
requirements for Joint Ventures as provided in the same Clause.]
Section VII. Sample Forms 403
_______________________________ ____________________________________
[state: printed name and title] [state: printed name and title]
[Note to Bidders: Instructions on amount and currency can be found in the ITB Clause and BDS for
"Securing the Bid." Joint Ventures need to also ensure that their Bid Bond meets the requirements
for Joint Ventures as provided in the same Clause.]
Section VII. Sample Forms 405
5. CONTRACT AGREEMENT
BETWEEN
(1) [ insert: Name of Purchaser ], a [ insert: description of type of
legal entity, for example, an agency of the Ministry of . . . ] of
the Government of [ insert: country of Purchaser ], or corporation
incorporated under the laws of [ insert: country of Purchaser ] and
having its principal place of business at [ insert: address of
Purchaser ] (hereinafter called “the Purchaser”), and
(2) [ insert: name of Supplier], a corporation incorporated under the
laws of [ insert: country of Supplier] and having its principal place
of business at [ insert: address of Supplier ] (hereinafter called
“the Supplier”).
WHEREAS the Purchaser desires to engage the Supplier to supply, install, achieve
Operational Acceptance of, and support the following Information System [ insert:
brief description of the Information System ] (“the System”), and the Supplier
has agreed to such engagement upon and subject to the terms and conditions
appearing below in this Contract Agreement.
Article 1. 1.1 Contract Documents (Reference GCC Clause 1.1 (a) (ii))
Schedule)
(e) The Supplier’s bid and original Price Schedules
(f) [ Add here: any other documents ]
1.2 Order of Precedence (Reference GCC Clause 2)
In the event of any ambiguity or conflict between the
Contract Documents listed above, the order of
precedence shall be the order in which the Contract
Documents are listed in Article 1.1 (Contract Documents)
above, provided that Appendix 7 shall prevail over all
provisions of the Contract Agreement and the other
Appendices attached to the Contract Agreement and all
the other Contract Documents listed in Article 1.1 above.
1.3 Definitions (Reference GCC Clause 1)
Capitalized words and phrases used in this Contract
Agreement shall have the same meanings as are ascribed
to them in the General Conditions of Contract.
Article 2. 2.1 Contract Price (Reference GCC Clause 1.1(a)(viii) and
GCC Clause 11)
Contract The Purchaser hereby agrees to pay to the Supplier the
Price and
Contract Price in consideration of the performance by
Terms of the Supplier of its obligations under the Contract. The
Payment Contract Price shall be the aggregate of: [ insert:
amount of foreign currency A in words ], [insert:
amount in figures ], plus [ insert: amount of foreign
currency B in words ], [insert: amount in figures ],
plus [ insert: amount of foreign currency C in words ],
[insert: amount in figures ], [ insert: amount of local
currency in words ], [ insert: amount in figures ], as
specified in the Grand Summary Price Schedule.
The Contract Price shall be understood to reflect the
terms and conditions used in the specification of prices
in the detailed price schedules, including the terms and
conditions of the associated Incoterms, and the taxes,
duties and related levies if and as identified.
Article 3. 3.1 Effective Date (Reference GCC Clause 1.1 (e) (ix))
The time allowed for supply, installation, and achieving
Effective Operational Acceptance of the System shall be
Date for determined from the date when all of the following
Section VII. Sample Forms 407
APPENDIXES
Appendix 1. Supplier’s Representative
Appendix 2. Adjudicator [if there is no Adjudicator, state “not
applicable”]
Appendix 3. List of Approved Subcontractors
Appendix 4. Categories of Software
Appendix 5. Custom Materials
Appendix 6. Revised Price Schedules (if any)
408 Section VII. Sample Forms
IN WITNESS WHEREOF the Purchaser and the Supplier have caused this Agreement
to be duly executed by their duly authorized representatives the day and year first
above written.
Signed:
in the capacity of [ insert: title or other appropriate designation ]
in the presence of
Signed:
in the capacity of [ insert: title or other appropriate designation ]
in the presence of
CONTRACT AGREEMENT
dated the [ insert: number ] day of [ insert: month ], [ insert: year ]
BETWEEN
[ insert: name of Purchaser ], “the Purchaser”
and
[ insert: name of Supplier ], “the Supplier”
410 Section VII. Sample Forms
In accordance with GCC Clause 1.1 (b) (iv), the Supplier’s Representative is:
Name: [ insert: name and provide title and address further below, or
state “to be nominated within fourteen (14) days of the
Effective Date” ]
In accordance with GCC Clause 4.3, the Supplier's addresses for notices under the
Contract are:
Appendix 2. Adjudicator
In accordance with GCC Clause 1.1 (b) (vi), the agreed-upon Adjudicator is:
In accordance with GCC Clause 6.1.3, the agreed-upon fees and reimbursable
expenses are:
Pursuant to GCC Clause 6.1.4, if at the time of Contract signing, agreement has
not been reached between the Purchaser and the Supplier, an Adjudicator will be
appointed by the Appointing Authority named in the SCC.
412 Section VII. Sample Forms
The Purchaser has approved use of the following Subcontractors nominated by the
Supplier for carrying out the item or component of the System indicated. Where
more than one Subcontractor is listed, the Supplier is free to choose between
them, but it must notify the Purchaser of its choice sufficiently in advance of the
time when the subcontracted work needs to commence to give the Purchaser
reasonable time for review. In accordance with GCC Clause 20.1, the Supplier is
free to submit proposals for Subcontractors for additional items from time to
time. No subcontracts shall be placed with any such Subcontractors for additional
items until the Subcontractors have been approved in writing by the Purchaser and
their names have been added to this list of Approved Subcontractors, subject to
GCC Clause 20.3.
General-
System Purpose Applicatio Standard Custom
Software Item Software Software n Software Software Software
414 Section VII. Sample Forms
The follow table specifies the Custom Materials the Supplier will provide under the
Contract.
Custom Materials
Section VII. Sample Forms 415
The attached Revised Price Schedules (if any) shall form part of this Contract
Agreement and, where differences exist, shall supersede the Price Schedules
contained in the Supplier’s Bid. These Revised Price Schedules reflect any
corrections or adjustments to the Supplier’s bid price, pursuant to the ITB Clauses
18.3, 26.2, and 33.1 (ITB Clauses 30.3, 38.2, and 45.1 in the two-stage SBD).
416 Section VII. Sample Forms
The attached Contract amendments (if any) shall form part of this Contract
Agreement and, where differences exist, shall supersede the relevant clauses in
the GCC, SCC, Technical Requirements, or other parts of this Contract as defined
in GCC Clause 1.1 (a) (ii).
Section VII. Sample Forms 417
We have been informed that on [insert: date of award] you awarded Contract No.
[insert: Contract number] for [insert: title and/or brief description of the
Contract] (hereinafter called "the Contract") to [insert: complete name of
Supplier] (hereinafter called "the Supplier"). Furthermore, we understand that,
according to the conditions of the Contract, a performance guarantee is required.
At the request of the Supplier, we hereby irrevocably undertake to pay you any
sum(s) not exceeding [insert: amount(s)1 in figures and words] upon receipt by
us of your first demand in writing declaring the Supplier to be in default under the
Contract, without cavil or argument, or your needing to prove or to show grounds
or reasons for your demand or the sum specified therein.
On the date of your issuing, to the Supplier, the Operational Acceptance
Certificate for the System, the value of this guarantee will be reduced to any
sum(s) not exceeding [insert: amount(s)1 in figures and words]. This remaining
guarantee shall expire no later than [insert: number and select: of months/of
years (of the Warranty Period that needs to be covered by the remaining
guarantee)] from the date of the Operational Acceptance Certificate for the
System,2 and any demand for payment under it must be received by us at this
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458, except that subparagraph (ii) of Sub-article 20 (a) is hereby
excluded.
_______________________
[Signature(s)]
1
The bank shall insert the amount(s) specified and denominated in the SCC for GCC Clauses
13.3.1 and 13.3.4 respectively, either in the currency(ies) of the Contract or a freely convertible
currency acceptable to the Purchaser.
2
In this sample form, the formulation of this paragraph reflects the usual SCC provisions for GCC
Clause 13.3. However, if the SCC for GCC Clauses 13.3.1 and 13.3.4 varies from the usual
provisions, the paragraph, and possibly the previous paragraph, need to be adjusted to precisely
reflect the provisions specified in the SCC.
Section VII. Sample Forms 419
We have been informed that on [insert: date of award] you awarded Contract No.
[insert: Contract number] for [insert: title and/or brief description of the
Contract] (hereinafter called "the Contract") to [insert: complete name of
Supplier] (hereinafter called "the Supplier"). Furthermore, we understand that,
according to the conditions of the Contract, an advance payment in the sum of
[insert: amount in numbers and words, for each currency of the advance
payment] is to be made to the Supplier against an advance payment guarantee.
At the request of the Supplier, we hereby irrevocably undertake to pay you any
sum or sums not exceeding in total the amount of the advance payment referred
to above, upon receipt by us of your first demand in writing declaring that the
Supplier is in breach of its obligations under the Contract because the Supplier
used the advance payment for purposes other than toward the proper execution of
the Contract.
It is a condition for any claim and payment to be made under this guarantee that
the advance payment referred to above must have been received by the Supplier
on its account [insert: number and domicile of the account].
For each payment after the advance payment, which you will make to the Supplier
under this Contract, the maximum amount of this guarantee shall be reduced by
the ninth part of such payment.1 At the time at which the amount guaranteed
becomes nil, this guarantee shall become null and void, whether the original is
returned to us or not.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC
Publication No. 458.
______________________
[Signature(s)]
1
This sample formulation assumes an Advance Payment of 10% of the Contract Price excluding
Recurrent Costs, and implementation of the main option proposed by this SBD in the SCC for
GCC Clause 13.2.2 for gradually reducing the value of the Advance Payment Security. If the
Advance Payment is other than 10%, or if the reduction in amount of the security follows a
different approach, this paragraph would need to be adjusted and edited accordingly.
420 Section VII. Sample Forms
Signed:
Date:
in the capacity of: [ state: “Project Manager” or state the title of a higher
level authority in the Purchaser’s organization ]
422 Section VII. Sample Forms
Signed:
Date:
in the capacity of: [ state: “Project Manager” or higher level authority in the
Purchaser’s organization ]
Section VII. Sample Forms 423
Signed:
Date:
424 Section VII. Sample Forms
in the capacity of: [ state: “Project Manager” or higher level authority in the
Purchaser’s organization ]
Section VII. Sample Forms 425
General
This section provides samples of procedures and forms for carrying out
changes to the System during the performance of the Contract in accordance
with GCC Clause 39 (Changes to the System) of the Contract.
References to Changes
(1) Request for Change Proposals (including Application for Change
Proposals) shall be serially numbered CR-nnn.
(2) Change Estimate Proposals shall be numbered CN-nnn.
(3) Estimate Acceptances shall be numbered CA-nnn.
(4) Change Proposals shall be numbered CP-nnn.
(5) Change Orders shall be numbered CO-nnn.
On all forms, the numbering shall be determined by the original CR-nnn.
Annexes
8.1 Request for Change Proposal Form
8.2 Change Estimate Proposal Form
8.3 Estimate Acceptance Form
8.4 Change Proposal Form
8.5 Change Order Form
8.6 Application for Change Proposal Form
426 Section VII. Sample Forms
8. Procedures to be followed:
(a) Your Change Proposal will have to show what effect the requested
Change will have on the Contract Price.
(b) Your Change Proposal shall explain the time it will take to complete the
requested Change and the impact, if any, it will have on the date when
Operational Acceptance of the entire System agreed in the Contract.
(c) If you believe implementation of the requested Change will have a
negative impact on the quality, operability, or integrity of the System,
please provide a detailed explanation, including other approaches that
might achieve the same impact as the requested Change.
(d) You should also indicate what impact the Change will have on the
number and mix of staff needed by the Supplier to perform the
Contract.
(e) You shall not proceed with the execution of work related to the
requested Change until we have accepted and confirmed the impact it
will have on the Contract Price and the Implementation Schedule in
writing.
9. As next step, please respond using the Change Estimate Proposal form,
indicating how much it will cost you to prepare a concrete Change Proposal
that will describe the proposed approach for implementing the Change, all its
elements, and will also address the points in paragraph 8 above pursuant to
GCC Clause 39.2.1. Your Change Estimate Proposal should contain a first
approximation of the proposed approach, and implications for schedule and
cost, of the Change.
Signed:
Date:
428 Section VII. Sample Forms
in the capacity of: [ state: “Project Manager” or higher level authority in the
Purchaser’s organization ]
Section VII. Sample Forms 429
5. Initial Cost Estimate for Implementing the Change: [insert: initial cost
estimate]
430 Section VII. Sample Forms
Signed:
Date:
in the capacity of: [ state: “Supplier’s Representative” or other higher level
authority in the Supplier’s organization ]
Section VII. Sample Forms 431
We hereby accept your Change Estimate and agree that you should proceed
with the preparation of a formal Change Proposal.
In the event that we decide not to order the Change referenced above, you
shall be entitled to compensation for the cost of preparing the Change
Proposal up to the amount estimated for this purpose in the Change Estimate
Proposal, in accordance with GCC Clause 39 of the General Conditions of
Contract.
Signed:
Date:
in the capacity of: [ state: “Project Manager” or higher level authority in the
Purchaser’s organization ]
Section VII. Sample Forms 433
Cost to prepare this Change Proposal (i.e., the amount payable if the Change
is not accepted, limited as provided by GCC Clause 39.2.6):
11. Effect on the other terms and conditions of the Contract: [ insert:
description ]
12. Validity of this Proposal: for a period of [ insert: number ] days after
receipt of this Proposal by the Purchaser
Signed:
Date:
Section VII. Sample Forms 435
We hereby approve the Change Order for the work specified in Change
Proposal No. [ insert: number ], and agree to adjust the Contract Price, Time for
Completion, and/or other conditions of the Contract in accordance with GCC
Clause 39 of the Contract.
Signed:
Date:
in the capacity of: [ state “Supplier’s Representative” or higher level
authority in the Supplier’s organization ]
438 Section VII. Sample Forms
Signed:
Date:
in the capacity of: [ state: “Supplier’s Representative” or higher level
authority in the Supplier’s organization ]