tender for selection of project ......customer. scope of work (sow) is mentioned in this document in...

132
1 ITI Limited Network System Unit Dooravani Nagar BANGALORE-560016 Ref No: NSU/PIA/ 111 Date: 24.08.2020 TENDER FOR SELECTION OF PROJECT IMPLEMENTATION AGENCIES [PIAs]" FOR INTERCITY TRANSPORT FIBRE ROLLOUT IN ORRISSA . Last Date and Time for submission: 07.09.2020, 12.15 Hrs ITI Limited Network System Unit Dooravani Nagar BANGALORE-560016 Ph: 080-2566 2284

Upload: others

Post on 25-Sep-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

1

ITI Limited

Network System Unit

Dooravani Nagar

BANGALORE-560016

Ref No: NSU/PIA/ 111 Date: 24.08.2020

TENDER

FOR

SELECTION OF “PROJECT IMPLEMENTATION AGENCIES [PIAs]" FOR INTERCITY

TRANSPORT FIBRE ROLLOUT IN ORRISSA .

Last Date and Time for submission: 07.09.2020, 12.15 Hrs

ITI Limited

Network System Unit

Dooravani Nagar

BANGALORE-560016

Ph: 080-2566 2284

Page 2: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

2

TABLE OF CONTENT

SECTION NO. ITEM PAGE

NO.

I INTRODUCTION TO THE PROPOSAL 3

II SCOPE OF WORK(General) 4-5

III MINIMUM ELIGIBILITY CRITERIA 6-7

IV INSTRUCTIONS TO BIDDERS 8-14

V FINANCIAL BID 15-16

VI GENERAL (COMMERCIAL) CONDITIONS

OF THE CONTRACT 17-36

VII SPECIAL TECHNICAL CONDITION 37-38

VIII SPECIAL CONDITIONS OF CONTRACT 39-41

IX DETAILED SCOPE OF WORK 42-45

X LIST OF DOCUMENTS TO BE SUBMITTED

AS A PART OF THE BID 46-47

ANNEXURE-I TECHNICAL SPECIFICATIONS 48-113

ANNEXURE-II FORMAT FOR PERFORMANCE BANK

GUARANTEE 114-116

ANNEXURE-III FORMAT FOR THE BID SECURITY/ EMD 117-118

ANNEXURE-IV NON-DISCLOSURE AGREEMENT 119-122

ANNEXURE-V PRE-CONTRACT INTEGRITY PACT 123-127

ANNEXURE-VI NON BLACKLISTED/DEBARRED

DECLARATION-PROFORMA 128

ANNEXURE-VII

CONSORTIUM AGREEMENT AND

IRREVOCABLE UNDERTAKING IN

CASE OF BID BY A CONSORTIUM

129-130

ANNEXURE-VIII PRICE BID FORMAT 131-132

Page 3: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

3

SECTION I: INTRODUCTION TO THE PROPOSAL

1.1. Brief about Intender and Tender Intent

ITI Limited (“ITIL”), the first CPSU of the Independent India is a manufacturer of Telecom

equipment and is providing various Telecom and IT goods and services to its customers. ITI

has diversified into new areas of providing end to end, infra services and turn key solutions in

the domain of IT, Telecom, IoT and Smart city for various Government / Private customers.

There are many ongoing OFC infra projects, Inter City /Intra City at hand and under progress.

ITIL already has done many such project as MSI for Government Departments and their

subsidiaries. ITI has an experience and track record to execute such projects with highest

degree of efficiency and skill and earned good name to execute projects in given time lines.

ITI Ltd is planning to enhance its capacity to deliver and serve the potential entities in Private

Sector also for their Intercity / Intra city expansion of Telecom & IT Network by way of

expanding and roll out of their Optical Fibre and FTTH network. Accordingly, ITI is seeking

area-wise experienced, efficient and capable project implementation partners to deliver such

projects in strict time lines with highest degree of quality and efficiency in given areas of

Cities and States.

In this Connection, ITI Ltd invites sealed proposals for the SELECTION OF “PROJECT

IMPLEMENTATION AGENCIES [PIAs]"FOR INTERCITY TRANSPORT FIBRE

ROLLOUT IN ORRISSA , involving underground and excavations in various cities/inter cities as

indicated in route details in Clause No: 9.2.

1.2 Purpose of Tender:

To invite Intercity Routes wise Tender Bids from the interested companies having relevant

financial capacity, Experienced work force and domain knowledge expertise to Manage such

projects in respected areas of their interest, matching with their experience in most

professional and efficient manner to meet the aspirations of ITI and value preposition to the

customer. Scope of Work (SoW) is mentioned in this document in general and in specific.

1.3 Scope of work:

The general scope of work would include Survey, Installation, Testing, Restoration and

Commissioning of Distribution Fiber network as per the specifications, along with

coordinating to obtain (Right of Way) RoW permissions from respective agencies. The

detailed and specific Schedule of Work is also provided in the detailed Tender Document.

Page 4: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

4

SECTION II : SCOPE OF WORK (General)

2.1 Overall scope of work is construction of Optical Fiber Network for Intercity Fibre Transport Rollout in awarded Routes in state of Orrissa as:

2.2 Overall scope of work is construction of fiber connectivity roll out for Intercity.

2.2.1 Intercity fiber route will be constructed for back bone transport layer fiber

connectivity between two locations /Sites. OFC network construction will be

underground fiber.

2.3 PIA has to do Survey, installation, commissioning, Terminating and testing of Optical Fiber

Cable (OFC) network for Intercity area for connecting given locations and routes.

Implementation of Optical fiber cable network with HDD method or Open trench method will

be decided by the Customer as per requirement.

2.4 Intercity fiber route will be constructed for back bone Transport layer fiber connectivity

between two locations /Sites and will be more than 5 Kms. Long fiber router could be in city or

outside city. Activities will include but not limited to survey of routes, deployment of HDD

machine, open trenching, Manhole/Chamber fixing, coupler fixing, Route marker installation,

OFC pulling in duct and accessories as per RFP guidelines.

1 Intercity Transport Fiber Rollout

Execution of OFC works as per specifications including survey of the routes,

submission of detailed survey reports for approval in triplicate, liaisoning and

obtaining RoW permission, trenching / HDD with 4 Ducts in all types of soil/rock,

HDPE duct laying, providing mechanical protection for low depth & road / rail

/river/bridge crossings with GI pipe /concrete/RCC pipe / DWC pipe as the case

may be, OF Cable blowing, splicing of joints, supplying and placing of RCC

splicing chamber / manholes as per requirement, installation of FDMS, supplying

and fixing RCC route indicators, fixing electronic route markers, earthing pit,

pulling nylon rope etc. as per technical and laying specification, restoration PCC

1:2:4, removal/supply & fixing of Interlocking Tiles , Duct Integration Test, end

termination, acceptance testing, As built drawings etc. complete end to end in all

respects ,

All the material to be installed shall be supplied by ITIL except the raw material to be used in fixing & Installations at site (like all masonry works) or as specifically mentioned in the item to be executed. Average Quantities used per KM of variable elements above, given in the “Annexure-I Technical Specifications - Selection of “Project Implementation Agencies [PIA’s] for Intercity Transport Fibre Rollout of Optical Fibre Network in Orrissa” BoQ”

Page 5: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

5

2.5 PIA need to conduct a field survey for assigned fiber route considering existing ground

utility and terrain condition with detail plan to submit tender authority for approval. Survey

plan should have detail drawings, GIS information-based route map in KMZ/KML and in given

report formats shared by Customer. Once route plan is verified and approved, PIA has to

coordinate with relevant departments of government or concerned authority or local authority

for ROW / Pole permission for creation of fiber network. PIA needs to do required

documentation for ROW application. PIA will be responsible for getting ROW/pole permission

in time to match delivery timelines.

2.6 Uploading As Built Diagram (ABD) data of OFC laying on GIS platform and on daily basis.

This shall be done through the mobile application which shall be loaded to the mobile hand-

sets of the selected bidders inspection personnel. Mobile handsets (android or iOS powered

and related GIS platform shall be arranged by the bidder).

--- END OF SECTION II ---

Page 6: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

6

SECTION III: MINIMUM ELIGIBILITY CRITERIA

Sl. No.

Criteria Documentary Proof to be Submitted

1

The bidder must be, a company registered in India, under the companies Act – 1956 or 2013 Or, a legally bound consortium of two such companies, front ended by one as a lead bidder and should be in business of creating telecom infrastructure.

Copies of the Certificate(s) of Incorporation.

2

The bidder’s Average Annual Financial Turnover during the last 3 years, ending 31st March-2020 must be as per Table (I) appended below as per Intercity Routes bid for. In case of a consortium, the partner company,

must also have minimum average annual turnover of

30% of this minimum amount.

Audited financial statements for the last 3 years (2017-18, 2018-19 and 2019-20) to be enclosed. In case, 2019-20 Balance Sheet is not audited till bid submission, CA Certified report shall be accepted to be supplanted by audited report soon, it is available.

3 The lead bidder and Consortium Partner should be financially strong, both having Positive Net worth in each of the last 3 financial years.

Net Worth Certificate for the last 3 years (2017-18,2018-19 and 2019-20) from Statutory Auditor/CA

4

The bidder must have a sound financial health with enough cash flow to timely and efficiently execute the awarded project. A solvency certificate from it’s banker for at least an amount as indicated in Table-(I) below as per the Intercity Routes Bid for, shall be essential during the currency of the project.

Solvency Certificate in favor of the bidder from any Nationalized/Scheduled Bank issued during last 6 months from tender date.

5

The Lead Bidder / Consortium Partner individually or collectively must have successfully executed OFC laying of Intercity Transport Fibre Rollout projects (Under Ground) during the last five years (till 31st March’2020).The essential minimum eligibility experience sought in this regard is given in Table-(I) below as per the Intercity Routes intended to be Bid for.

Copy of relevant work order(s) along with completion/ ongoing certificate(s) with details from the client(s) stating the work(s) has been completed.

6

The Lead Bidder / Consortium Partner individually or collectively must have co-ordinated and obtained ROW permissions from Local Municipal Bodies, NHAI, Railways, PWD, Metro Rail, Forests etc. for at least the number of route KMs as mentioned in Table-(I), below as per the Intercity Routes Bid for.

List with Routes/Location and details of Customer and Agencies with self-certification of having coordinated to obtain the RoW.

7 The Bidder and Consortium Partner should not be blacklisted by any Govt. Deptt. or any PSU in India as on the date of publication of this Tender.

Self-declaration by the bidder duly signed by the authorized signatory

Page 7: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

7

TABLE-(I):

Intercity Routes ORRISSA

Turn-Over (Rs. Cr.) 7 Crs

Solvency (Rs.Cr.) 4 Crs

Experience (KM) UG 450 KMs

RoW (KM) 150 KMs

EMD (Rs. Lakh) 20 Lakh

--- END OF SECTION III ---

Page 8: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

8

SECTION IV: INSTRUCTIONS TO BIDDERS

4.0 Invitation to Bid:

Bids are invited from companies/ firms to participate in this Tender for “Appointment of

Project Implementation Agency” for Telecom & IT Networking Projects in General and

for the Selection of “Project Implementation Agencies [PIA’s] for Intercity Transport Fibre Rollout of

Optical Fibre Network in Orrissa” in particular, who meet the minimum eligibility criteria as

specified in this Tender.

4.1 Bid Preparation Costs

4.1.1 The bidder shall be responsible for all costs incurred in connection with

participation in this Tender process, including, but not limited to, costs incurred in

conduct of informative and other diligence activities, participation in

meetings/discussions/presentations, preparation of bid, in providing any additional

information required by the ITI to facilitate the evaluation process, and in

negotiating a definitive contract or all such activities related to the bid process.

4.1.2 ITIL shall in no case be responsible or liable for those costs, regardless of the

conduct

or outcome of the bidding process.

4.2 Authentication of Bid

A bid should be accompanied by a power-of-attorney in the name of the signatory of the

bidder.

4.3 Bid Submission

4.3.1 ITI’s Tender document can be downloaded from ITI web site www.itiltd.in

or CPP portal www.eprocure.gov.in The hard copy of the Tender document is not

available for sale by ITI.

4.3.2 Tender document fee of Rs. 5,000 (Rupees Five Thousand Only) plus GST @18%

(Total Rs. 5,900) shall be payable with the bid. This shall be submitted as a

Demand Draft or through NEFT or bank transfer or Pay Order drawn at a

Scheduled Bank/Post Office in favor of ITI Limited (N S UNIT), Dooravani Nagar,

Bangalore - 560016, along with the bid document. The MSME bidders shall be

exempted from the bid document fee. The Bank details for crediting/Transferring

money to ITIL is as below.

Account No:38779898110

Bank: State Bank of India

Branch: Doorvaninagar

IFSC Code: SBIN0001438

Page 9: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

9

4.3.3 The Tender document fee is non-refundable.

4.3.4 Bid shall be valid for at least 90 days from the date of Bid opening.

4.3.5 Each bid shall be accompanied with an EMD from a Scheduled Bank for an

amount commensurate to the Intercity Routes applied for bidding and as mentioned

in the Table-(I) in the form of DD/Bankers Cheque/Bank Guarantee in favor of

“ITI Ltd, (N S UNIT), Bangalore-560016” valid for a period of 120 days from the

date of bid opening. The MSMEs shall be exempted from EMD on submission of

relevant document to claim such relaxation.

4.3.6 The successful bidders shall submit a Performance Bank Guarantee (PBG) from a

Scheduled Bank to ITI for an amount equal to 5% of the work awarded valid for

two years. The PBG should be submitted latest within 7 days from the date of ITI’s

requisition (LOI). The validity of the PBG shall be extended in case of the

extension of original delivery time lines of the project.

4.3.7 The EMD of the unsuccessful Bidder will be returned/discharged to the Bidder

within 30 days of finalization of selection of the Bidder. The EMD of the

successful Bidder (“PIA”) will be returned on submission of Performance Bank

Guarantee for an amount equal to 5 % of the total value of the project, awarded for

the implementation to the bidder.

4.3.8 Bids in prescribed forms shall be submitted in double sealed cover (Technical and

Financial Bids in separate envelops) mentioning clearly with such super- scription

on the top of envelope and submitted to the;

“Deputy General Manager(A) TPBD,

NS Unit, ITI Limited,

Dooravani Nagar, Bangalore – 560016”

Phone: 080-25650054, 25662284

eMail: [email protected]

4.3.9 The Bid submitted shall consist of two covers as below

4.4 Envelop-I [Technical Bid]

It will have the full name, address of the Bidder and of the authorized agent delivering

the Tender at the bottom left hand corner of the sealed cover. The cover shall consist of

the following:

Page 10: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

10

4.4.1 Cover note by the Bidder indicating name of the Company, address,

communication details (like, mobile numbers, land line numbers, fax numbers, e-

mail ids for correspondence), name and designation of the Bid submission

authority etc.)

4.4.2 Copy of ITI’s Tender document signed by the authorized person of the Bidder at

bottom of each page of the Tender document as an acceptance for having read and

understood the Tender.

4.4.3 Power of attorney in the case of authorized representative having signed the

Tender.

4.4.4 Bid document fee of Rs. 5,900/- (Rs Five Thousand Nine Hundred Only)

submitted as detailed above. MSMEs shall be exempted from this fee.

4.4.5 GST Registration document

4.4.6 All Documents as proof of meeting eligibility conditions and satisfying all other

requisites for each bid separately.

4.4.7 EMD from a Scheduled Bank for a prescribed amount as mentioned in the Table-(I)

valid for a minimum period of 120 days from the date of bid opening.

4.5 Envelop 2 [Financial BID]

I t shall consist of financial bid for all the service components General and

Allied.

4.5.1 The bidders shall be free to bid for any or many Cities/Areas, strictly as per

the bid format and separate bid for each Intercity Routes.

4.5.2 Bid must be complete for all the components for the chosen Intercity Routes.

4.5.3 Incomplete bids are liable for rejection.

4.5.4 The financial bid/quote at any other place than designated, will make the bid

liable for rejection.

4.6 Important Information:

Sl. No. Information Details

1 Tender Number Ref No: NSU/PIA/ 111

Date: 24.08.2020

2 Tender Name Tender for the Selection of “Project Implementation

Agencies [PIA’s] for Intercity Transport Fibre Rollout

of Optical Fibre Network in Orrissa”

3 Work description/Nature of the

work

Intercity Transport Fibre Rollout of Optical Fibre

Network in Orrissa” for the Telecom Service

Provider (End Customer)

4 Date of Issue/Publishing of the

Tender 24.08.2020

Page 11: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

11

6 Last Date for Queries received

on Tender 29.08.2020

7 Last Date and Time for

Submission of Bids 07.09.2020, 12:15 Hrs

8 Date and Time of Opening of

Technical Bids 07.09.2020, 15:30 Hrs

9

Date and Time of Opening of

Financial/Commercial Bids of

Technical suitable bidders

08/09/2020 at 15:30 Hrs. If any change in the

date and time, the same will be informed

accordingly.

10 Tender Fee Rs. 5,900/-(Rupees Five Thousand

Nine Hundred only)

11 EMD As per TABLE-(I)

12 Solvency Certificate As per TABLE-(I)

13 Bid Validity 90 Days

14 Validity of the contract One Year (extendable)

15 Attachments/Annexures Formats and Specifications

16 Tender issuing Authority

Deputy General Manager (A), TPBD,

NS Unit, ITI Limited, Dooravani Nagar,

Bangalore – 560016

4.7 CLARIFICATIONS:

Bidders desirous of seeking clarifications on the Tender, may send their queries through email

to: [email protected] at the following address:

DGM (A), TPBD

NS Unit, ITI Limited,

F-100, West Wing,

Doorvani Nagar, Bangalore-560016

Ph: 080-25650054, 080-25662284

The last date for sending queries is 29-08-2020

4.8 On the Bid opening day, only technical bids will be opened.

4.9 Bids without authenticated proof of Bid document fee, EMD and other technical

Page 12: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

12

compliances as required and prescribed in this Tender, will be rejected.

4.10 The address for all correspondences regarding this Tender shall be:

DGM (A), TPBD

NS Unit, ITI Limited

F-100, West Wing,

Bangalore Complex, Doorvani Nagar,

Bangalore-560016

Ph: 080-25650054 / 25662284

E-mail: [email protected]

4.11 The offers prepared by the Bidders and all the correspondences and documents relating to

the offers submitted/exchanged by the Bidder, shall be written in English language.

4.12 ITI reserves the right to suspend or cancel the Tender process at any stage, or to accept, or

reject any, or all offers at any stage of the process and / or to modify the process, or any part

thereof, at any time without assigning any reason, without any obligation or liability whatsoever

and the same shall be published in the ITI website or intimated through email.

4.13 The Bidder shall bear all costs associated with the preparation and submission of its Tender,

including cost of presentation for the purpose of clarification of the offer, if so desired by ITI.

4.14 At any time prior to the last date for receipt of offers, ITIL, may, for any reason, whether at

its own initiative or in the response to a clarification requested by the prospective bidders,

modify the Tender document.

4.15 Also, ITI may, at its discretion, extend the last date and time for the receipt of offers and/or

make other changes in the requirements set out in the Invitation for Tender at its own accord or

in order to provide reasonable time to bidders to take the amendments into account in preparing

their offers,.

4.16 If the last day for the bid submission is declared as a holiday, the bid will be opened at the

same time on the next working day.

4.17 Tender will be received/submission up to 12:15 Hrs. on 07/09/2020 and technical bid will be

opened on same day i.e 07/09/2020 at 15:30 Hrs.

4.18 Commercial bids of technical suitable bidders will be opened on 08/09/2020 at 15:30 Hrs. If

any change in the date and time, the same will be informed accordingly.

4.19 BID PRICES:

4.19.1 The bidder shall quote the item wise price inclusive of all incidentals and inclusive

of all taxes and levies but exclusive of Goods and service tax. Goods and Service tax

shall be paid extra, as applicable. The PIA shall be responsible for loading/unloading

and transporting the materials, from ITIL/Customer’s store to the work site.

4.19.2 The PIA shall maintain minimum one local Stocking Arrangement (Warehouse) at

the site to safely stock the installation material issued from the customer’s issue point

Page 13: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

13

which shall be one per Circle. The safety and security of all material since by the

customer/ITIL, till handing over, shall solely be of PIA.

4.19.3 The bidder shall quote against all the items of the chosen Intercity Routes. Bids not

having quote for all the items/components as per the financial bid format, essential or

allied, shall be termed as incomplete and liable for rejection.

4.20 PERIOD OF VALIDITY OF BIDS:

4.20.1 Bid shall remain valid for 90 days from date of opening of the bids (Qualifying Bid).

A Bid valid for a shorter period shall be rejected by ITIL as non-responsive.

4.20.2 In exceptional circumstances, the tendering authority may request the consent of the

bidder for an extension to the period of bid validity. The request and the response

thereto shall be made in writing. In such cases, the bid security provided shall also be

suitably extended. The bidder may refuse the request without forfeiting its bid

security. A bidder accepting the request and granting extension will not be permitted

to modify its bid.

4.21 SIGNING OF BID:

4.21.1 The bidder shall prepare, as a part of his bid, the bid documents duly signed on each

and every page establishing the conformity of his bid to the bid documents of all the

works to be executed by the bidder under the contract.

4.21.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary

to correct errors made by the bidder in which case such corrections shall be signed

with dated by the person or persons signing the bid.

4.22 Disclaimer:

4.22.1 ITI and/or its officers, employees disclaim all liability from any loss or damage,

whether foreseeable or not, suffered by any person acting on or refraining from

acting because of any information including statements, information, forecasts,

estimates or projections contained in this document or conduct ancillary to it whether

or not the loss or damage arises in connection with any omission, negligence,

default, lack of care or misrepresentation on the part of ITI and/or any of its officers,

employees.

4.22.2 All information contained in this Tender provided / clarified is in good faith and

interest. This is not an agreement and is not an offer or invitation to enter into an

agreement of any kind with any party.

4.22.3 Though adequate care has been taken in the preparation of this Tender document, the

interested bidders shall satisfy themselves that the information contained in the

document is complete in all respects to enable to make an informed decision to

bid. Interested Bidders are required to make their own enquiries and assumptions

wherever required.

Page 14: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

14

4.22.4 Information provided in this document or imparted to any respondent as part of the

Tender process is confidential and shall not be used by the respondent for any other

purpose, distributed to, or shared with any other person or organization

4.22.5 Bid received / submission after due date and time will not be considered.

----- END OF SECTION IV ----

Page 15: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

15

SECTION V: FINANCIAL BID

5.1 The bidders are to quote the price against All the Service Items General or Allied for the

chosen Intercity Routes(s).

5.2 GST shall be extra, payable at the prescribed rate against the GST invoice.

(I). GENERAL SERVICE ITEMS:

(II). ALLIED SERVICE ITEMS (on need basis):

(Note: The mention of A(i), from General Service Items at (I) above, mentioned in allied item’s table

(II) would mean the numbers appearing in respective cell and is being used to arrive at the weighed

value for comparative bid assessment).

Name of Area Bid For: Intercity

Routes/State

Orrissa

I.

Service Items for

Execution (Complete

Work as per SoW &

Specs)

Qty

(KMs)

Quoted Rates Per KM (Rs) Itemized Bid Value

(Qty x Rates) In Figures in Words

A B B AxB

(i) Intercity Transport

Underground

450

TOTAL, Itemized Bid Value, for General Service Items (X)

II. Allied Service Items

Unit Quote

Rates

(Rs.) per

Unit

Quoted

Rates

(Rs.) per

Unit

Weighted Value for Bid

Evaluation (Y)

(i) Additional Cable Blowing KM E1 [{A(i)}*0.01]*E1

(ii) Restoration PCC 1:2:4 Cubic

Mtr E2

10*E2

(iii) Removal & Fixing of

Interlocking Tiles

Sq. Mtr E3

1000*E3

(iv) Supply & Fixing of

Interlocking Tiles.

Sq. Mtr E4

500*E4

Extra Items if Required, above the numbers mentioned in BoQ

(v) Chamber supply &

installation as per design

Per

Piece E5

[{A(i)}*0.25]*E5

vi) Splicing and Termination

Activity

Per 100

Splice E6

[{A(i)}*0.5]*E6

Page 16: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

16

OVERALL WEIGHTED BID PRICE FOR AN INTERCITY ROUTES: X+Y

(IMPORTANT: The Quantities and Weights applied to quoted bid prices are only indicative and

assumptive to assess the comparative ranking and NOT to be taken as actual quantitative values of

items of work).

-------------- END OF SECTION-V ------------

Page 17: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

17

SECTION VI: GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

6.1 APPLICATION:

The General conditions shall apply in contracts made by the ITIL for the execution of

Laying PLB pipes allied and Associated works by Open Trench Method/Trenchless

Technology , Optical Fibre Cable Pulling/Blowing and splicing works.

6.2 STANDARDS:

The works to be executed under the contract shall confirm to the standards prescribed in

the OF Cable construction practices using open trenching, trenchless technology methods.

6.3 PRICES:

Prices charged by the PIA for the works performed under the Contract shall not be higher

from the prices quoted by the PIA in his Bid. Price once fixed will remain valid for the

period of contract. Increase and decrease of taxes/duties will not affect the price except

Goods and Service tax (GST) which will be paid at prevailing rate, during this period.

6.4 SUBCONTRACTS:

The PIA shall not assign, sub contract or sublet the whole or any part of the works

covered by the contract, under any circumstances without written approval of ITIL in

advance.

6.5 LIABILITY:

ITIL will not be liable to the PIA for any losses or damages, costs, charges which the PIA

may in any way sustain/suffer due to non-issue of work order/delay in making store

available or delay in receipt of permission from road authorities/local bodies/forest

department.

6.6 PERFORMANCE SECURITY:

6.6.1 The successful bidder including MSME shall submit an amount equivalent to

5% of the value of work awarded at the Tender approved price as security

deposit by way of Performance Bank Guarantee (PBG) within 7 days from the

date of issue of LOI, in favour of ITI Limited, (NS Unit), payable at

Bangalore from any scheduled bank in India, and valid for 24 months from

the date of issue of LOI.

6.6.2 On receipt of PBG from the bidder, after confirmation of the genuineness of

the PBG from the bank, the EMD, received earlier, will be returned.

6.6.3 A separate Security in the form of Bank Guarantee may also be taken for the

Material issued during the execution of project if the progress of work is not

in pace of issue of material.

6.6.4 The proceeds of the performance security shall be payable to the ITIL as

compensation for any loss resulting from the PIA’s failure to perform the

Page 18: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

18

obligations under the contract and warranty obligations including the cost of

material of ITIL or any other liability incurred.

6.6.5 The performance security deposit shall be refunded after expiry of warranty

period of last work executed provided there are no recoveries to be made

arising out of poor quality of work, incomplete work and/or violation of any

terms and conditions of the contract as stipulated in the bid document.

6.6.6 If there are recoveries to be made, PIA shall deposit the money before the

release of PBG for getting the PBG released and in failure to do so, PBG will

be forfeited and recovery to be effected from the realized PBG amount and

the balance amount, if any, after adjustment of recoveries, will be refunded to

the bidder.

6.6.7 It is the responsibility of the PIA to submit the proof that he has deposited the

Goods & service tax in time. Otherwise ITIL will recover from subsequent

bills or PBG as the case may be.

6.6.8 No interest will be paid to the PIA on the security deposit.

6.7 ISSUE OF WORK ORDERS AND DELIVERY SCHEDULE:

6.7.1 Work will be executed by way of issuing work orders. Work orders may be

issued in parts for a period as specified in the work order. The work order

shall be for a part of work which will have to be completed in time as

specified in work order.

6.7.2 The work orders shall be issued by the Designated Officer in-charge of OF

cable construction for intercity Transport Fibre Rollout works after Pro-forma

work order approval from ITIL. The Designated Officer in charge of work

shall issue the work order after examining the technical and planning details

of the works to be executed.

6.7.3 The ITIL reserves the right to cancel or modify the scope of work stipulated to

be carried out against the work order in the event of change of plan

necessitated on account of technical reasons or in the opinion of work order

issuing authority or competent authority, the PIA is not executing the work at

the required pace.

6.7.4 The work orders shall be issued as per the work execution plans of the

customer

and not as per the convenience of the PIA.

6.7.5 The work orders for the difficult portions of the route may be awarded first by

the designated Officer in-charge and PIA would have no claim what so ever to

demand for a particular route or section for execution first.

6.7.6 In case of multi PIA scenario, the efforts would be made to maintain the ratio

and balance of work amongst awarded PIAs, but the preference of

geographical area and claim on quantum would not lie with any of the PIAs.

6.7.7 PIA will start the work execution only after obtaining all required ROW for

the full section of work.

Page 19: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

19

6.8 EXTENSION OF THE DELIVERY SCHEDULE:

6.8.1 General: 6.8.1.1 In each work order, the work order issuing authority shall specify the

time allowed for completion of work consistent with the magnitude

and urgency of work. The time allowed for carrying out the work is to

be strictly observed by the PIA and shall be reckoned from the day of

issue of work order.

6.8.1.2 In as much as “the time being deemed to be the essence of contract”,

throughout the stipulated period of contract, the work is to be

proceeded with all due diligence on the part of the PIA.

6.9 APPLICATION FOR EXTENSION OF TIME AND SANCTION OF EXTENSION OF

TIME (EOT):

6.9.1 There may be some hindrances, other than covered under force majeure,

while execution of work and in such cases the PIA shall apply in writing to

the Designated Officer-in-charge for extension of time (EOT), on account of

which, he desires such extension, on the same day of occurrence of

hindrance. The Designated Officer-in-charge shall forward the request to the

competent authority with his detailed report, who shall may or may not

grant extension of time for completion of work or may allow so with certain

conditions.

6.9.2 The application must contain the ground(s), which hindered the PIA in

execution of work.

6.9.3 The Designated Officer-in-charge is of the opinion that the grounds shown

for extension of time are reasonable.

6.9.4 The designated authority shall consider the request keeping all the facts and

circumstances in view and shall grant extension of time, if in his opinion,

there are reasonable and sufficient grounds for granting such extension and

the reasons for delay are not ascribable to the PIA.

6.9.5 The competent authority may also grant extension of time for completion of

work in cases where reasons for delay are ascribable to the PIA, but such

extension of time shall be with LD charges as per clause dealing with

Liquidated damages (LD) for delays in execution of works.

6.9.6 The competent authority shall grant EOT with time period for completion of

work clearly mentioned.

If the competent authority is of the opinion that the grounds shown by

the PIAs are not reasonable and sufficient and declines to grant the

extension of time, the PIA cannot challenge the soundness of the

opinion by reference to arbitration. The decision of the competent

authority on period of extension of time or refusal for extension of time

shall be final and binding on the PIA.

Page 20: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

20

NB: SINCE THE WORK IS TO BE EXECUTED FOR AND ON BEHALF OF AN

END CUSTOMER, THE NEED AND EXEGENCIES OF THE CUSTOMER

SHALL PREVAIL UPON ALL THE COVENENTS AND ALL DECSIONS

SHALL BE TAKEN WITH COGNIGENCE OF SUCH CUSTOMER.

6.10 BID OPENING AND EVALUATION:

6.11 OPENING OF BIDDS BY THE ITIL:

Tender will be received/submission up to 12:15 Hrs. on 07/09/2020 and technical bid will be

opened on same day i.e 07/09/2020 at 15:30 Hrs.

6.12 CLARIFICATION OF BIDS BY THE ITIL:

To assist in examination, evaluation and comparison of bids, the ITIL may, at its discretion ask the

bidder for clarification of its bid. The request for its clarification and its response shall be in writing.

However, no post bid clarification at the initiative of the bidder shall be entertained.

6.13 VERIFICATION OF BIDS BY THE ITIL

If any of the documents, required to be submitted along with the technical bid is found

wanting, the offer is liable to be rejected at that stage. However, the ITIL at its discretion may

call for any clarification regarding the document within a stipulated time period. In case of

non-compliance to such queries, the bid will be outrightly rejected without entertaining

further correspondence in this regard.

6.14 PRELIMINARY EVALUATION:

ITIL shall evaluate the bids to determine whether they are complete, whether any computational errors

have been made, whether required sureties have been furnished, whether the documents have been

properly signed and whether the bids are generally in order.

Prior to the detailed evaluation, the ITIL will determine the substantial responsiveness of each bid to

the bid document. For purpose of these clauses a substantially responsive bid is one which conforms

to all the terms and conditions of the bid documents without deviations.

The ITIL may waive any minor infirmity or non-conformity or irregularity in a bid which does not

constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking

of the bidder.

Bids found Technically and commercially compliant and suitable would only be considered for Price

bid opening.

6.15 CONTACTING THE ITIL:

6.15.1 No bidder shall try to influence the ITIL on any matter relating to its bid, from the time of

bid opening till the time the contract is awarded.

6.15.2 Any effort by the bidder to modify his bid or influence the ITIL in the ITIL’s bid evaluation,

bid comparison or the contract award decisions shall result in the rejection of the bid.

6.16 ITIL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS;

Page 21: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

21

The ITIL reserves the right to accept or reject any bid and to annul the bidding process and

reject all bids, at any time prior to award of contract without assigning any reason whatsoever

and without thereby incurring any liability to the affected bidder or bidders on the grounds for

the ITIL’s action.

6.17 ISSUE OF LETTER OF INTENT:

6.17.1 The issue of letter of intent shall constitute the intention of the ITIL to enter into the

contract with the bidder. Letter of intent will be issued as offer to the successful

bidder(s).

6.17.2 The bidder shall within 14 days of issue of letter of intent, give his acceptance along

with Performance security.

6.18 SIGNING OF AGREEMENT:

6.19 Once the tender is approved by the competent authority and Letter of Intent (LoI) is issued,

the PIA shall deposit the Performance Bank Guaranty (PBG) within fourteen days. The Bid

Security deposited along with the tender shall be refunded to the bidder after signing of the

agreement.

6.20 An agreement shall be signed after submission of PBG.

6.21 ITIL may at any time during the progress of work, ask for an additional Material Security in

the form of Bank Guaranty (BG) if it feels the PBG security to be insufficient to mitigate

the risk of the value of the Supplies made to the PIA. However, this action shall be

exceptional and to be invoked based on real perception of risk.

6.22 MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING:

6.22.1 Open Trenching:

6.22.2 Measurement:

The measurement books are to be maintained by the Designated Officer-in-

charge of the work or his immediate engineering subordinate not below the rank

of Manager. The entry shall be made in ink. No entry shall be erased. If a

mistake is made, it should be corrected by crossing out the incorrect words or

figures and inserting the corrections, the corrections thus made shall be initialed

& dated by the officer concerned.

6.22.3 Responsibility of taking and recording measurements:

The measurement of various items of work shall be taken and recorded in the

measurement book issued with each work order. The measurement shall be

taken and recorded by an officer not below the rank of Manager, supervising the

work.

Page 22: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

22

6.22.4 Method of recording of nomenclature of items: Complete nomenclature of

items, as given in the agreement need not be reproduced in the measurement

book for recording the measurements but corresponding Item Code as provided,

shall be used.

6.22.5 Method of measurements: The measurements of the work shall be done

activity

wise as and when the item of work is ready for measurement.

6.22.6 The rates of payment shall be as agreed and awarded if the work is accomplished

as per the scheduled specifications.

Measurement of Lengths and profiles of strata and protection: The measurements of length of trenches are on running meter basis,

irrespective of type of soil encountered while digging. The type of

protection provided in a segment shall be recorded in the measurement book

in the sheet provided for this purpose.

Measurement of length of cable: The length of cables laid in trenches,

through pipes and through ducts shall be measured by use of RODO

Meter/Measuring Tape. The length should be cross verified with the

marking of lengths on the cables. The lengths shall be recorded in sheet

provided in the measurement book.

Measurement of other items: The measurement/numerical details of other

items shall be recorded in the sheets provided for respective items viz.

Digging of joint pit and preparation of joint chamber along with its type

i.e. Brick chamber or Pre Cast RCC type.

Termination of Cable in Building Premises/Equipment

Room/Shelter/BTS and number of joints.

Numbering of Poles/Pillars/Cabinets/Boxes.

Numbering of Components such as FDMS and Splitters etc.

The rates to be quoted per km length of trenching including HDD,

bridge, culvert, railway, highway, crossings, for complete work.

6.22.7 The PIA shall sign all the measurement recorded in the measurement book. This

will be considered as an acceptance by the PIA, of measurements recorded in the

MB. In case PIA fails to attend at the measurements or fails to countersign or to

record the difference within a week, then in any such events the measurements

taken by Designated Officer-in-charge or by the subordinate as the case may be

shall be final and binding on the PIA and the PIA shall have no right to dispute

the same.

6.22.8 The Designated Officer or the Customer’s representative before accepting the

invoice for sections covered by each set of measurement may carry out test check

by re-opening trench at as many locations as necessary and bills will be processed

only when he is personally satisfied of the correctness of entries in the

“measurement Book” and also when he is satisfied of other aspects of the work as

per the terms of the contract. The PIA shall provide the necessary assistance of

Page 23: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

23

labour for re-opening of trench for test check by the Designated Officer. Separate

payment shall not be made to the PIA for excavation of such test checks;

however, such test pits shall not be more than 10% of the cable laying work.

6.22.9 Measurement of the work of cable pulling through pipe/duct will be taken equal

to the length of the pipe / duct through which the cable has been pulled and not

the total length of the cable pulled through pipe/duct.

6.22.10 In case of HDD, depth of the pipes and depth AT shall be done during the

drilling from Entry pit towards Exit pit only. Hence the Depth AT for the HDD

work shall be done in real time along with supporting documents.

6.23 INSPECTION AND QUALITY CONTROL:

6.23.1 The Quality of Works: The importance of quality of Optical Fibre Cable

Construction works especially laying of multiple PLB pipes/coils using open trenching

and trenchless technology method cannot be over-emphasized. The quality and

availability of connectivity and success of overlay access network depends upon quality

of laying of Optical Fibre Cable. Further, the OF cables are vulnerable to damages due to

work of other agencies.

6.23.2 It is imperative that the PIA(s) is/are fully conversant with the construction

practices especially laying multiple pipes by trenchless technology using HDD

machine and shall be fully equipped to carry out the work in accordance with the

specifications.

The PIAs are expected and bound to ensure quality in construction works in accordance

with specifications laid down. The PIA shall engage adequate and experienced

supervisors to ensure that works are carried out as per specifications and with due

diligence and in a professional manner. The PIAs shall satisfy himself/themselves that the

work conforms to the quality specifications before offering the same for Acceptance and

Testing by the Customer.

6.23.3An assessment of extent of interest shown by the PIAs in executing the works with

requisite quality may be recorded and used in evaluating the PIAs’ Performance Rating.

6.23.4 In addition to Acceptance Testing being carried out and supervision by

Constructions Officers, all works at all times shall be open to inspection by any

representative of ITIL or the end customer. The PIAs shall be bound, if called upon to do

so, to offer the works for inspection without any extra payment.

6.23.5 Site Order Book: The site order book is one of the primary records to be

maintained by the Site In charge supervising the work during the course of execution of

works. The noting made by officers as well as PIAs, will form as basis for operation of

many contractual clauses. The PIA shall remove all the defects pointed out by the officers

in the Site order book. The PIA or their authorized representatives shall also be at liberty

to note their difficulties etc. in these books. The site order books may also be consulted at

the time of making final payments to the PIA.

Page 24: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

24

6.24 TESTING AND ACCEPTANCE TESTING:

6.24.1 The work shall be deemed to have been completed only after the same has been

accepted by the Acceptance Testing Team of the Customer. The PIA shall make

test pits at the locations desired by A.T. Officers for conducting test checks

without any extra payment. The PIA shall restore the pits after test measurements

to its original shape. The PIA shall be responsible to provide test/measurement

tools and testers for conducting various acceptance tests.

6.24.2 Scope of Acceptance and Testing: The purpose of acceptance and testing is to

verify integrity of measurement and quality of work done. The A.T. Officer shall

not be responsible for recording of measurements for the purpose of billing and

contractual obligations. However, if the measurements taken by AT officer are

found to be lesser than the measurements recorded by the officer responsible for

recording the measurements, the measurement taken by AT officer shall prevail

without prejudice to any punitive action against the PIA as per provisions of the

contract and the officer recording the measurements. The PIA shall be obligated

to remove defects/deficiencies pointed out by the AT officer without any

additional cost to ITIL or to the customer.

6.24.3 Offering the work for acceptance and testing: The PIA representative

responsible for construction, after having satisfied himself of completion of work

ready for AT for completed section shall offer the work to AT Officer of the

customer for conducting Acceptance and Testing. The work shall be offered for

AT as soon as part of work is complete in all respects. The work against any work

order can be offered for AT in a number of stages.

6.24.4 IT SHALL BE THE SOLE RESPONSIBILITY OF THE PIA TO GET THE WORK

DONE, TESTED AND ACCEPTED BY THE CUSTOMER.

6.25 WARRANTY:

6.25.1 The PIA shall warrant that the material supplied for the work for which it was

responsible, shall be new and free from all defects and faults in material,

workmanship and manufacture and shall be of the highest grade and consistent

with the established and generally accepted standards for materials of the type

ordered and shall perform in full conformity with the specifications and drawings.

The PIA shall be responsible for any defects that may develop under the

conditions provided by the contract and under proper use, arising from faulty

materials, design or workmanship such as corrosion of the equipment, inadequate

quantity of materials, deficiencies in the construction practices etc. and shall

remedy such defects at his own cost when called upon to do so by the ITIL who

shall state in writing in what respect the supplies or the services are faulty. This

warranty shall survive inspection or payment for, and acceptance of goods, but

shall expire except in respect of complaints notified prior to such date, twelve

months after the acceptance testing.

6.25.2 If it becomes necessary for the PIA to replace or renew any defective

portion/portions of the works and material under this clause, the provisions of the

clause shall apply to the portion / portions of works and or material so replaced or

renewed or until the end of the above mentioned period of twelve months,

whichever may be later. If any defect is not remedied within a reasonable time, as

Page 25: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

25

prescribed by the ITIL, the ITIL may proceed to do the work at the PIA’s risk and

costs, but without prejudice to any other rights which the ITIL may have against

the PIA in respect of such defects.

6.25.3 The Cable joint shall be guaranteed for a period of ONE year from the date

of closing of joint. In case of failure of the joint due to poor workmanship i.e.

failure of joint without external damage, with in the stipulated period of guarantee

the PIA shall repair the joint(s) at his own cost within 24 hours of informing him,

failing which the ITIL may carry out the repairs and compensation

equivalent to five times of the approved/assessed rate of the jointing work

plus the cost of materials used shall be recovered from the PIA from his

pending bill/SD or any amount due to him without prejudice to any other action as

per terms and conditions of the tender. The cost of joining kit, supplied by the

ITIL, so used to revive the joint shall be deducted from the final bill of the PIA

pending for payment or from security if all bills have been settled.

6.25.4 Replacement under warranty clause shall be made by the PIA free of all charges

at site including freight, insurance, cost of works and other incidental charges.

6.26 AUDIT AND TECHNICAL EXAMINATION:

6.26.1 ITIL shall have the right to cause an audit and technical examination of the work and the

final bills of the PIA including all supporting vouchers, abstract etc. to be made after

payment of the final bill and if as a result of such audit and technical examination any

sum is found to have been overpaid in respect of any work done by the PIA under the

contract or any work claimed by him to have been done by him under the contract and

found not to have been executed, the PIA shall be liable to refund the amount of over

payment and it shall be lawful for ITIL to recover the same from him in the manner

prescribed in clause or in any other manner legally permissible and if it is found that the

PIA was paid less than what was due to him under payment shall be duly paid by ITIL to

the PIA.

6.26.2 Any sum of money due and payable to the PIA (including security deposit returnable to

him) under this contract may be appropriated by the ITIL for the payment of a sum of

money arising out or under any other contract made by the PIA with the ITIL

6.27 PAYMENT TERMS:

6.27.1 Procedure for Preparation and settlement of bills:

6.27.1.1 All items of work involved in the work order shall be completed in all respects

before preparing the bills for the work against the work order. The procedure for

payment of bills is enumerated as under which shall however be done on receipt

of respective payments from the end customer.

i) 70% Payment release on route completion and final AT clearance along with ROW

permission, within 45 days or payment received from end customer. ii) 10% on reconciliation of material in 45 days or payment received from end customer. iii) 10 % payment within 45 days or payment received from end customer, on refund of security

deposit/release of Bank Guarantee from RoW authorities iv) 10% retention for one year from the date of final AT towards no defect liability.

6.27.2 The PIA shall prepare the final bill in triplicate after completion of the work

entrusted after acceptance and testing and submit the same to project in-charge of

work. The final bill shall be prepared for all the measurements of all items

Page 26: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

26

involved in execution of complete work order. The PIA shall prepare the final bill

containing the following details:

● The bill for all the quantities as per Measurements at the approved rates.

● Adjustment of amount received against running bills.

● Store reconciliation statement furnishing account of stores received against

the Work Order and returned to the designated Store go-down as surplus with

requisite verifications from store in-charge or the officer in-charge of the

work.

● RoW Permission copy or Security refund order as per the payment mile stone.

Details of recoveries/penalties for delays, damages to various

departmental/Third party properties as per provisions of the contract. In case

no recovery is to be made, NIL report needs to be submitted.

● Details of empty cable drums.

● Copy of the Wage Register, Attendance Register, Monthly EPF & ESI

Deposit Challan may also be demanded as an option.

6.28 PROCEDURE FOR PAYMENT FOR SUBSTANDARD WORK:

6.28.1 The PIAs are required to execute all works satisfactorily and in accordance

with the specifications. If certain items of work are executed with unsound,

imperfect or unskilled workmanship or with materials of any inferior description or

that any materials or articles provided by him for execution of work are unsound or

of a quality inferior to that contracted for or otherwise, not in accordance with the

contract (referred to as substandard work hereinafter), the Designated Officer in-

charge shall make a demand in writing specifying the work, materials or articles

about which there is a complaint.

6.28.2 Timely action by Site-In-charge/Supervisors of PIA: Timely reporting and

action, to a great extent, can prevent occurrence of substandard work, which will be

difficult or impossible to rectify later on. It is incumbent on the part of PIA’s Site-In-

charge, supervising the work, to get rectified the defects in work in time during

progress of the work.

6.28.3 Once a defective work is pointed out to the PIA by ITIL or the Customer, asking

the PIA to rectify/replace/remove the substandard item of work in a defined time

period. After expiry of such time period, if the PIA fails to rectify/replace/remove the

defect, the defects shall be got rectified/replaced/removed through some other agency

at the risk and cost of the PIA.

6.28.4 Non-reporting of the substandard work in time by ITIL or the Customer shall not

in any way entitle the PIA to claim that the defects were not pointed out during

execution and as such the PIA cannot be absolved of the responsibility for

substandard work and associated liabilities.

6.28.5 Authority and Procedure to accept substandard work and payment thereof: There

may be certain items of work pointed out as substandard which may be difficult to

rectify and in the opinion of ITIL Authority or customer, the items in question will

not materially deteriorate the quality of service provided by the construction. The

Page 27: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

27

payment shall be deducted on prorate basis if it has prior approval of the designated

officer I/c. Else, the deduction shall be at double the rate of prorate that too only if

such portion of lesser depth has been secured by way of extra protection. A working

group may also be made who shall take into account the approximate cost of

material/work pointed out as substandard and recommend the rates payable for

substandard work or item in question. The recommendations however must be

preapproved by the customer.

6.28.6 Record of substandard work: The items adjudged as substandard shall be entered

into the measurement book properly underlined and highlighted.

6.29 NO CLAIM FOR DELAYED PAYMENT DUE TO DISPUTE ETC.:

No claim for interest or damage will be entertained or be payable by the ITIL in respect

of any amount or balance which may be lying with the ITIL owing to any dispute,

difference or misunderstanding between the parties or in respect of any delay or omission

on the part of the Engineer in charge in making intermediate or final payments or in any

other respect whatsoever.

6.30 LIQUIDATED DAMAGES/ COMPENSATION CLAUSE:

6.30.1 Liquidated Damages clause for Delays in the PIA’s performance:

The time allowed for completion of the work as per work order shall be strictly adhered

by the PIA and shall be deemed to be the most important aspect of the contract on the

part of the PIA and shall be reckoned from the day work order is issued by ITIL. The

work shall, throughout the stipulated period of contract, be proceeded with all due

diligence to achieve the desired progress uniformly, and the PIA shall pay as LD for

delay in execution of the work @ 0.5 % for each week of delay or part thereof, till it

reaches 10 % value of the work. Once the LD payable as above, approaches 10 (ten)

percent of the cost of the work, the competent authority reserves the right to short close

the work order and get the remaining work done at the risk and cost of the PIA.

6.30.2 Fiber rollout delivery timelines

S.no

Km Scope

Scope

in

Meter

Timelines Penalty Clause In case of delayed on top of

Over-all TAT

Orrissa

(In Days)

No Penalty 6- 30

days

31 to 60 days > 60

Days

1 <= 5 Km 5000 65

TAT +5

days

5% of total Route Value.

7.5% of total Route Value.

10% of total Route Value.

2 >5-10 Km 10000 70

3 > 10 -60 Km 60000 110

Page 28: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

28

Note - Delivery Timelines will start from the date of Issuance of LOI/PO (As mentioned in above table)

1. Routes having length> 60 km, delivery Timeline will be applicable in multiple of 60 KM

sections (up to 5 sections of 60 KM /300 KMs) where executions will happen in parallel. Max

delivery Time up to 300 Km will be 110 days for rest of Orrissa.

2. Routes > 300 km & Upto-600 Km additional 40 days will be given for delivery. Executions will

happen in parallel in multiple of 60 KMs sections. Max timeline up to 600 Km will not exceed

more than 150 days for rest of rest of Orrissa irrespective of route KMs .

3. Routes > 600 km & Upto-1000 Km additional 50 days will be given for delivery. Executions

will happen in parallel in multiple of 60 KMs sections. Max timeline up to 1000 Km will not

exceed more than 200 days for rest of rest of Orrissa irrespective of route KMs .

4. Routes > 1000 Km, max timelines will not exceed more than 200 days for rest of rest of Orrissa

irrespective of route KMs.

6.30.3 The days on which work is not done due to reasons beyond the control of PIA,

such as natural calamities, law & order situation, local Government’s

proclamation etc; as accepted by the end customer shall not be counted towards

penal delay.

6.30.4 LD for delay in completion of the work shall be recoverable from the bills of the

PIA and/or by adjustment from the security deposit (PBG) or from the bills of any

other contract. However, adjustment from security deposit will be made only

when the contract has been terminated or at the time of final settlement of bills on

completion of work.

6.30.5 The sequence of work order(s) for any route or section shall be as chosen by the

work awarding authority. PIA would not claim to ask for any section or route to

be executed first.

6.30.6 In case of slow progress of the work in a section which has been awarded to a

particular PIA, if the customer interest does not permit extension of time limit for

completion of the work, then ITIL will have the full right to order that the scope

of the contract may be restricted to such fraction of the work and get the balance

work executed at the risk and cost of the PIA. All such payments shall be

recovered from the PIA’s pending bills or security deposit.

6.30.7 ITIL reserves the right to cancel the contract and forfeit the security deposit if the

PIA fails to commence the work within 7 days after issue of the work order or as

the time permitted by the competent authority.

6.30.8 The slow pace of work shall be a reason enough to award the work to alternate

agency and in such case the right of higher ratio of work to lower bidding PIA

shall not hold good.

Page 29: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

29

6.31 PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

6.31.1 The PIA is fully responsible for taking all possible safety precautions during

preparation for and actual performance of the works and for keeping the

construction site in a reasonable safe condition. The PIA shall protect all life and

property from damage or losses resulting from his construction operations and

shall minimize the disturbance and inconvenience to the public.

6.31.2 If the excavation of trench alters the contours of the ground around road and

highway crossing in such locations become dangerous to traffic, the PIA shall at

his own cost, take all necessary precautions to protect public and shall comply

with all the ITIL regulations as to placing of warning boards (Minimum size 3’ x

2’), traffic signals, barricades, flags etc. at such location. If the PIA does not put

the warning signal as per above directions, then a compensation of Rs. 500/- per

day shall be levied on the PIA, till the directions are complied by the PIA. The

PIA shall take due precautions to avoid damages to other pipe lines, water, mains,

sewers, telephones, telegraphs and power conduits, laid wires poles and guy

wires, railways, highways, bridges or other underground or above ground

structure and/or property crossing or adjacent to the cable trench being excavated.

6.31.3 The PIA shall restore the cut portions of BT/Concrete roads to their original

conditions immediately on completion of the pipe laying works. If the restoration

work is not satisfactory with reference to the standards prescribed by the

Corporation / Highways, the amount equal to the charges as claimed by the

Corporation/Highways will be recovered from the PIA.

6.31.4 Attention of the PIA is drawn to the rules regarding laying of cables at road

crossing, along Railways Bridges, Highways safety precautions while working in

Public Street. The PIA in writing shall obtain the detailed engineering instructions

from the Designated Officer of the area.

If the PIA does not provide the barricades, warning cones, warning tapes and

work notice board, 5% additional penalty may be levied. The same shall be

provided by ITIL and 1.5 times of the cost of the items shall be recovered from

the PIA.

6.31.5 The PIA shall be solely responsible for location through approved non-destructive

means and ensuring the safety of all existing underground pipeline, electrical

cables, and or other structures.

6.31.6 The PIA shall be solely liable for all expense for and in respect of repairs and / or

damage occasioned by injury of or damage to such underground and above

structures or other properties and undertake to indemnify the ITIL from and

against all actions, cause of actions, damages, claims and demands what-so-ever,

either in law or in equity and all losses and damages and costs (inclusive between

attorney and client), charges and expenses in connection therewith and / or

incidental thereto. The PIA shall take all responsibilities and risks in crossing

other pipelines and cables and shall be responsible for protecting all such existing

pipelines, poles, electric lines, sewers, cables or other facilities from damage by

Page 30: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

30

the PIA’s operation in connection with the work. The PIA without cost of the

ITIL shall promptly repair any damage incurred.

6.31.7 The current market value of any commodities lost as a result of any damage to the

aforesaid existing facilities shall be paid by the PIA together with such additional

sums necessary to absolve the personal of property damages, resulting there from.

6.31.8 PIA Shall restore the cut / damage portion carried for HDD/execution work of

BT/concrete road to their original condition on completion work at their own cost.

6.32 PENALTY / COMPENSATION

6.33 Compensation/Penalty for causing inconvenience to the Public:

6.33.1 To ensure progress during the execution of work and to cause minimum

inconvenience to the public, PIA shall cause to lay cable and close such trenches

expeditiously. The PIA shall not leave the trenches open for more than 24 hours at

a stretch in a route at a time and should take due precautions to avoid any mishap.

In case of any accident, the PIA shall be fully responsible for the same and any

compensation imposed on this account by any statutory authority shall be paid by

the PIA. In case of failure to pay the same by the PIA it shall be recovered from

his pending payment/security deposit.

6.33.2 The PIA shall not be allowed to dump the empty cable drums/waste materials in

Govt./public place, which may cause inconvenience to Govt./Public. If the PIA

does not dispose off the empty cable drums/waste materials within 3 days of

becoming empty, the ITIL is at liberty to dispose off the drum in any manner

deemed fit along with the costs incurred by the ITIL in disposing off such

materials. The ITIL may also levy a compensation up to Rupees ten thousand for

each such default/incident.

6.34 Compensation for cutting / damaging the old cables/ Buried Properties:

6.34.1 Compensation for cutting/damaging the old cables:

During excavation of trench utmost care is to be taken by the PIA, so that the

existing underground cables/Pipes/lines/properties are not damaged or cut. In-case

any damage/cut is done to the existing cables, a compensation as per the schedule

and procedure of the agency put to loss and inconvenience caused has to be

compensated/settled by the PIA. Besides the above penalty/compensation, the PIA

shall carry out such repairs for restoration of the damaged cables/Pipes/properties

free of charge and to the satisfaction of the person or agency concerned. In case of

damage to the cables of the customer, apart from the damage compensation, the

cost of jointing kits, shall also be borne by the PIA. If PIA fails to repair the

damage, the cost of repair (including cost of Labour + Material) and any other

damages if any, shall be recovered from the PIA.

6.34.2 Penalty to damage stores/materials supplied by the ITIL while laving:

The PIA while taking delivery of materials supplied by the ITIL at the designated

place shall thoroughly inspect all items before taking them over. In case of

execution of the work, if any material is found damaged/working unsatisfactorily,

Page 31: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

31

then a penalty equivalent to the cost of material + 10% as penalty shall be

recovered from the PIA’s payments/securities.

However, PIA will not be penalized for any manufacturing defect or poor

workmanship of the material supplied by third party vendors, which shall be taken

up separately with the supplier of the stores.

6.35 LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION:

6.35.1 Obtaining License before commencement of work:

The PIA shall ensure all labor regulations and follow the relevant Contract Labour

Act and the Contract Labour Regulations, Minimum Wages act etc before

commencement of the work, and continue to have a valid license as required until

the completion of work. The PIA shall also abide by the provisions of the Child

Labour (Prohibition and Regulation) Act. Any failure to fulfill the statutory

requirements may attract the penal provisions in this contract and PIA shall be fully

responsible.

6.36 INSURANCE: Without limiting any obligations or liabilities, the PIA shall at his own expense, take

and keep comprehensive insurance including third party risk for the plant,

machinery, men, materials etc. brought to the site and for all the work during the

execution. The PIA shall also take out workmen’s compensations insurance as

required by law and undertake to indemnify and keep indemnified the ITIL from and

against all manner of claims and demands and losses and damages and cost and

expenses that may arise in regard to same or that the ITIL may suffer or incur with

respect to and / or incidental to the same.

6.37 COMPLIANCE WITH LAWS AND REGULATION:

6.37.1 During the performance of the works the PIA shall at his own cost and initiative

fully comply with all applicable laws of the land and with any and all applicable

by-laws rules, regulations and orders and any other provisions having the force of

law made or promulgated or deemed to be made or promulgated by the

Government, Governmental agency or ITIL, municipal board, Government of

other regulatory or Authorized body or persons and shall provide all certificates

of compliance therewith as may be required by such applicable law, By-laws,

Rules, Regulations, orders and / or provisions. The PIA shall assume full

responsibility for the payment of all contributions and payroll taxes, as to its

employees, servants or agents engaged in the performance of the work specified

in the PIA documents. If the PIA shall require any assignee or sub-contractor to

share any portion of the work to be performed hereunder, the same may be

assigned, sub-leased or sub-contracted to comply with the provisions of the clause

and in this connection the PIA agrees as to undertake to save and hold the ITIL

harmless and indemnified from and against any/all penalties, actions, suits, losses

and damages, claims and demands and costs (inclusive between attorney and

client) charges and expenses whatsoever arising out or occasioned, indirectly or

directly, by failure of the PIA or any assignee or sub-contractor to make full and

Page 32: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

32

proper compliance with the said by-laws, Rules, Regulations, Laws and Order and

provisions as aforesaid.

6.37.2 The PIA shall also comply with the rule and regulation of EPF & ESI as per

government rule and regulation from time to time at his own cost and expenses.

The PIA shall indemnify the ITIL from any act or action in future or during the

course of work in this regard at his own cost and expense. ITIL reserves the right

to withhold an amount from the bills of PIA/security deposit to comply with any

such direction which may be so issued by any authority or statutory body in case

of non-compliance of these rule and regulation by the PIA.

6.38 TOOLS AND PLANTS

The PIA shall provide at his own cost all tools, plants appliances, implements, measuring

instruments etc. required for proper execution of works. The PIA shall also supply

without charge the requisite number of persons with the means and materials necessary

for the purpose of setting out works, counting, weighing and assisting the measurements

for examination at any time and from time to time. The PIA shall be responsible to make

all arrangements, at his own cost for dewatering of trenches / ducts and de-gasification of

the ducts before carrying out the work. The PIA shall also be responsible to make

arrangements at his own cost, for water required for carrying of works at sites including

curing of CC/RCC works, failing which the same may be provided by the Designated

Officer-in-charge of ITIL at the expense of the PIA and the expenses shall be deducted

from any money due to the PIA under this contract or otherwise.

6.39 RESCISSION/ TERMINATION OF CONTRACT:

6.39.1 Circumstances for rescission of contract: Under the following conditions the Tender Issuing Authority may rescind the

contract:

i. If the PIA commits breach of any item of terms and conditions of the contract.

ii. If the PIA suspends or abandons the execution of work and the engineer in-charge of

the work comes to conclusion that work could not be completed by due date for

completion or the PIA had already failed to complete the work by that date.

iii. If the PIA had been given by the officer-in-charge of work a notice in writing to

rectify/replace any defective work and PIA fails to comply with the requirement

within the specified period.

iv. PIA, either directly or through their employees or agents commits any breach of their

obligations hereunder.

v. PIA, either directly or through their employees, violates the confidentiality of the

information of ITIL or the customer, Uses or divulges any documents, data, or other

information for its own benefit or to the benefit of any third party.

Page 33: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

33

vi. Such suspension or termination is necessary, in the sole discretion of ITI, to comply

with:

• any applicable law, regulation or court order, the Rules

• Security requirements,

• Legal proceeding or settlement which may affect ITI or any of its affiliates.

Revelation of a fact proving information submitted by the PIA during bid

process to be as false.

6.40 Before effecting the final termination, all the pending financial issues have to be settled

between PIA and ITI Ltd. In such a case, PIA shall peacefully handover all the executed

portions of the project and works on ‘as is where basis’ including all the material,

documentation and all the records etc. so that implementation of the project do not get

adversely impacted. In such a situation, PIA shall not be entitled for any compensation

and/or claim whatsoever.

6.41 Upon rescission of the contract, the security deposit of the PIA shall be liable to be

forfeited and shall be absolutely at the disposal of the ITIL as under:

6.41.1 Measurement of works executed since the date of last measurement and up to the

date of rescission of contract shall be taken in the presence of the PIA or his

authorized representative who shall sign the same in the MB. If the PIA or his

authorized representative do not turn up for joint measurement, the measurement

shall be taken by ITIL officer, authorized for this purpose after expiry of due

date given for joint measurement. The measurement taken by the officer so

authorized shall be final and no further request for joint measurement shall be

entertained.

6.41.2 The unused material (Supplied by the ITIL) available at site, shall be transported

back by the ITIL to the Store at the risk and cost of the PIA. If any such material

is found damaged/lost then the compensation shall also be recovered from the

PIA as per conditions in tender documents/bid.

6.41.3 The un-executed work shall be got executed through any other PIA/agency

approved in the Intercity city Routes or adjoining area or anywhere else in the

same state or other state by ITIL at the approved rates of that particular Intercity

Routes or to execute the work directly, as is convenient or expedient to the ITIL

at the risk and cost of the PIA. In such an event no compensation shall be

payable by the ITIL to the PIA towards any inconvenience/loss that he may be

subjected to as a result of such an action by the ITIL. In this regard the decision

of ITIL shall be final and binding. In all these cases, expenses which may be

incurred in excess of the sum which would have been paid to the original PIA if

the whole work had been executed by him shall be borne and paid by the

original PIA and shall be deducted from any money due to him by the ITIL

under the contract or his any other account whatsoever anywhere in the ITIL or

from a security deposit.

6.41.4 The certificate of the Designated Officer in-charge of work as to the value of

work done shall be final and conclusive against the PIA, provided always that

action shall only be taken after giving notice in writing to the PIA.

6.42 TERMINATION FOR INSOLVENCY:

Page 34: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

34

The ITIL may at any time terminate the Contract by giving written notice to the PIA,

without any compensation to PIA, if the PIA becomes bankrupt or the level of

solvency declined as declared and shown at the time of bidding or otherwise

insolvent as declared by the competent court provided that such termination will not

prejudice or affect any right or action or remedy which has accrued or will accrue

thereafter to the ITIL. Such action may also be initiated on deterioration of financial

strength of the PIA as claimed during the bid process such as solvency and liquidity.

6.43 OPTIONAL TERMINATION BY ITIL (OTHER THAN DUE TO DEFAULT OF

THE PIA):

6.43.1 The ITIL may, at any time, at its option cancel and terminate this contract by a

written notice to the PIA, in which event the PIA shall be entitled to payment for

the work done up to the time of such cancellation.

6.43.2 In the event of the termination of the contract, the PIA shall forthwith clear the

site of all the PIA’s materials, machinery and equipment and hand over

possession of the work / operations concerned to the ITIL or as the ITIL may

direct.

6.43.3 The ITIL may, at its option, cancel or omit the execution of one or more items of

work under this contract or any part of such items without any compensation,

whatsoever, to the PIA.

6.43.4 The notice for rescission of contract to the PIA shall expressly state the precise

date and time from which the rescission would become effective. The following

safe guards shall be taken while issuing the final notice.

i. During the period of service of notice and its effectiveness, the PIA should

not be allowed to remove from the site any material/equipment belonging

to the ITIL.

ii. The PIA shall give in writing the tools and plants he would like to take

away/remove from the site. Such of the materials as belong to him and

which may not be required for future execution of balance work may be

allowed by the Designated Officer in-charge of work to be removed with

proper records.

iii. No new construction beneficial to the PIA shall be allowed.

iv. Adequate ITIL security arrangement in replacement of the PIA watch and

ward shall be made forthwith. Expenses on this account are recoverable

from the security deposit or any amount due to the PIA.

6.44 FORCE MAJEURE: 6.44.1 If any time, during the continuance of this contract, the performance in whole or

in part by either party or any obligation under this contract shall be prevented or

delayed by reason of any war, or hostility, acts of the public enemy, civil

commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions,

strikes, lockouts or act of God (Herein after referred to as events) provided notice

of happenings of any such eventuality is given by either party to the other within

21 days from the date of occurrence thereof, neither party shall by reason of such

event be entitled to terminate this contract nor shall either party have any such

claim for damages against the other in respect of such non-performance and work

under the contract shall be resumed as soon as practicable after such event may

Page 35: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

35

come to an end or cease to exist, and the decision of the ITIL as to whether the

work has been so resumed or not shall be final and conclusive, provided further

that if the performance, in whole or part of any obligation under this contract is

prevented or delayed by reason of any such event for a period exceeding 60 days,

either party may, at his option terminate the contract.

6.44.2 Provided also that if the contract is terminated under this clause, the ITIL shall be

at liberty to take over from the PIA at a price to be fixed by the ITIL, which shall

be final, all unused, undamaged and acceptable materials, bought out components

and stores in the course of execution of the contract, in possession of the PIA at

the time of such termination of such portions thereof as the ITIL may deem fit

excepting such materials, bought out components and stores as the PIA may with

the concurrence of the ITIL select to retain.

6.45 ARBITRATION:

6.45.1 ARBITRATION (Applicable in case of supply orders/Contracts with firms,

other than Public Sector Enterprise) (Not applicable in cases valuing less than

Rs. 5 lakhs) Except as otherwise provided elsewhere in the contract, if any

dispute, difference, question or disagreement arises between the parties hereto or

their respective representatives or assignees, in connection with construction,

meaning, operation, effect, interpretation of the contract or breach thereof which

parties unable to settle mutually, the same shall be referred to Arbitration as

provided hereunder:

i. A party wishing to commence arbitration proceeding shall revoke Arbitration

Clause by giving 60 days’ notice to the designated officer of the other party.

The notice invoking arbitration shall specify all the points of disputes with

details of the amount claimed to be referred to arbitration at the time of

invocation of arbitration and not thereafter. If the claim is in foreign currency,

the claimant shall indicate its value in Indian Rupee for the purpose of

constitution of the arbitral tribunal.

ii. The number of the arbitrators and the appointing authority will be as under:

iii. Neither party shall appoint its serving employee as arbitrator.

Claim amount

(excluding claim for

counter claim, if any)

Number of

arbitrator

Appointing Authority

Above Rs. 5 lakhs to

Rs. 5 crores

Sole Arbitrator to

be appointed from

a panel of

arbitrators as may

be fixed by ITIL.

ITIL (Note: ITIL will forward a list containing names of

three arbitrators to the other party for selecting one

from the list who will be appointed as sole arbitrator

by ITIL)

Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the 3rd

arbitrator, who shall be the presiding arbitrator,

by the two arbitrators. ITIL will appoint its

arbitrator from its panel.

Page 36: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

36

iv If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or

withdraws for any reason from the proceedings, it shall be lawful for the concerned

party/arbitrators to appoint another person in his place in the same manner as

aforesaid. Such person shall proceed with the reference from the stage where his

predecessor had left it both parties’ consent for the same; otherwise, he shall

proceed de novo.

v. Parties agree that neither party shall be entitled for any pre-reference or pendente-lite

interest on its claims. Parties agree that any claim for such interest made by any party

shall be void.

vi. Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section

29 B of the Arbitration Conciliation Act, 1996 and amended in 2015 for resolution of

all disputes shall be followed, where the claim amount is up to Rs. 5 crores.

vii. The Arbitration proceeding shall be held at Bengaluru.

viii. Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act,

1996 amended in 2015 and any statutory modifications or re-enactment thereof shall

apply to the arbitration proceedings under this clause.

6.46 SET OFF:

Any sum of money due and payable to the supplier (including security deposit

refundable to him) under this contract may be appropriated by the purchaser or the ITIL

or any other person(s) contracting through the ITIL and set off the same against any

claim of the Purchaser or ITIL or such other person or person(s) for payment of a sum of

money arising out of this contract or under any other contract made by the supplier with

the Purchaser or ITIL or such other person(s) contracting through the ITIL. In case of set

off of the security deposit against any claim of the purchaser or ITIL or such other

person or person(s) for payment of a sum of money arising out of this contract or under

any other contract made by the supplier with the Purchaser or ITIL or such other

person(s) contracting through the ITIL, the GST on such set off will be borne by the

supplier. GST would not be liable on security deposit. But if supplier’s security deposit

is set off against any claim of the purchaser or ITIL or such other person or person(s) for

payment of a sum of money arising out of this contract or under any other contract made

by the supplier with the Purchaser or ITIL or such other person(s) contracting through

the ITIL, then GST would be levied on such amount as being set off”.

--- END OF SECTION-VI ---

Page 37: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

37

SECTION VII : SPECIAL TECHNICAL CONDITIONS

Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD/Trenching

Sr. No

Scope UOM QTY Guiding Inputs

1

HDD with 4 duct

Mtrs 10000

- Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level) - width of Trench 45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying. - Hilly Terrain - Min 1.20 m for all types of strata

2

Utilities Damages (Water Pipe, Electric, Gas, Oher operator , any 3rd Party)

LS LS Partner to obtain permission from other UG Utility Operators ( If Required). Any damage done while execution to other operators or Customer should be restored immediately by Partners. In case any Demand raised by 3rd Party then Service Partner to provide NOC from 3rd party. In case Service partner damages the Customer network then execution partner to restore the network in its Original Condition or will compensate Customer as per meter rates agreed.

3

ROW Permission and also getting ROW NOC Post completion of works, SD and BG Recovery if any ( Joint Survey to be done before applying the permission in respective Authorities)

KM

1

Post Joint Route Survey partner to take the approval of Route length from customer planning team & then submit application as per the process laid by respective authorities, Co-ordinate with related authority/Official for DN and DD Payment, get Official Permission for the said Route. Note: DD Payment to the authority would be Paid by Customer.

4

Route Marker/Joint Marker/Splice Marker & Installation Mtrs 80

- At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end. - 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. - Route Marker/Joint Marker/Splice Marker different design given - 10 extra

5

Coupler Stone supply & installation Nos 70

- Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.

Page 38: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

38

6

Chamber Supply & Installation

Nos 30

- Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower. - Chamber-5qty + 15 nos shelter/reg/tower-15*2-30 = 45 I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber) -(5 chamerber + 20 chamber sites + 5 chamber = 30 chamber)

7

Earthing PIT

Nos 10

- 8km in intercity + @shelter/reg/tower - Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate - Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter. - Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm. -assumed 50% of 20 sites

8 Nylon Rope with Pulling Charges

Mtrs 30000 "if asked" writen in RFP

9 FDMS installation

Nos 10 To be confirm during survey;dependent on sites. -assumed 50% of 20 sites

10

Supply & Installation 100mm GI Pipe for REG/Tower/Shelter

Mtrs 20 100mm GI Pipe 3 Mtrs for approx 20 shelter/reg/tower

11 Cable Pulling/Blowing

Mtrs 11000 To be carried out by OSP Partner.

12

Project Management Cost

Mtr 10000

1. ROW liasoinig 2. Man Power (supervisor, backoffice, project manager etc) 3. ABD drawing, Transportation, Warehouse

13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)

14 Duct Integration Test

Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.

15

GPR Survey for Under ground Utility Identification

Mtrs 10000 To be carried out by OSP Partner.

16 Endplug/Sand Plug/Couplers Nos 400 lump sum (5*8, 70*4, extra)

-------------- END OF SECTION-VII------------

Page 39: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

39

SECTION VIII: SPECIAL CONDITIONS OF CONTRACT

8.0 GENERAL:

8.0.1 The work shall be accepted only after Acceptance Testing carried out by ITIL team,

designated by the ITIL, as per prescribed schedule and work/material passing the test

successfully.

8.0.2 The ITIL reserves the right to disqualify such bidders who have a record of not meeting

contractual obligations against earlier contracts entered into with the ITIL.

8.0.3 The ITIL reserves the right to black list a bidder for a suitable period in case he fails to

honor his bid or submits false certificates or false bank instruments to defraud ITIL and to

faulter ITIL’s bidding process. Such black listing or disqualification order would be for a

minimum period of one year and maximum for three years.

8.0.4 No consortium partner can be common to the bids in the same Intercity Routes.

8.0.5 The ITIL reserves the right to counter offer price(s) against price(s) quoted by any

bidder.

8.0.6 Any clarification issued by ITIL, in response to query raised by prospective bidders

shall form an integral part of bid documents and it may amount to amendment of relevant

clauses of the bid documents.

8.0.7 Tender will be evaluated as a single package of all the items given in the price schedule.

8.0.8 All work to be executed under the contract shall be executed under the direction and

subject to the approval in all respects of the Designated Officer or Site Engineer in-charge of

work site who shall be entitled to direct at what point or points and what manner they are to

be commenced.

8.0.9 The work in each City section or state to be executed by ITIL may be split up between

two or more PIAs or accept any bid in part and not entirety if considered expedient by ITIL

management.

8.0.10 If the PIA shall desire an extension of time for completion of the work on the grounds

of unavoidable hindrance in execution of work or any other ground, he shall apply in writing

to the Designated Officer on the same day of occurrence of hindrance on account of which

he desires such extension as aforesaid. In this regard the decision of ITIL shall be final.

8.0.11 If at any time after the commencement of the work, the ITIL may feel that execution

of hole or part of work, as specified in the tender is not required to be carried out, then the

ITIL shall give notice in writing of the fact to the PIA who shall have no claim to any

payment of compensation whatsoever on account of any profit or advantage which he might

have derived in consequence of the full amount of the work not having been carried out

neither shall he have any claim for compensation by reason of any alterations having been

made in the original specifications, drawings, designs and instructions which shall involve

any curtailment of the work as originally contemplated.

8.0.12 After the work commences the PIA or his authorized representative(s) shall be present

at the site. The representative shall be authorized by the Designated Officer in-charge based

on the PIA’s request.

8.0.13 Work shall be recorded in the site register by the site Engineer. The PIA or his

authorized representative shall sign in the site register held by the site Engineer.

8.0.14 Due to underground utilities, if the manhole cannot be constructed at the site shown,

the decision of the site engineer shall be final and binding on the PIA. If it is decided to shift

the manhole within the neighborhood, the PIA shall construct at the place shown by the site

engineer.

Page 40: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

40

8.0.15 The Right of Way (RoW) shall be obtained by the successful PIA on behalf of the

Customer,including various permissions from authorities like water, power, utilities, traffic

police before start of execution of work. The RoW charges shall be paid by the

Customer/ITIL. The work shall be carried out as per terms and conditions and timelines

mentioned in the RoW permission. The PIA shall deploy adequate men and machine so as to

complete the work within permitted time.

8.0.16 If the work is not progressing as per the schedule, the work may be either restricted or

terminated. After the ducts are laid by either Open trenching method or by HDD, the duct

integrity test shall be carried out immediately on the same day or by next day to facilitate the

PIA to ] commence the manhole work. If any one or more number of ducts is found to fail

the duct integrity test, additional laying/HDD of pipe/s shall be carried out by the PIA at no

extra cost. The cost of the damaged pipe(s) shall be recovered from the PIA with overhead

charges if incurred.

8.0.17 The fact that the PIA is working simultaneously in one or more sections in the same

Division/other Divisions, will not absolve him from the responsibility of completing the

work in time.

8.1 QUALITY OF WORK:

The ITIL shall be the final judge of the quality of the work and the satisfaction of the ITIL in

respect thereof set forth in the contract documents. Laxity or failure to enforce compliance

with the contract documents by the ITIL and / or its representative shall not manifest a

change or intent of waiver, the intention being that, notwithstanding the same, the PIA shall

be and remain responsible for complete and proper compliance with the contract documents

and the specification therein. The representative of Tender Issuing Authority has the right to

prohibit the use of men and any tools, materials and equipment which in his opinion do not

produce work or performance to meet the requirement of the contract documents.

8.2 PAYMENT: All items of work involved in the work order shall be completed in all respects before preparing the

bills for the work against the work order. The procedure for payment of bills is enumerated as under

which shall however be done on receipt of respective payments from the end customer.:

i) 70% Payment release on route completion and final AT clearance along with ROW

permission, within 45 days or payment received from end customer. ii) 10% on reconciliation of material in 45 days or payment received from end customer. iii) 10 % payment within 45 days or payment received from end customer, on refund of

security deposit/release of Bank Guarantee from RoW authorities

iv) 10% retention for one year from the date of final AT towards no defect liability.

8.3 TAXES AND DUTIES: PIA shall pay all rates, levies, fees royalties, taxes and duties payable or arising from out of,

by virtue of or in connection with and/or incidental to the contract or any of the obligations

of the parties in terms of the contract documents and / or in respect of the works or

operations or any part thereof to be performed by the PIA and the PIA shall indemnify and

keep indemnified the ITIL from and against the same or any default by the PIA in the

payment thereof. However, service tax (GST) shall be paid extra by ITIL as applicable.

8.4 AWARD OF CONTRACT & DISTRIBUTION OF WORK:

Page 41: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

41

8.4.1 The ITIL shall consider area wise/City wise award of contract to L-1 bidder whose offer has

been found technically, commercially and financially acceptable. The L-1 bidder is one whose

overall quote is the lowest for the quoted City or State(s) or Designated area of the State(s).

However, the competitiveness and genuineness of L-1 rates shall be an underlined criterion

before acceptance of such rates.

8.4.2 If more than one bidder is found technically and commercially eligible for any Intercity

Routes, ITIL may consider award of work to more than one bidder in an area or city at the L-1

rates to expedite the pace of project completion.

8.4.3 In case of award of work to more than one bidder in the same area or city efforts shall be made

to award higher portion of work to the bidders better in price bid ranking i.e. lower the quote

better the volume. (The General Criteria between L1,L2, and L3 shall be: 60:40 in case of

choosing lowest two bidders; 50:30:20 in case of choosing lowest three bidders). However,

the Tender being for a service and not for the supplies, the exact ratio of work and choice of

area may not be met despite of all efforts. Accordingly, no PIA shall have any right to claim

on Jurisdiction or Quantum of work.

8.4.4 Should there be an eventuality that the pace of progress is not coming from the

deployed PIA(s) in any of the Intercity Routes and the LDs are mounting towards

outer limits, ITIL shall resort to awarding the whole or part of such work to alternate

PIA at Risk & Cost which may be chosen from amongst the bidders who were

technically qualified in the process of this very tender for the Intercity Routes under

consideration or for any other Intercity Routes by inviting separate competitive

financial bids for such pending work from such interested companies. Cost escalation

if happens in this process, shall be recoverable from the faltering PIA(s) of such

Intercity Routes.

IN CASE OF ANY CONFLICT BETWEEN GENERAL COMMERCIAL CONDTIONS

AND SPECIAL CONDITIONS OF CONTRACT, LATTER SHALL PREVAIL.

----- END OF SECTION VIII ----

Page 42: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

42

SECTION IX: DETAILED SCOPE OF WORK

The scope of the work has been defined in Tender and explained further as below-

9.0 DETAILED SCOPE OF WORK

1.1

Project Methodology: The PIA shall act as a single agency to organize and manage the assigned creation of fiber distribution network, which includes Survey, follow-up for swift RoW permission, Installation, Commissioning, Handover of end to end connectivity of Intercity Optical Fibre Network as per Tender construction guidelines ( as per Annexure-I) followed with NoC from RoW agencies.

1.2

Fiber Network Rollout Arrangements: - The PIA shall provide complete details of route with GIS details and material requirements (Duct, Fiber, Chamber) in a layout plan after making a site survey. The PIA shall execute Works/Project and Cabling as per the layout plan, which will be approved by Tender Authority for given routes.

1.3

Resources Deployment: The PIA shall prepare and submit the Project Plan, work plan and implementation schedule with list of equipment and personnel to be deployed on field for execution of works for approval of Tender Authority.

1.4 Safety: The PIA shall carry out all the activities (HDD, Open trenching, Chamber fitting etc) as per the safety guidelines, with safety standards and norms defined by relevant statutory authorities.

1.5

Reporting: - Detailed report is required to be submitted for the work under progress and work completed on daily, weekly and monthly basis. The PIA shall put in place the system of onsite progress reporting by the Men at site with the help of Project Management Tool and Mobile Apps so as to help ITIL to monitor progress and pace of work continuously. The system and method of reporting also needs to be as agreed and accepted by the customer and ITIL appointed Project Management Agency (PMA), if any.

1.6 Documents: - The PIA shall provide two set of documents and manuals (hard copy, soft copy) for end to end optical fiber route as per FAT reports format shared by tender authority.

9.1 PRESENTATION ON “APPROACH AND METHODOLOGY” OF EXECUTION:

9.1.1 Soon after opening of the Tender the bidder needs to be ready to give a presentation

exhibiting how and with which methodology it plans to meet the objectives of this

tender before the Tender Evaluation Committee (TEC) who will consider the

Technical Suitability of the submitted bids based on such presentation also along with

other essential eligibility conditions. Amongst other things the presentation must

contain:

Method and tools of Survey of routes.

Page 43: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

43

The management to arrange and follow-up RoW permissions.

The details of mechanized tools and implements available with the bidder to fast execute

the OFC Laying work.

The logistics and man power resources available in the City/State bid for and planned to

be deployed for the execution once the work is awarded.

The time taken to start the work once LoI is awarded.

The methodology to monitor the progress of work.

The Material and inventory management with arrangements of safety and security of

material and work under progress.

The arrangements and precautions to ensure safety of Men at work and Property &

People around the sites of work.

The Measures to ensure timely delivery and completion of work.

Any other aspects it may like to present before the Tender Evaluation Committee.

An advance copy of this presentation if submitted in advance, with the bid shall be appreciated.

9.2 QUANTUM OF WORK:

9.2.1 The area wise, estimated quantity of work is as below:

Sl.No. Section Name Total Length(Kms)

1 Raigarh - MP Border 63

2 Dharmagarh-Atigaon-Borda 79

3 Belgaon-Mohangiri-Sonapur 150

4 Umarkote-Phatki-Behera 90

5 Khariar Road -Dava-Dungrapali (MP Border)

65

Note: Any query regarding the above routes Bidder may contact

Sri. Shatadal Sethy, Chief Manager, Contact No: 9337892230

9.2.2 The volume of work is purely based on rough estimation as provided by the end customer

and liableto vary on the scale of volume over period.

9.2.3 Volume Variation: 100% Escalation of work shall be allowed at the rates finalized through

this Tender within a period of one year as per the business need and volition of ITIL.

9.3 GENERAL CONSTRUCTION PRACTICES

9.3.1 Field survey shall be conducted first by the selected agency for the implementation of

the project after obtaining the RoW for assigned fiber route. Considering existing

ground utilities and terrain conditions a detailed layout plan shall be submitted for

ITIL/customer’s acceptance. Survey plan should have detail drawings, GIS

information based, route map in KMZ/KML and in given formats. Once route plan is

verified and approved, PIA has to coordinate and pursue with the relevant departments

of government or concerned authority or local authority for ROW / Pole permission

for creation of distribution fiber network. PIA needs to do required documentation for

ROW application. PIA will be responsible for getting ROW/pole permission

(wherever required) in time, to match delivery timelines. The request letters shall be

Page 44: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

44

prepared in favour of the concerned RoW granting authorities on behalf of the

customer with and without references of ITIL and PIA as instructed by site in charge

or by way of general instructions in this regard. ROW charges, payable to the RoW

granting authorities against their invoice/demand letter, shall be borne by the end

customer.

9.3.2 Intercity OFC network route will be created between the cities for Intercity Transport

Fiber Rollout network. Activities will include but not limited to survey of routes,

deployment of HDD machine, open trenching, Manhole/Chamber fixing, coupler

fixing, OFC pulling in duct fiber laying with accessories as per Tender construction

guidelines. Method of Implementation HDD method or Open trench method shall be

negotiable with ITIL or the end customer’s representative, whose decision shall

prevail in case of any conflict.

9.3.3 Survey, installation, commissioning and testing of Optical Fiber Cable (OFC) network

for the Intercity Routes for connecting given links respectively. Implementation of

Optical fiber cable network with HDD method or Open trench method will be shared

by work awarding authority prior to assigning of works.

9.3.4 The work which shall be carried out as per the Construction Specifications contained

in this Tender document. In case of any doubt or conflict, Engineering Instructions

and specifications annexed shall generally be referred.

9.3.5 PIA shall lay 4 numbers of supplied 40mm HDPE pipes. PIA shall pull through Nylon

rope in spare 40 mm HDPE pipes and tied properly at both the ends using End plug as

per Tender construction guidelines.

9.3.6 All Material for creation of OFC network will be supplied by the Customer from it’s

designated store/warehouse in the Circle, except jointing chamber or as specifically

mentioned in the scope of PIA. Transportation from Customer’s/ITIL’s

store/warehouse to site and local storage at near site with insurance will be the PIA’s

responsibility.

9.3.7 The Optical Fibre Cable is to be laid through PLB Pipes buried at a nominal depth of

165 cms in case of HDD or Open Trenching(from top of HDPE). The steps involved

in OF Cable construction are as under:

9.3.8 Excavation or HDD of trench up to a nominal depth so as to lay the HDPE pipe at the

specified depth, according to Construction specifications and as mentioned in the

tender.

9.3.9 Laying of PLB pipes/coils coupled by PLB sockets in excavated trenches, drawing of

6 mm Polypropylene para pro rope (P.P.rope) through the PLB pipe ends at every

manhole by PLB end caps of suitable size.

9.3.10 Providing of mechanical protection by RCC Pipes/GI pipes and/or

concreting/chambering according to construction specifications, wherever more

strengthening required such as on bridges, culverts and points of shallow depth.

Page 45: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

45

9.3.11 Fixing of GI pipes/troughs with clamps at culverts/bridges and/or chambering or

concreting of GI Pipes/troughs, wherever necessary.

9.3.12 Back filling and dressing of the excavated trenches according to construction

specifications.

9.3.13 Opening of manholes (as per specifications), replacing existing 6mm PP ropes by

8mm PP rope (from manhole to manhole) for ensuring smooth passage for pulling the

cable. Pulling of Optical Fibre Cable with proper tools and accessories as per

construction specifications. Sealing of both ends of the manholes by hard rubber bush

of suitable size to avoid entry of rodents into the PLB pipes, putting split PLB pipes

over cable in the manhole to protect the bare cable in the pulling manhole. Back filling

and dressing of manholes.

9.3.14 Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for construction of

jointing chamber at approximately every two kilometers of internal size of 1.5 meter x

1.5 meter x 1.2 meter using bricks and mortar or fixing pre-cast jointing chamber of

internal diameter of 1.2 meter and minimum height of 0.3 meter or as per specific

design and dimensions of specifications, filling of jointing chamber with clean sand,

placing either pre-cast RCC cover or stone of suitable size on jointing chamber to

protect the joint and back filling of jointing chamber with excavated soil.

9.3.15 Digging of pits 1 meter towards jungle/Hill Side/Build Area side at every manhole and

jointing chamber, concreting and back filling of pits, as per construction

specifications.

9.3.16 Documentation: On completion the work needs to be made over with As Build

Diagram.

9.3.17 For understanding Execution of the project in detail, bidder is advised to go through

the Construction Specification & Guidelines as annexed.

----- END OF SECTION IX ----

Page 46: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

46

SECTION-X: LIST OF DOCUMENTS TO BE SUBMITTED AS A PART OF THE

BID

Check list of documents/information to be submitted with the bid:

a. Bidder’s Profile.

b. Certificates of Incorporation.

c. Memorandum & Articles of Association.

d. Audited financial statements for the last 3 years. (2017-18, 2018-19 & 2019-20) and CA

certificate in case of Unaudited report of 2019-20 with an undertaking to submit the audited

report, soon it is available.

e. Certificate from Statutory Auditor/CA specifying the Annual Turnover from Telecom

Infrastructure services during last three years (2017-20).

f. EMD (for a Value as indicated in Table-I) in the form of DD or BG valid for 90 days from a Nationalized / Scheduled bank as per format at Annexure-II (in case of EMD being in BG

form)

g. Experience Certificates: Work Order / Agreements of the Project along with completion

certificates clearly highlighting Scope of the Work (SOW), Bill of Material (BOM), cost of

the Project(s) with specific mention of the cost towards OFC laying (Underground)

separately) and FTTH projects. The experience as required to meet eligibility conditions

during the last 5 years only (period ending 31st March 2020), shall be considered.

h. Net Worth Certificate for the last 3 years (2017-20).

i. Liquidity certificate from the banker for the minimum amount as mentioned at Table-I

j. GST Registration Certificate.

k. Copy of PAN Card.

l. CIN (Corporate Identity Number).

m. Self-declaration in Annexure-VI. non barring from business on account of blacklisting etc.

n. Authorization letter in the company letterhead authorizing the person signing the bid for

this Tender and Power of Attorney (POA).

o. Clause by clause compliance to all the terms and conditions.

p. Undertaking in letter head to indemnify ITI from any claims / penalties / statutory charges,

liquidated damages, with legal expenses etc.

q. NDA (Non-Disclosure Agreement) as per Annexure-IV

r. List with Routes/Location and details of Customer and Agencies with self-certification of follow-up and obtaining the RoW for and on behalf of the customer.

s. Pre-Contract Integrity Pact Annexure –V

Page 47: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

47

Note:

ITIL or its nominee reserves the right to cross check / validate the authenticity of the documents

submitted and the information provided in the Pre-qualification and Eligibility criteria. The

requisite support to prove the claims must be provided by the Bidder failing which the supporting

document shall be taken as not proved followed with attached consequences of false claim.

----- END OF SECTION X ----

t. Consortium Agreement and irrevocable undertaking in case of bid by a consortium as per

Annexure-VII

u. A detailed exhibit on the “Approach and Methodology”, bidder proposes to adopt if the

project is awarded to it, refer Section IX Clause 2.

v. List of Tools & Implements owned by the bidder such as JCB, HDD M/Cs, Splicing Machines etc.

w Self-certified list of Employees with EPF & ESI Details.

x An undertaking to submit PBG along with LOI acceptance for 5 % of the order value valid for 24 months, extendable further as per requirement of the project

y In case of consortium, all the information asked above is needed for both partners.

z All other docs as mentioned in this Tender elsewhere.

Page 48: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

48

ANNEXURE-I

Technical Specifications

Sl.

No. Specification Remarks

1 Services & Material_ Per Unit Qty Annexure-I/A

2 SLA_Deployment Speed Annexure-I/B

4 Construction Specs & Guidelines Annexure-I/C

6 Specs_Joint Chamber Annexure- I/D

Page 49: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

49

Annexure-I/A SERVICES & QUANTITIES (BoQ)

Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD

Sr. No

Scope UOM QTY Guiding Inputs

1

HDD with 4 duct

Mtrs 10000

- Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level) - width of Trench 45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying. - Hilly Terrain - Min 1.20 m for all types of strata

2

Utilities Damages (Water Pipe, Electric, Gas, Oher operator , any 3rd Party)

LS LS Partner to obtain permission from other UG Utility Operators ( If Required). Any damage done while execution to other operators or Customer should be restored immediately by Partners. In case any Demand raised by 3rd Party then Service Partner to provide NOC from 3rd party. In case Service partner damages the Customer network then execution partner to restore the network in its Original Condition or will compensate Customer as per meter rates agreed.

3

ROW Permission and also getting ROW NOC Post completion of works, SD and BG Recovery if any ( Joint Survey to be done before applying the permission in respective Authorities)

KM

1

Post Joint Route Survey partner to take the approval of Route length from customer planning team & then submit application as per the process laid by respective authorities, Co-ordinate with related authority/Official for DN and DD Payment, get Official Permission for the said Route. Note: DD Payment to the authority would be Paid by Customer.

4

Route Marker/Joint Marker/Splice Marker & Installation Mtrs 80

- At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end. - 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. - Route Marker/Joint Marker/Splice Marker different design given - 10 extra

5

Coupler Stone supply & installation Nos 70

- Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.

Page 50: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

50

6

Chamber Supply & Installation

Nos 30

- Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower. - Chamber-5qty + 15 nos shelter/reg/tower-15*2-30 = 45 I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber) -(5 chamerber + 20 chamber sites + 5 chamber = 30 chamber)

7

Earthing PIT

Nos 10

- 8km in intercity + @shelter/reg/tower - Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate - Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter. - Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm. -assumed 50% of 20 sites

8 Nylon Rope with Pulling Charges

Mtrs 30000 "if asked" writen in RFP

9 FDMS installation

Nos 10 To be confirm during survey;dependent on sites. -assumed 50% of 20 sites

10

Supply & Installation 100mm GI Pipe for REG/Tower/Shelter

Mtrs 20 100mm GI Pipe 3 Mtrs for approx 20 shelter/reg/tower

11 Cable Pulling/Blowing

Mtrs 11000 To be carried out by OSP Partner.

12

Project Management Cost

Mtr 10000

1. ROW liasoinig 2. Man Power (supervisor, backoffice, project manager etc) 3. ABD drawing, Transportation, Warehouse

13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)

14 Duct Integration Test

Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.

15

GPR Survey for Under ground Utility Identification

Mtrs 10000 To be carried out by OSP Partner.

16 Endplug/Sand Plug/Couplers Nos 400 lump sum (5*8, 70*4, extra)

Page 51: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

51

Annexure-I/B

Fiber rollout delivery timelines

S.no

Km Scope

Scope

in

Meter

Timelines Penalty Clause In case of delayed on top of

Over-all TAT

Orrissa

(In Days)

No

Penalty

6- 30

days

31 to 60

days

> 60

Days

1 <= 5 Km 5000 65

TAT +5

days

5% of total Route Value.

7.5% of total

Route Value.

10% of total Route

Value. 2 >5-10 Km 10000 70

3 > 10 -60 Km 60000 110

Note - Delivery Timelines will start from the date of Issuance of LOI/PO (As mentioned in above table)

1. Routes having length> 60 km, delivery Timeline will be applicable in multiple of 60 KM

sections (up to 5 sections of 60 KM /300 KMs) where executions will happen in parallel. Max

delivery Time up to 300 Km will be 110 days for rest of Orrissa irrespective of route KMs .

2. Routes > 300 km & Upto-600 Km additional 40 days will be given for delivery. Executions will

happen in parallel in multiple of 60 KMs sections. Max timeline up to 600 Km will not exceed

more than 150 days for rest of Orrissa irrespective of route KMs.

3. Routes > 600 km & Upto-1000 Km additional 50 days will be given for delivery. Executions

will happen in parallel in multiple of 60 KMs sections. Max timeline up to 1000 Km will not

exceed more than 200 days for rest of Orrissa irrespective of route KMs .

4. Routes > 1000 Km, max timelines will not exceed more than 200 days for rest of rest of Orrissa

irrespective of route KMs.

Page 52: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

52

Annexure-I/C

Construction Specification & Guidelines TABLE OF CONTENTS

1 INTRODUCTION .........................................................................................................................................

2 ACRONYMS AND TERMS ..........................................................................................................................

3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS ....................................................................

4 FIBER EXECUTION GUIDELINES .....................................................................................................................

PRELIMINARY SURVEY .............................................................................................................................................

GENERAL INSTRUCTIONS ........................................................................................................................................

BRIEF DESCRIPTION OF WORK ......................................................................................................................

LOCATION AND ALLIGNMENT OF TRENCH ....................................................................................................

PRECAUTIONS TO BE TAKEN WHILE TRENCHING ........................................................................................

DUCT LAYING ....................................................................................................................................................

DUCT INTEGRATION TEST (DIT) .....................................................................................................................

CABLE BLOWING .......................................................................................................................................................

BACK FILLING ............................................................................................................................................................

5 BRIDGE / CULVERT CROSSING ........................................................................................................

6 ROAD AND RAILWAY CROSSING ............................................................................................................

7 SPECIFICATIONS FOR CONCRETING .............................................................................................................

8 EARTHING .........................................................................................................................................................

9 HORIZONTAL DIRECTIONAL DRILLING (HDD) ........................................................................................

10 MICRO TRENCHING ..................................................................................................................................

11 AERIAL CABLING ...............................................................................................................................................

12 SPLICING AND JOINT CLOSURE......................................................................................................................

13 TERMINATION AT MSU/RSU/ADM AND REG SITE ..................................................................................

14 JOINT PIT / LOOP PIT CHAMBER .......................................................................................................

15 ROUTE AND JOINT MARKERS .........................................................................................................................

16 STONE/ RCC SLAB PROTECTION ..............................................................................................................

17 RECORD KEEPING ....................................................................................................................................................

18 DAILY REPORT ..................................................................................................................................................

19 CIVIL AND OPTICAL ACCEPTANCE TESTING (AT) .........................................................................................

Page 53: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

53

1 ANNEXURE – 1: ROUTE MARKERS..................................................................................................................

2 ANNEXURE – 2: CLOSURE CLAMP ..................................................................................................................

3 ANNEXURE – 3: JOINT PIT ................................................................................................................................

4 ANNEXURE – 4: EARTH PIT SPECIFICATION ..................................................................................................

5 ANNEXURE – 5: MATERIAL SPECIFICATIONS ................................................................................................

6 ANNEXURE – 6: CONCRETE CHAMBER FOR OFC LOOP ...............................................................................

7 ANNEXURE – 7: ELECTRONIC ROUTE MARKER ............................................................................................

8 ANNEXURE – 8: SAMPLE SLD, ABD & KML FILE TEMPLATE ...........................................................................

Page 54: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

54

1 INTRODUCTION

This process document defines the scope of OSP (Outside Plant) execution and guidelines for Fiber rollout.

2 ACRONYMS AND TERMS

The following acronyms have been used in this process:

DWC - Double Walled Corrugated

PCC - Plain Cement Concrete

OTDR- Optical Time Domain Reflectometer

LSPM- Laser Source Power Meter

AT - Acceptance Testing

RM- Route Markers

JP - Joint Pit

LP- Loop Pit

NMS- Network Management System

MH- Manhole

HH- Handhole

NGL- Natural Ground Level

WO- Work Order

PO- Purchase Requisition

UG- Under Ground

HOTO- Handover Takeover

SPOF- Single Point Of Failure

IBD- In Building

ROW - Right Of Way

OFC- Optical Fiber Cable

IRU - Intercircle Revenue Usage

DOA- Delegation Of Authority

CFDH- Circle Fiber Deployment Head

CFOH- Circle Fiber Operation Head

RFDH- Regional Fiber Deployment Head

RFOH- Regional Fiber Operation Head

Page 55: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

55

3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS

S.NO. Item /

Measure

Intercity /Intracity

Specification /Target Value

1

Trench

Depth

OPEN TRENCH / HDD (Horizontal Directional Drilling)

Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level)

Intracity - Min 1.0 m for (7 Top cities* + **Capital cities) and 1.2 m **(for rest of the cities) all types of Strata;

Hilly Terrain - Min 1.20 m for all types of strata.

Sharp and 90 degrees bend are not acceptable in trenching/ ducting.

Specific to HDD

HDD entry and exit pits should be Min. 1.65m (Intercity) and Min 1.20m (Intracity).

HDD allowed till Min 1.20 m depth in case of NH/SH/End to End CC/BT Road where Authorities has restricted and given in writing.

Approvals prior to execution of work as per the defined deviation process .If depth not meeting as per defined specifications and deviations, then Penalty clause will be applicable.

Prefer Open trench method in < 1.0 m and < 1.20 m depth in respective cities with specified protection, else Penalty clause will be applicable for Protection cost recovery, except for those cases where ROW permission is given in writing for HDD.

*NCR, Mumbai, Pune, Hyderabad, Bangalore, Chennai and Kolkata.

** List attached

2 Trench

width

45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying.

3

Duct laying

Duct to be laid as per Duct Guidelines (FF/PLG/Duct) and No. of duct to be laid as specified in PO; in case it is not specified, 2 Ducts (Orange and Green) to be laid.

Specification for Crossings – 3 Ducts to be laid as standard procedure.

Duct Color to be followed OR, GR, BL and if Route already have 4 Ducts then 4th Duct to be Grey in color.

Duct Laying should meet 20*D (Duct Dia) bending Radius.

4

Stone Slab

at Built up

area /

Coupler

Location

Stone slab (Min 25 mm Thickness X 300 mm width X 500mm lengths) to be installed at built up area /heavy habitat area/ places where PCC not possible due to UG utility.

Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.

All coupler points locations should be captured in ABDs.

Stone slab to be laid after 1ft backfilling then perform complete backfilling and mark Position on ABD. (+/- 25% tolerance acceptable only in width and Length in Stone slab.)

5

Joint Pit /

Loop Pit /

Splice

Chamber

INTERCITY-

Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower.

On route, wherever BTS/Customer sites falls, make provision of installing the Loop pit, if it is captured in the Preliminary survey.

Page 56: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

56

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

Cylindrical RCC Chambers with top Lid at 1.0 m depth (Normal strata) from Natural Ground Level (NGL) (+/- 20cm tolerance acceptable).

(750 mm Height, 900 mm diameter (internal) and 50 mm thickness made by RCC with 8 mm steel reinforcement, with 10 cm spacing center to center in both directions the test should qualify NDT (Non Destructive test).

Lid to be marked/embossed as “CUSTOMER OFC”

Wherever specified depth of the Lid not achievable, for such location alternate type: Conical Chamber in (Annexure 6) or Cast & Setu, and Brick Chamber (as per specified dimension) can be used to avoid Penalty.

Intracity-

Joint Pit – At every 4 Km or as per OFC length but not less than 2 Km (or as per supplied material)

Loop Pit –At Every 0.250 Km to .5km depend on feasibility.(Min. 04 to Max.07 nos/km depending on business buildings as per PO)

Splice Chamber/Loop/Joint Pit to be installed with top Lid at 0.5m depth from Natural ground level (NGL) in spun pipe type chamber.

At HDD locations chamber to be installed at Min.1.2m depth from NGL (If entry/exit pit depth less) in spun pipe or lid depth should be >0.5m form NGL

Lid to be marked/embossed as “CUSTOMER OFC”

Loop of 15 m - 20 m to be placed in Loop Chamber.

Loop of 15 m – 20 m in Splice chamber from both ends.

Conical /Precast Splice Chamber/Loop/Joint Pit can be installed at “Zero” lid depth from NGL (cast as per Annex 6 Intracity Specifications)

Lid Depth must be measured from natural ground level (NGL) and not from the crown level. Crowning is to be done after reaching ground level.

Brick chamber is also acceptable in some special case where UG and space constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch with min 2mm thick.

Hilly Area (Intercity) :-

Loop Pit – At Every 1 Km and Single Chamber in all Shelter/REG/tower.

Cylindrical RCC Chambers with top Lid at 0.5 m depth from Natural Ground Level (NGL).

Brick chamber is also acceptable in some special case where UG and space constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch with min 2mm thick.

6

GI Pipe for

protection

and in

building

work

As per IS-1239, preferable 100 mm GI –B Class to be used. Diameter 40/50/75 mm also acceptable if there is any constraint to use 100mm GI, but should be in writing (Owner/ ROW/ Space issue etc.)

Class B (GI pipe should be at least 3 m height from NGL in in building work) where Building height is more than 1 floor. Then after 3 m, 50 mm GI pipe (Flexible GI in sharp bend) to be used.

7 DWC duct

for

As per IS-14930, Diameter 117/100 mm, certified by CIPET or equivalent certified Govt.

agency) or from approved vendor by Transport Planning of Customer Customer.

Page 57: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

57

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

Protection

8

Clamps to

Hold

GI/DWC

GI Clamps with Fischer Bolts; 6mm Thick X 30mm Wide, Max. Spacing 1.5 m.

Fischer make M12 FBN 12/15+35 with Art Nr 45.147 Anchor bolt.

9 Duct

Lengths

Recommended in multiples of 500 m (0.5 Km) for open trench and Multiples of 100/200 m for HDD and Multiples of 100/200 m Open trench in Intra city.

10

DIT

DIT applicable for all lengths (in single stretch / connectivity) > 4 km.

100% Length to be tested with 5 Kg/cm2 pressure for all duct.

Pressure fall should not be > 50% in 1 Hour.

DIT test to be carried out during blowing if Deployment team offer for test intimate well before to NQ (3 days before) as agreed, otherwise test to be arranged at the time of AT. Min 4kms duct to be tested in every 50Kms route randomly.

<4 Km length coupler integrity to be test during AT by consecutive 3 coupler check or pathon /duct rod randomly.

11

Concrete

for

Protection

Block PCC 1:2:4 (1 cement: 2 coarse sand: 4 coarse aggregate of 20mm nominal size - compaction by vibrator; Smooth finishing with 1:3 i.e. 1 cement: 3 fine sand plaster) 30cm X 30 cm cross Section (80 mm concrete at base of the trench for duct resting to avoid damage (for uneven surface).

12

OFC Cable

Armored OFC Cable to be laid as per PO. (No. of Fiber of the OFC should be mentioned in the PO).

1st OFC cable to be blown in the Orange Duct and any further / 2nd OFC cable will be blown in Green Duct/ Blue Duct/ Grey Duct (in prescribed order).

13

Cable

Blowing

Pressure

10KG/Sq. Cm and 700 CFM Discharge, Equipment should not damage the Optic fiber cable during blowing.

14

Cable Loop

at Bridge

Crossings

Bridge Crossing -

Bridge Length Up to 50 m – Loop Length, on single side 60 m.

Bridge Length > 50 m – Loop on both sides 60 m. Cable Bend Radius to be min 800 mm.

15

Culvert /

Nala /

Drain

Channel

Crossings

Preferably crossing should be from culvert/Nala/Drain channel bed as per the trenching / HDD guidelines.

And if above not possible then UP crossing with DWC+PCC 30cm*30cm,

And if ROW authority does not allow or narrow culvert/Nala and sufficient space not available to do specified PCC then more than 15cm*15cm dimension PCC also acceptable but in such case if digging is possible at culvert/Nala try to do the digging to avoid any obstacle due to PCC.

If PCC not possible to cover protection then UP crossing should be with 100mm GI of class B

Page 58: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

58

16

NH/SH

Crossing

3 Nos. of HDPE Ducts to be laid and to be properly plugged.

Open Trench in Road cutting

Minimum 0.6 m depth to be maintained after cutting the road surface in open trench and duct to be laid with DWC + CM (Chicken Mesh) + PCC.

Page 59: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

59

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

If depth is <0.6m due to HR (Hard Rock) protection should be DWC+CM+PCC up to road level to be done, If this procedure applied then no penalty clause will be applicable with appropriate deviations.

DWC pipe to be placed with min 3m length coming outside black topping if depth achieved as per specification or up to the specified depth on both sides with enough holding beneath surface.

HDD

Min Depth to be maintained as per soil Strata, < 1.2 m depth not acceptable in HDD except in NH/SH/End to End CC/BT Road where authority not allowed to give open trench permission and it should be in writing.

If HDD depth found <1.20 m depth except as mentioned above then Prorate penalty will be applicable if prior approval not taken for<1.20 m work from competent authority.

Prefer Open trench method in <1.20 m depth with specified protection.

Loop Chamber to be provided on single side with 40 m loop in SH crossing.

Loop Chamber to be provided on both side with 40 m loop in NH crossing.

Boring/Moling

1.20 m (Intracity) or 1.65m (Intercity) depth to be maintained as per Soil Strata and DWC to be placed at both ends protruding out by 3 m or up to the specified depth

INTERCITY –In case of multiple road crossings, Loop Chamber to be placed at every 500 m or

less. Project Engineer to decide in consultation with operations team and decide on number of

additional loop chamber basis the feasibility / criticality as per O&M perspective but not more

than 2 Chamber in 1 Km length.

17

Railway

Crossing

Crossing to be done by HDD/Boring only and pit should be away minimum >3~5 m from railway track or as per the available space.

Nos. of HDPE Ducts to be laid and to be properly plugged.

Loop chamber to be provided on one side with 40 m Loop in case of Single railway track.

Loop chamber to be provided on both side with 40 m Loop in case of more than 1 railway track.

18

Seasonal

Drains/

Rivers

Preferably crossing to be done by clamping along with the bridge

If above option is not feasible then, Trench depth should be >1.65m on river bed for open trench and DWC+PCC protection with vertically opposite reinforced U-clamp of 1m length to be placed with covering of DWC on ducts for extra holding of DWC duct (to avoid flowing of ducts)

Additional protection to be provided after jointly discussing with Project, Operations

and NQ if any criticality or threat as per O&M perspective.

HDD can be done for both seasonal and temporary drains.

Page 60: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

60

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

19

Earthing

In Intercity at every 8km and at ADM/REG Site.

In Intracity , preferably at every Cable Joint (or as per feasibility)

Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate

Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter.

Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm.

20

Splicing

Avg. Loss per Splice (at joint 0.07 dB Max), Total Average Splice Loss - 0.06 dB (all joints average).

21

Water

Penetration

Test

1 Hour for Joint Closure at 1m Depth under water (TEC and ITU-T specification).

22

Fiber

Optical

Loss

Measurement to be taken at 1550 nm.

Max loss 0.25 dB/km of OFC Including Connector loss (end to end), however t should not be less

than 0.23 dB/km of OFC excluding connector loss (end to end).

23

Route

Markers

Intercity -

At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end.

Intracity -

Where Conical chamber at “Zero” depth installed at road or foot path RM installation not applicable but in gravel or out of road RM to be installed.

RCC (1:2:4) of length 1250 mm ± 20mm with bottom cross-section of 150mm ± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10 mm.

Embossed CUSTOMER OFC with Color Codes as per Specifications.

700 mm length of route marker shall be buried underground and 550 mm shall be exposed (± 20mm).

To be installed at 0.5 m from back of the trench or safer place at gravel with proper direction and distance mark with Arrow ( --- ) sign.

Electronic Route Markers shall be buried at depth of 0.9 m from ground in the all SC and at 250m in trench Distance, wherever applicable.(If specifically required will be mention in PO and also it should be clear in PO the scope of supply responsibility).

In Hilly area RM length 750-800 mm ± 20mm with bottom cross-section of 150mm ± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10 mm.

400-450mm length shall be buried underground and 350-400mm to be exposed (± 20mm).all other dimension letters are same as above.

RM not to be installed wherever Civic authorities does not allow in writing, else Penalty clause will be levied.

Page 61: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

61

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

24

Aerial

Cable

Temporary Aerial Cabling

Temporary Aerial cabling to be laid through Wooden/Bamboo or support of trees (Bamboo pole diameter should be min 3” (inch) size with adequate strength and height of the aerial cable shall be >10 (ft.) from the ground level.

The installation of wooden Pole should be up to 3 feet depth filled with M20 concrete in 200mm (dia) x200mm (Height) all-around of Pole

The bottom of pole should be painted with black color with anti-termite and pasted properly while installing the Pole.

Pole can be placed at every 30 m -40 m intervals.

Mounting of OFC cable on pole shall be done through HDPE conduit/duct from NGL.

Cable loop of approx. 10m at every 5th Pole or where route alignment changes.

2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe clamps (adjustable clamps) and proper clamp with poles.

Measurements Book to be made available.

OFC not to be tighten directly by string wire.

Commercial will be closed by SCM and this will be applicable, if work allotted through PO.

(Not applicable for running route where due to any temporary issue work required to be done to route made live)

25

Aerial

Cable

Permanent Aerial Cabling with ADSS OFC (All-Dielectric Self-Supporting cable)

GI/MS (Silver color painted) pole to be used as per approved drawing (pole type GI/MS should be as per PO)

Proper porcelain pulley or metal pulley or supporting clamps to be used for OFC rolling as per sample snapshots.

Pole should be underground at least 1m and fix with proper 1:2:4 concreting (200mm(dia)*500mm(Height) all-around of pole

OFC loop approx. 10 m to be kept at every 5th Pole or every turning Points with mounted “O” ring or clamp on pole loop radius should not be less than 0.6m

OFC joint closure should be kept in proper order to avoid OFC bend.

Approx. 2- 3mm dia GI string wire to be used for support of OFC and OFC not to be tighten directly by wire (in case Aerial cabling done with OFC other than ADSS OFC).

26

Linear and

Ring Path

Linear and Ring path will be by separate trenching and minimum gap in both trench would be >2.0 m in both Open and HDD method.

If gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation is must.

27

Micro

Trenching

Specifications as below:-

Trench depth 1.0 feet; Width 80+mm for laying of two (40 mm ducts) in parallel and after laying

of duct, trench to be backfilled with PCC (1:2:4) with proper compaction and curing.

Page 62: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

62

Note: Please refer Fibmax Guidelines, Duct Guidelines and Deviation Approval Process as applicable.

4 FIBER EXECUTION GUIDELINES

DETAILED SURVEY POST PO ISSUANCE

Partner* / Project / Operations engineer shall survey the route and submit report to planning with all details. Report should contain details of all Soil condition, bridges, culverts, causeways, rail over/under bridges, level crossings (with LC number), CC roads, VIP area, defense area, underground gas/oil/ water pipeline, other government authorities etc. Report shall mention, disputed land, private land, Type of OFC laying technique feasible like HDD, moiling, aerial, trenching, it will also mention expansion plans of existing carriage way, permanent structures, if any, in near future within a period of five years. It must include feasibility for positioning of man-hole/hand-holes at the required locations, business Potential of route and sharing possibility. Name of Officials met to gather information for carriage-way to be mentioned exclusively in the preliminary survey report. Details of other operator/s executing on the same/nearby area, challenges faced by them must also be furnished.

Customer’s OFC route shall be on opposite side of existing BSNL’s/other operator’s OFC. Where ever OFC of BSNL or any other Telecom Service Provider exists on the same side where Customer’s OFC is planned, a minimum spacing of 1m or more must be kept, otherwise suitable protection to Customer’s OFC shall be recommended.

A list shall be submitted by Partner* / Project / Operations engineer containing the office address and contact numbers of concerned Assistant, Executive and Superintendent Engineer of State Highway/National Highway (R&B) Division, Railway authorities, Municipal Commissioners, City Chief Engineers, Mayors, State Electricity Board Officers, BSNL Office In charge and District Forest Officers or any other authority / agency under whose jurisdiction cable route falls, within 7 days from date of PO issuance.

*Dedicated survey Partner or Execution Partner.

GENERAL INSTRUCTIONS

After approval of Detailed Survey Report from the CUSTOMER and only after receipt of ROW Permission / approvals from concerned authorities, Partner shall plan to start work by deploying workforce first in difficult terrains such as Rocky area, Bridge/Nala/ Culvert, city, town and village limits. Invariably the execution has to start from Customer’s existing nodes (lighted fiber POP) – In-Building work to be done first to avoid any issue at later stage at tower/ site end.

Partner shall not keep materials, cables and tools in such a manner as to cause interference with free flow of traffic and cause inconvenience to public (Material should be stored at site store which will arrange by partner.

Partner shall obtain all approvals, permits and licenses necessary to do work from appropriate authorities.

Page 63: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

63

BRIEF DESCRIPTION OF WORK : Work, shall be carried out as per Specifications. The main steps are as under:

Obtaining ROW permission. Excavation of trench/trenchless digging.

Laying of GI as per IS1239 Class B and / or DWC ducts as per IS14930 as additional protection for the HDPE ducts at rail / road crossings, built-up area/city limits, on culverts, bridges, lesser depth areas and also on stretches wherever required, as decided by the CUSTOMER’s Site-In charge of the work as per specifications.

Laying of HDPE ducts and if asked nylon rope should be pulled through same.

Chambering or concreting(Block PCC 1:2:4) all round DWC duct as per IS14930 / or GI pipes (class B) as additional protection on bridges, culverts and also on stretches wherever depth of excavation is less than specified and wherever required as decided by CUSTOMER’s Site-In charge.

Reinstatement of excavated trench with proper compaction and crowning.

Fixing of duly galvanized clamps along with Fischer bolts for holding GI/DWC pipes at culverts and bridges and where-ever necessary.

LOCATION AND ALLIGNMENT OF OPEN TRENCH :Trench must be aligned according to permission granted by authority/agency. However following guidelines must be adhered to:- Trench must be done strictly within limits of the ROW permission granting authority.

Trench must not be done on the road berms. Where it is not possible to avoid the road berms, ROW authorities /Circle Operation Head concurrence is must before start of execution.

Cross pits must be made manually to check presence of any underground utilities at adequate spacing.

Trench boundaries shall be marked with rope / lime powder prior to digging in order to get trench in straight line.

Trench shall be located at lowest point of lower area if feasible. Trench must not come over field’s boundary or any heap of soil/garbage dump.

Page 64: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

64

Trees roots must be by passed to avoid damage while trenching and ensuring safe passage of OFC. Such negotiation should be of smooth curve.

Depth will be measured from lower side (in case of ground with slope) of natural ground level. Where cable is laid through duct, depth of trench shall be measured from top of duct.

Specified trench depth has to be maintained always in all types of Soil.

However in certain exceptional site conditions like hills or hard strata it may not be feasible to dig up to specified depth. In such cases, duct may be laid at lesser depth as per specification with DWC pipe/GI pipe/ PCC concreting individually as per

specification.

Mentioned depth will be measured from top of laid duct. In case hard rock of volcanic (Igneous) is encountered from surface then deviation Type ‘A’, Type ‘B’, Type ‘C’ and Type ‘D’, are allowed and no NC need to be filled. However the protections for other strata are as per table below.

In all cases of lesser depth, deviation notes will have to be raised and got approved as per table mentioned in annexure. Reason for not achieving the specified depth along with type of deviation should be clearly mentioned along with the details of protection provided.

Bottom of trench shall be uniform and should follow contour of ground. Width of excavated trench sufficient to lay requisite number of HDPE Ducts and GI / DWC pipes and also concreting, wherever required. Payment shall be made only on basis of running meter of completed work and shall not be based on volume of excavation.

To prevent soil erosion due to free rain water flowing along or inside the trench, suitable “Blockades/Stone pitching” will have to be constructed at every 10 m with height up to ground level.

In city areas trench will normally follow footpath / pedestrian way of road except where it may have to come to edge of carriage way or when cutting across road with specific permissions from road authorities responsible (such permission will be obtained by Partner from concerned authorities).

Outside the city limits trench will normally follow boundary of roadside land. However, where road side land is full of burrow pits or forestation or when cable is to be laid along culverts/bridges or cross streams, trench may be made closer to road edge or in some cases, over embankment or shoulder of road. (The Partner will do all liaisons with concerned authorities and will obtain permission for such deviations for cutting embankment and shoulder of road. Failure to do so will compel Customer to pass on any penalty to Partner which may eventually be imposed by concerned authorities).

Alignment of trench should be uniform and follow the ROW guidelines.

While marking alignment only centerline will be marked and Partner shall set out all other work to ensure that, excavated trench is as straight as possible. Partner shall provide all necessary assistance and layout, at his own cost for marking the alignment.

Page 65: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

65

The Partner shall clear, prepare and grade the Right of Way to facilitate marking of the alignment of the trench. Partner shall remove all bushes, undergrowth, stems, rocks and other obstacles to facilitate marking the centerline without any extra charges. It is to be ensured that minimum amount of bushes and shrubs shall be removed to clear way and Partner shall give all consideration to preservation of trees within right of way.

Line up of trench must be such that HDPE duct(s) shall be laid in straight line, both laterally/ horizontally as well as vertically except at locations where it has to necessarily take a bend because of change in alignment or gradient of trench.

Minimum radius of two meters shall be maintained, where necessary.

Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m in both Open Trench Method If Gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation must be there.

PRECAUTIONS TO BE TAKEN WHILE TRENCHING

It is required that trenches are not kept open. Trenching, cable laying/ducting and backfilling activities be done parallel as far as possible. Any mishap or accident due to open trenches shall be sole responsibility of Partner. CUSTOMER shall never be liable on any such account and no claim on this account shall be entertained by them. Further, the Partner shall indemnify and keep CUSTOMER fully indemnified against any liability arising out of or on account of such claims.

No trench shall be kept open close to carriage way/berm. Caution boards shall be displayed at all such locations, to caution public. Partner shall protect all life and property from damage while doing construction/trenching work.

If Warning covers of other services or operators are encountered during excavation, earth around these is gently removed to loosen them. The covers are then removed and stacked outside the trench for reuse. When underground plan of other services are exposed during excavation, adequate protection is provided at suitable intervals along the run of these plans/services and concerned authorities shall be informed.

In event of inadvertent damage, location and nature of damage must be intimated to concerned department immediately. In the meantime action is taken for preventing aggravation of damage. Damages are indemnified and losses are made good by Partner.

Necessary barricades, night lamps, warning boards and required watch man shall be provided by Partner at his own cost, to prevent any accident to pedestrians or vehicles or animals. While carrying out blasting operations, the Partner shall ensure that licensed blasting professional are employed for the purpose and adequate safety measure are taken by cautioning vehicular and other traffic. He shall employ sufficient manpower for this with caution boards, flags, sign

Page 66: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

66

writing etc. Any consequences due to lack of precaution or otherwise, on this shall be sole responsibility of Partner.

Caution boards are set up at a height of 1.25 m above ground level so that they are visible from a distance of 25 meters. Boards will have yellow and black background with writing in bold letters with red fluorescent paint. Boards shall be displayed at start and finish point of area in which work is under progress. Additional display boards are placed at either side of the trench. Boards must indicate the name of trenching authority, name of Engineer in charge of work with contact phone and dates of opening and closing

trench. During night warning lamps (flicker lamp, lantern with glass painted red) shall be provided. They are placed at locations so as to indicate length and width of trench.

All work is supervised by Partner’s representative, who must carry with him following documents:-

Letter from CUSTOMER authorizing Partner to carry out work in the specific area.

Copy of permission issued by concerned authority.

Partner shall provide adequate precautionary measures to prevent caving in of the trenches while excavation, due to soil condition. At such locations, width of the trenches shall be kept adequate and necessary arrangement shall be made for safe working within trenches. Arrangement must also be made for pumping out sub- soil/underground water from trench, if any.

In city limits as well as in built up area, Partner shall use manual labor only, and shall ensure that no damage is caused to any underground or surface installations belonging to other public utility services and/or private parties.

Temporary foot-bridges are provided when trenches are made across entrance of buildings etc.

Special care should be taken in digging footpaths. Proper protection shall be provided to avoid accidents. No inconvenience should be caused to pedestrians.

Underground power cable is not to be moved. Electricity dept. is immediately informed. Horizontal and vertical separation of 60 cm shall be maintained from power cable. As far as possible power cable should be crossed at right angle.

Near foundations and boundary walls, excavation must be taken up in consultation of and in presence of owners.

All necessary arrangement is made to maintain stability of trenching.

Rock Excavation is normally done by chiseling and Blasting is done, if permitted by local authority. Necessary license must be obtained for blasting. Public property both below and above ground must not be endangered damaged. All possible precautions must be taken for safety of public and staff involved in the work.

Page 67: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

67

However, along highways and cross country there shall be no objection to Partner resorting to mechanical means of excavation, with approval of CUSTOMER Site-In charge provided that no underground installation existing in path of excavation, if any, are damaged.

While the machine can be used for clearing small bushes, trees should not be cut or uprooted for purpose of movement of excavating machines. Where such necessity arises, permission from competent authorities to partially cut such trees should be obtained in writing. Compensation to cut such trees for movement of machines shall be paid by the Partner and no additional payment shall be claimed from CUSTOMER

Any valuable material of cultural/ historical/ archeological interest, if found while trenching, shall be brought to the notice of CUSTOMER and the authority concerned

DUCT LAYING

Specified lengths of Ducts shall be laid using dispenser/de-coiler designed for the purpose. Partner shall ensure that Duct laid is free from twist and kinks. Any collapsed portion of duct shall be removed before backfilling and duct made continuous by putting couplers.

Place the duct in trench as straight as possible. However at bends horizontal and vertical minimum bending radius as per specification to be maintained.

Ducts shall be laid in flat bottom trench free from stones, sharp edged debris. No water should be present in trench, while laying the duct/DWC pipe.

Spacers must be used while installing multiple (five or more) ducts. Up to four ducts no spacer is used. Partner shall ensure parallel lying of ducts (without crisscross).

Ends of ducts shall always be closed with End Plugs to avoid ingress of mud, water or dust.

The ducts shall be joined with couplers using duct cutter and proper tools only. Do not use hacksaw to cut the duct. The duct joint shall be practically airtight to ensure smooth cable blowing using cable blowing machines.

All coupler locations shall be covered with stone as per specification prior to backfilling and position marked on ABD.

Never place coupler along the bent portion of duct/trench in both horizontal as well as vertical direction.

Wherever GI pipes are used rubber bushes shall be used at the two ends of the GI pipes to protect the damages of HDPE ducts. When GI pipes are to be laid with suitable bends, pipe bender is to be used. The bends may be obtained by making proper ‘V’ cut on GI pipe at two locations close to the bend and by applying bending force so that proper curvature is achieved without sharp corners. The

Page 68: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

68

HDPE duct shall be inserted into the GI pipe before bending. GI pipe shall be welded at ‘V’ cut edges after bending. None of the portion of duct will be visible at V-Cut location. It should be either closed by welding or fixing “m-seal” on clean surface.

DUCT INTEGRATION TEST (DIT)

After backfilling ducts shall be tested for integrity (air tightness and kink-free shape). Air tightness test is done by pressurizing 2 km duct stretch at a time. One end of duct will be closed and compressed air at 5-6kg/cm2 is sent from the other end. At about 5kg/cm2 pressure the inlet of compressed air will be closed. Fall in pressure should not be more than 50% in 1 (one) hour.

To check that duct has not collapsed or kinked a wooden/plastic cylindrical piece (shuttle) of size 150 mm (15cm) long and 0.75 X D mm in dia where ‘D’ is inner diameter of duct, is blown into the duct with far end fitted with flexible wire grip/stocking. The wooden shuttle should pass through duct at far end without any obstruction within approx. 10 minutes or less. Do not stand in front of the far end of the duct under test as IT CAN BE FATAL.

CABLE BLOWING

Drum test will be carried out for every drum as per Drum Test Report format (to ensure that no damage has been caused during transit). Cable drums after Inward Goods Inspection (IGI) should be mounted on pay off stand, which is kept on plain ground for stability. Soil under the stand should be firm, not to allow stand to tilt.

Process of OFC blowing is explained as under:-

Cable blowing machine (Cable jet or any other machine) should be deployed along with a good compressor delivering 10 kg/ sq. cm pressure and 700 cfm discharge.

Cable drum will be loaded on payoff stand and unwound from topside of the drum. Pay off stand should be placed properly so that it does not get tilted or fall down while dispensing OFC. First half of total length should be blown through duct in one direction from the center of the span of the duct in which cable is planned to be laid.

In case when complete half of the drum length cannot be blown in a single go, cable is blown up to feasible distance by opening the coupler at that location and then balance length shall be blown and stored in figure of “8” close to trench in obstacle free space. Further blowing shall be done from this location.

The process at Clause 8.2 can be repeated so that complete length is blown on one side.

After blowing half-length in one direction the cable should be unwounded

Page 69: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

69

at the location of pay off stand and stored in a figure of “8”. Then inner end of the OFC should be blown in opposite direction as explained in Clause no. 8.2 above.

Kink in OFC during blowing and after blowing must be avoided. At blowing points, the last loop of OFC should be manually pulled after cable blowing, couplers must be tightened

BACK FILLING

Back Filling in Rocky Terrain (Country Side) - Trench shall be initially filled with Sieved soil for about 5 cm which will act as a Soft cushion/Padding and then duct is placed gently over it. After that another layer of 10 cm of fine sieved soil is poured and then entire trench is backfilled with excavated material.

Duct is laid through DWC/GI pipe, which is then covered with concrete as per specification. After making concrete block the curing should be done at least for 7 days. Back filling in remaining portion is done with crushed stones, which have been removed during excavation of trench. Top 10 cm of trench is to be filled with loose soil and crown of 25 cm made on trench.

In case of trench aligned at slope Blockades after every 10 meter in the form of vertical walls of Flag stones or stone masonry be made to obstruct the flow of water. Rest of backfilling is as per above Para’s.

Back Filling in Normal Soil - Under normal soil conditions duct is directly laid in trench and backfilled in same manner as explained in section 9.1. Adequate dry compaction shall be done before Crowning. Compaction is done in layers of 50 cm each.

Crowning - When backfilling has been done up to ground level a hump of soil is made to cater for soil settlement. Entire excavated soil shall be used for back filling. Crowning shall be confined over width of trench only. No surplus soil shall be left outside trench (Crowning will be excluding of Trench depth).

Back filling on public, private roads, railway crossing, and footpaths in city areas shall be performed immediately after laying HDPE ducts. Back filling at such location shall be carried out by dry compaction in layers of 50 cm and thoroughly rammed; so as to ensure that original condition is achieved and made safe to traffic. All excess soil/material left out on road/footpath shall be removed without extra cost. However, along highways and cross-country, dug up material left out shall be kept as heap above trench while refilling.

Back-fill shall be maintained by Partner against wash-out, settlement below original level and rotting, until final completion of work and until first monsoon season and reinstated to keep leveled condition as acceptable to the CUSTOMER Deployment team and highway/local authorities without any extra payment. To ensure this, Partners agent will inspect compacted trench alignment after first rain and re do work as pointed out by CUSTOMER operation engineers/ Area Manager. Decision of CUSTOMER operation engineers/ Area Manager in this regard is final and binding on Partner.

Page 70: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

70

BRIDGE / CULVERT CROSSING

The work involves laying of HDPE ducts through GI/DWC pipes laid on the bridge. DWC pipes are to be used at such locations where sun rays and rain water don’t fall on them. Either one of the following methods will be employed or same will be decided during first route survey by Partner and Deployment team.

On Arch type bridges where depth up to 300 mm is not possible to dig, make a trench in bridge tar road of 150-mm width and lay DWC duct as per IS14930 (certified by CIPET or equivalent certified Govt. agency) or from approved vendor by Customer. In case of dry/seasonal rivers/drains, it is advisable to cross water path from river-bed and protection as per specification - A trench of 1.6 meter or more is made. DWC ducts 117/100 mm with couplers are laid. Ducts (max 3 or as directed by Customer operation engineer) are laid through the DWC duct. DWC duct are encased/covered in 30 x 30 cm beam with Smooth plaster/finish, Steel member 8 mm with stirrup at every 30 cm for reinforcement. Beam should extend up to abutment of bridge. Length of DWC duct should go 5 m beyond the abutment of Bridge on either side and BDL ducts should be protected up to 10 m all around with 1:2:4 Block concrete. Backfilling of trenches on slopes (entry and exit of river/drain) to be done as per Clause 10.3.

In case of river/Nala with water flow, the water path may be crossed from riverbed by diverting water with temporary bunds.

If 10.1, 10.2 and 10.3 are not feasible then GI pipe or DWC (DWC pipes laid on the bridge. DWC pipes are to be used at such locations where sun rays and rain water don’t fall on them, if direct sun rays cannot be avoided on DWC pipes then GI sheet cladding over DWC pipe can be provided) is to be clamped on the outer side of parapet wall with the help clamps as specified. Clamps and anchor bolts are to be fixed at specified spacing. Two GI pipes shall be joined / tightened properly with pipe wrench. The level of GI pipe shall always be below the road level.

If all options explained in 10.1, 10.2, 10.3 and 10.4 are not feasible in case of bridge / culverts with wheel guard, and if the PWD/NH authorities approve, the GI/DWC pipe can be placed on the wheel guard and concreted with PCC 1:2:4, with duct inside GI /DWC pipe. Proper slope at either end of culvert/bridge should be maintained and the GI pipe should continue on either side and should extend up to trench bottom 1.65 m,

covered with concrete. NOTE: care needs to be taken “NOT TO REDUCE WIDTH OF CARRIAGEWAY”.

In case the parapet wall is non-existent or is in dilapidated condition, the clamps should be fixed on slab of bridge if permitted.

Cable loop is to be left at bridge crossings in loop chambers as per specifications.

Page 71: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

71

Before crossing culvert the local PWD engineer/ROW authorities must be consulted in charge for future plan of expansion or re-construction and decide the alignment of trench (distance from road center line).

Trench depth should be minimum of 1.65 m with DWC+PCC protection, length of trench should be at least double of culvert length or 5 meter beyond abutment whichever is more. In rocky terrain depth shall be 1.2 m with DWC+ PCC protection will be provided.

Leave the cable loop on each side of the culverts as specified. In case there are more than one culvert over 500 m span, 20-30 m OFC coils to be kept at 500m or as per Customer operation engineer but not more than 2 locations in 1 Km length.

Loop pit marker will be installed at Loop Pit.

ROAD AND RAILWAY CROSSING

Roads are to be crossed either by horizontal boring or by open cut as the case may be. Suitable permission shall be obtained from Authorities concerned.

/9nIn either method of road crossing, DWC duct should be used with three (3) ducts in case of National Highways (NH) or State Highways (SH). DWC duct should project 3m outside black topping on either side in case of boring, and DWC should be provided for complete length of road crossing and should project 3m outside black topping on either side in case of open trench.

In case of WBM roads, panchayat, Kacha roads DWC duct should be used. DWC duct should project 2 m on either side from road formation level.

Railway line crossing is to be done by HDD or boring or as per the instructions of Railway authorities. Please ensure that permission to cross railways is obtained before execution.

Only 100 mm dia GI pipe or DWC duct 117/100mm, or whichever is permitted by Railway Authorities is to be used in case of rail crossing. Length of projection of GI pipe/DWC duct beyond rail lines should be kept as per approval from DRM office. HDPE ducts should be (3 Nos.) brought out of railway boundary and properly plugged. Loop pit to be placed one side if single track and both side if track is more than single line with 40m Loop.

SPECIFICATIONS FOR CONCRETING

Concreting shall be done as per specification. Depending on the situation and local authority regulations at site, number and size of pipe to be laid/used, cross section dimension may vary to ensure proper protection to pipes as well as uniformity with any existing structure/base, on which the GI pipes or DWC duct are placed, as demanded by road authorities.

At both ends of Bridges/culverts, where GI pipes slope down and get

Page 72: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

72

buried, concreting shall be carried out to ensure that no portion of the GI pipe is exposed and further down as required by the CUSTOMER operation engineer to protect pipe from any possible damage externally caused.

Any damages caused to the existing structure such as footpath or base of parapet or curb wall on which GI pipes or DWC duct are placed shall be repaired and original condition re-stored to satisfaction of Road Authorities.

Partner shall provide all the materials required for the cement concreting work at the site. Cement concrete mixture used shall be of 1:2:4 composition i.e. 1 cement: 2 coarse sand: 4 coarse aggregate of 20mm nominal size. The aggregates should confirm to IS. Smooth finishing of exposed surface shall be done with mixture of 1:3 i.e. 1 cement: 3 fine sand. (PCC should be placed in proper shuttering at both side for box PCC)

When concreting is carried out in trenches, a layer of cement concrete mixture of appropriate width 80mm thickness shall be laid along trench(This will be applicable where trench surface are uneven in Hard Strata due to stones and stones edges are sharp and possibilities of damage of ducts), before laying HDPE ducts. HDPE ducts shall be then laid above this bed of concrete as per construction specifications. After laying HDPE ducts the remaining concreting work shall be carried out to form the cross sectional dimensions 300 X300 mm.

Portions where cement concreting has been done shall be cured for minimum 7 days’ time to harden the surface. After curing refilling of balance depth of trench has to be done with excavated soil. In case refilling is to be done immediately like city areas or close to carriage ways, the curing over soil can be continued after refilling. It may be noted that no extra payment is admissible for arranging necessary material, layout tools and machines, or for carrying water for curing while carrying out the work.

Page 73: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

73

EARTHING

A copper rod of around 20 mm dia and 0.5 m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate shall be buried along with good quality of Charcoal and salt at a min 2.5 m depth from NGL or as required so that the resistance in normal soil shall not be more than 1 ohm and in rock not be more than 2 ohm.

A copper strip/braided flat 32 mm wide and 6 mm thick after bolting and welding with rod shall be brought to the surface for bonding with the optic fiber armor. Specially made clamp, made of steel, will also be used for bonding the braided copper wire with the copper rod and with cable armor for avoiding corrosion and galvanic currents.

Multiple pits may be required in some of the locations where the soil resistivity is high. However, under normal circumstances a single pit would be enough at the locations of good soil conductivity. Locations where cable armor Earthing shall be done is as per specifications.

HORIZONTAL DIRECTIONAL DRILLING (HDD) : HDD is carried out where open trenching is not possible /permitted. Following points must be ensured in case of HDD

Depth of HDD tunnel must be kept minimum 1.65 m to 3.0 m (Utilities to be taken care).

In any case lesser than 1.20m depth not acceptable by HDD method and if done, Prorate penalty will be applicable for lesser depth.

Loop-pit markers must be fixed at the locations of HDD pits (both entry and exit points) as per the specifications (Min 04 and Max 07/km).

Electronics route markers are invariably buried at HDD pits (If specifically required will be mentioned in PO).

Locus /profile diagram of HDD must form a part of “As Build Drawing” and copy of same should also be submitted with ROW papers.

The ducts in the intra-city fibre routes (including such inter-city routes that are common with intra-city routes) shall be installed by Horizontal Directional Drilling method unless approved by CUSTOMER CUSTOMER in writing for installation by other methods.

The Partner shall mobilize equipment suitable to install the ducts up to required / specified depth below ground in all types of soils.

All concerned authorities (water, oil and gas pipeline operators, telecom operators, power companies etc.) who may have their underground utilities in the area shall be informed well in advance and as built drawings obtained to ensure proper planning of HDD operation and drilling profile.

Cross pits shall be made across approved duct alignment to verify information about existing underground utilities/facilities as provided by authorities having

jurisdiction over the area and also to ascertain type of soil for safe working of HDD equipment.

Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m in both HDD Method

Page 74: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

74

If Gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation must be there.

Alignment of trench should be uniform and follow the ROW guidelines.

Entry and exit pits shall be dug at both ends of the segment which shall later on become either a location for man-hole/hand-hole in case of intra-city routes or for installing duct couplers in case of inter-city routes. For inter-city routes MH/HH locations shall be as per issued for construction drawings only.

The drilled hole profile between entry and exit pits (except transition areas) shall be as straight as possible. The final HDD profile shall become part of as-built documents.

The hole made by HDD equipment shall be of adequate diameter to allow pulling all the ducts in one go as a bundle. The ducts in the bundle shall be properly bundled using suitable spacers and tied together during pulling. The capacity of pulling equipment shall be at least 1.5 times of theoretical calculated pull force.

The Partner shall submit a detailed HDD procedure for review/approval of Company. The procedure shall include at least following information:

Proposed locations, size and depth of entry and exit pits.

Proposed number of holes, hole diameter and hole profile for pulling HDPE duct(s).

Proposed HDD machinedetails along with drilling direction control/steering system details.

Pulling load calculations and details of pulling equipment (pull head, winch, rope, etc.).

Method of safe disposal of bentonite slurry.

Drawing showing information at a) and b) above.

Upon obtaining approval of procedure, the Contractor shall prepare site by marking route and digging entry/exit pits at predetermined locations and drill the hole of required size for pulling the ducts through. Once the hole is ready, required number of ducts, already de-coiled and spread on the ground, shall be connected to a pulling head and pulled through the hole. Suitable swivel joint shall be used during pulling to prevent twisting of ducts during pulling.

The drilling machine and pulling equipment shall be removed and moved to new locations. The pits shall be replaced with man-hole/hand-hole for termination of ducts and later blowing of cable and remaining area backfilled and restored to a conditions agreed to with the authorities having jurisdiction over the area. Bentonite slurry, if used,

shall be recovered from the pits and disposed-off in a safe and environmental friendly manner and at locations approved by Authorities.

The Partner may have to deploy more than one set of HDD equipment to achieve required lay rate demanded by contract schedule.

In case of Crossings of existing utilities by HDD, minimum 0.5m vertical clearance from the nearest utility is required. Requirements of installation by trenchless technique as per Clause 4.5 shall also be complied with.

Page 75: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

75

MICRO TRENCHING : MT is applicable wherever ROW is available with MT methodology and clearly mentioned in the PO issued by SCM.

MT is permissible without any extra cost with prior approval from the competent authority for the below scenarios:

Road Crossing not possible by open Trench or HDD method. (Specifications as per

Specifications mentioned in Section 3 of S.No.28)

AERIAL CABLING

TEMPORARY AERIAL CABLING WITH WOODEN/BAMBOO POLE

Temporary aerial cabling to be laid through Wooden/Bamboo pole or support of trees (Bamboo Pole diameter should be min 3” (inch) size with adequate strength and height of the aerial cable shall be >10 (ft.) from the ground level.

The Installation of Wooden Pole should be up to 3 feet depth filled with M20 Concrete in 200mm (dia) x200mm (Height) all-around of Pole.

The bottom of the Pole should be painted with black color with anti- termite and pasted properly while installing the Pole.

Pole can be placed at every 30 m- 40 m intervals.

Mounting of OFC cable on Pole shall be done through HDPE conduit/duct from NGL.

Cable loop of approx. 10m at every 5th Pole or where route alignment changes.

2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe clamps (adjustable clamps) and proper clamp with Poles.

Measurements Book to be made available.

OFC not to be tighten directly by string wire.

Page 76: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

76

Temporary Aerial Pole installation and laying Pics

PERMANENT AERIAL CABLING WITH ADSS OFC

GI Pole to be used as per drawing which approved by Planning.

Proper Porcelain pulley or metal pulley or supporting clamps to be used for OFC rolling as

per provided pics.

Pole should be placed at every 25 m - 30 m intervals or as per field requirement

Pole should be undergrounded at least 1M and fix with proper 1:2:4 concreting (200mm

(dia)*500mm (Height) all-around of Pole

Approx. 2- 3 mm dia GI string wire to be used for support of OFC and OFC not to be tighten

directly by wire (in case Aerial cabling done with OFC other than ADSS OFC)

OFC loop approx. 10 m to be kept at every 5th Pole or every turning Points with

mounted “O” ring or clamp on Pole loop radius should not be less than 0.6M

OFC closure should be kept at proper order to avoid OFC bend.

Spiral clamp to be used at the pole to tighten the OFC which helps to avoid the direct

tension on the

OFC.

Page 77: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

77

Permanent Aerial laying Pics

Page 78: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

78

SPLICING AND JOINT CLOSURE

Splicing is done using a good quality splicing machine. Splice loss per joint shall be minimum and should not be more than Avg 0.07dB. In no case average Splice loss per link shall not be more than 0.06 dB (Sum of all joint average/No of joints).

At least 0.6 m to 0.8 m fiber should be stored in cable tray and 0.6 m to 0.8 m Buffer Tube loop to be stored under the base of the Splice tray holders (Same applicable in fiber termination box also), Fiber should be neatly coiled without kinks.

Minimum bending radius of 80mm should be ensured, Marking and Tagging to be done on each tray of JC and on Cable at entry port respectively.

Joint closure should be sealed properly before it is taken out of splicing van. Joint closure assembly should be done as per instructions of manufacturer.

After assembly, joint closure is to be clamped to joint pit in vertical direction such that dome portion points towards sky and cables enter joint closure from bottom. This can also be achieved by using fabricated galvanized clamps – picture shown below.

Leakage/ water penetration test must be conducted before clamping the joint closure and keeping for 1 hour under 1m water Depth (If any leakage found joint to be re- spliced).

Cable should not be bent at diameter less than 800 mm.

Splicing to be carried out in splicing Van or in Canvas tent to avoid any dust particles in Splicing M/c, Fiber tray of closure.

Page 79: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

79

TERMINATION AT MSU/RSU/ADM/ REG SITE AND MOBILITY FIBER POP

FDMS shall be deployed for Fiber termination and distribution.

Rack where FDMS is to be installed must be properly grouted and provided with Earthing.

Cable is brought into the building through duct in 100mm GI pipe (up to 3m height) irrespective of any site. In case building is on higher floor where 100mm GI pipe is not feasible, 50mm GI pipe/ 50mm Flexible GI pipe in sharp bend can be used for in- building works with separate path and if both the above cases are not feasible HDPE duct clamping to be done with GI Sheet covering over the HDPE duct to protect from direct sun light. Cable entry to the site must be properly sealed to prevent any water seepage or rodent entry.

Approx. 2m OFC is kept/stored in Fiber Distribution Management systems (FDMS) for any eventuality.

OFC entry in REG to be done through Hatch Plate and into FDMS shall be done through Top holes provided for this purpose.

Fibers of OFC shall be spliced with pig tails and stored in the bottom tray, as per detailed instruction of the FDMS Supplier. Bottom most splice module shall be used first for one cable (say incoming cable) and 2nd module for the outgoing cable.

No mixing of incoming and outgoing OFC fibers is permitted unless specifically asked by Site Engineer.

Pigtails shall be brought up by side and within space provided in FDMS up to Fiber Distribution Module and shall be properly routed and stored, as per detailed instruction of Supplier of FDMS. Pigtails routing shall be ready-to-remove type without disturbing any other pigtail.

Pigtails shall be mounted in designated adaptor and outer opening of adopter shall be capped.

Fiber Distribution modules for incoming and outgoing fibers shall be in sequence of Splice Modules used for incoming and outgoing cables.

All covers shall be properly closed / locked to prevent any type of ingress of foreign material, duct, insects, etc.

Cable armor steel tape shall be properly earthed with a separate copper wire (Not to the Strength Member)

Flags shall be fixed with each pigtail depicting fiber number and station from where cable is originating /terminating.

There shall not be any loose pigtails hanging or coiled at place other than specified.

Labeling and tagging to be done on FDMS and Cable.

Page 80: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

80

JOINT PIT / LOOP PIT CHAMBER

Joint/Loop Pit is a RCC cylindrical pipe with 8 mm steel reinforcement, both directions.

A cover (Lid) of RCC having 50 mm or more thickness, 8/10 mm steel reinforcement in both the directions with two handles (>10mm rod) for lifting is used for covering the joint pit.(In 2 Halves lid also acceptable lid made as per specified material and dimensions.).Lid to be marked/embossed as “CUSTOMER OFC”

Top of lid should be at a depth from natural ground level as per specification.

Anti-termite treatment is carried out on inside surface of pit and then it is packed with loose sand before placing lid in all cases of intercity routes and as per Operation requirement in intercity routes.

Simple Plugs, End Caps, Cable Ties to be provided and Cable routing, stenciling, base concreting and duct entry sealing to be done inside the chambers.

ROUTE AND JOINT MARKERS

CONCRETE ROUTE MARKER

Route markers made of concrete will be provided at a distance of 250 m or wherever there is a crossing or major deviation in the trench from being straight. At the crossing, route markers have to be placed on both sides of the road, rail track, bridge, culvert etc. depending on the case. Route markers shall also be put at coupler/loop pit locations and as suggested by site engineer.

Route marker shall be exactly as per details shown/Mentioned in annexure at end.

Route markers shall be embossed CUSTOMER OFC and shall be filled with fluorescent white color. 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. Fixing of the route markers shall be done at 0.5 m from the back of trench and away from the road center. ‘CUSTOMER OFC’ embossed on the marker shall face roadside.

Route markers and joint markers should never be put together. If such a situation is encountered then route marker may be placed at 50 meter distance from joint pit marker.

RM not to be installed wherever Civic authorities does not allow in writing, else Penalty will be applicable.

Page 81: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

81

ELECTRONIC ROUTE MARKER

Electronic Route Marker will be placed as below if mentioned in PO and scope of supply should be clear in PO.

Electronic Route Markers are placed in area like dense built up area, close vicinity of

road edges, etc. where placing of concrete route markers is not possible.

Electronic Route Markers can be used to mark and locate following:-

Cable Route

Road / Bridge / Rail / Canal crossings, etc.

Buried splices

Extra OFC loops

Pipe ends

Manholes under pavement or grade changes

Repair Points

Non-metallic lines

Snow covered installation

In trench close to road edge.

HDD pits

Electronic Route Markers shall be buried at depth of 0.9 m from ground in the trench during backfilling the trench.

Electronic Route Markers shall be buried at a spacing of 250 m in general to mark trench / route on country side and at approx. 150 m on zigzag routes within town / city. At all major road crossings within the cities and at HDD locations, Electronic Route Markers shall be placed.

Trench shall be completely backfilled immediately after placing Electronic Markers.

Electronic Markers shall be located with electronic locator after tuning at specified frequency.

STONE/ RCC SLAB PROTECTION

Wherever cable is laid in cities, towns and villages where human habitation exists or where construction activity can happen in near future, stone Kaddapa / Red Stone/ Farsi slabs (Flag stone) of size 25 mm thickness (min) and 300 mm width and 500mm length shall be put after 30 cm padding with excavated material over duct.

Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler position on all sides.

Stone slab to be laid after 1ft backfilling then perform complete backfilling and mark position on ABD (+/- 25% tolerance acceptable only in width and Length in stone slab).

In case stone slab is not available, RCC slab of size 600mm L x 300 mm W x 40 mm Thick shall be

Page 82: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

82

used. Stretches for this protection will be decided during first route survey of Deployment team and Partner representative.

RECORD KEEPING All measurements will be recorded in Measurement Book / Sheet / Chainage sheet and reported on a daily basis duly signed by Partner representative.

DAILY REPORT

Partner will send Daily Progress Report of execution.

CIVIL AND OPTICAL ACCEPTANCE TESTING (AT)

Acceptance Testing shall be done as per AT process (FF/NQ/AT 1.0)

Page 83: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

83

MARKERS DRAWING - ANNEXURE

125 NOT TO SCALE

125

50 160 160

20 20 60

30 OFC

20 20 60

30 OFC B

H

A

R

T

40I

35 8

250

50 G.L

B

H

A

R

T

40I

35 8

250

G.L 50

G.L G.L

BELOW GL SHALL BE 700 mm BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm' ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

Route Marker Splice Marker

125 125

50 50 160 160

20 20 20 60

30 OFC

20 OFC B

H

A

R

T

40I

60

30 35 8

B

H

A

R

T

40I

35 8

250 250

50 G.L G.L

50 G.L G.L

BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm'

BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

Coupler Marker

NOT TO SCALE

Loop Marker

125 125

50 50 160 160

20 60

30 OFC

20 60

30 20 20

250

B

H

A

R

T

I

40

35 8

OFC3

5 8

250

50 G .L G.L

50 G .L

B

H

A

R

T

4I0 G.L

BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'

BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

POI

NOT TO SCALE

BB+ POI

5 ANNEXURE – 1/C (a): ROUTE MARKERS

Page 84: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

84

Item Colour Spec. No.

Route Marker Colour Deep Orange IS-5, Shade No 506

Splice Marker – BB Golden Yellow Band IS-5, Shade No 313

Coupler Marker French Blue Band IS-5, Shade No 112

Loop Marker Brow Band IS-5, Shade No 403

PR/POI Fluorescent White Band

BB + PR/POI Golden Yellow Band + White Band

Item Description Specification

Material Reinforcement 6mm Dia MS Rods 4Nos

Concrete 1:2:4

Page 85: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

85

PRE - INSTALLATION CHECKLISTS FOR ROUTE MARKERS

Date of Inspection

Route Name

Section

Contractor's name

Contractor Representative

AES-Carriers Representative

SL.

NO

ITEMS UNDER

CHECK

DESCRIPTION / SPECIFICATION

(A)

(B)

MATERIALS

ROUTE

MARKER

DIMENSION

REINFORCEMENT

DETAILS

CONCRETE MIX

SIZE OF THE METAL TO

BE USED IN CONCRETE

HEIGHT

WIDTH x DEPTH (TOP)

WIDTH x DEPTH (BOTTOM)

6 mm Dia. MS Rods (4 Nos/ Marker)

Stirrups of 6 mm Dia. at 150 mm C/C

1:2:4

20 mm

1250 mm

125 mm X 75 mm

200 mm X 150 mm

160

60

30

OFC B H

(C')

LABELLING

REFER ROUTE MARKER DIAGRAM ASIDE FOR THE DIMENSIONS

OF THE LETTERS IN THE ENGRAVED NAME "OFC CUSTOMER"

CHECK WHETHER THE ENGRAVED NAME ("OFC CUSTOMER" )

IS PAINT QUALITY SYNTHETIC ENAMEL

PAINT APPROVED ASIAN (or) APCOLITE

250 A R

T

I 50

G.L

(D)

PAINTING

PAINT COLOUR FOR

ROUTE MARKERS

PAINT COLOUR FOR

ENGRAVED PORTION IN

DEEP ORANGE (506-2)

FLUORESCENT WHITE

BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm'

COLOUR OF THE BAND (4" REFER ANNEXURE FOR SPLICE, LOOP,

(E)

PHYSICAL

OBSERVATION

AT A GAP OF 50MM FROM

THINNERS

CURING OF ROUTE

MARKERS

WORKMANSHIP

SURFACES

COUPLER ETC., MARKERS

THINNERS TO BE MIXED AS PER THE

PAINT MANUFACTURERS GUIDELINES

SHALL BE KEPT UNDER CURING FOR

MINIMUM 14 DAYS BEFORE SUPPLY TO

THE SITES

SHALL BE FREE FROM CRACKS AND

DAMAGES BEFORE INSTALLATION

SURFACE OF THE MARKERS SHALL BE

SMOOTH AND FREE FROM

PAPER/COVER ETC.,

NOT TO SCALE

TITLE : ROUTE MARKER

Page 86: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

86

Depend upon

chamber thickness

3” - 5” Galvanized Iron strip

Width of the flat = 2 inches

Thickness of flat = 2 mm/ 3 mm

350 mm

Dia. Depends on

Diameter of the closure

Riveted 6 mm Dia. Bolt

6 ANNEXURE –I/C (b): CLOSURE CLAMP

Page 87: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

87

RCC

CHAMBERS

FABRICATED

AND

THE

CHAMBERS

FOUND

AS

PER

THE

CHECKLIST.

7 ANNEXURE – I/C (c) : JOINT PIT

PRE - INSTALLATION CHECKLISTS FOR JOINT PITS

( R efer annexure for Drawing )

Date of Testing Contractor's name

Route Name Contractor Representative

Section AES-Carriers Representative

SL.NO

ITEMS UNDER CHECK

DESCRIPTION / SPECIFICATION

(A)

MATERIALS

REINFORCEMENT DETAILS 8 mm Dia. TOR STEEL Rods AT 100 mm C/C ON BOTH

DIRECTIONS

CONCRETE MIX 1:2:4

SIZE OF THE METAL IN PCC 20 mm

(B)

DIMENSION OF RCC

CHAMBER

HEIGHT OF THE CHAMBER 750 mm

INNER DIA. OF THE CHAMBER 900 mm

THICKNESS OF THE CHAMBER 50 mm

( C)

DIMENSION OF THE LID

DIAMETER OF THE LID 1000 mm

THICKNESS OF THE LID 50 mm

LIFT HANDLES

TWO Nos. SEPERATED FROM THE CENTRE EQUALLY ON

THE TOP OF THE LID FOR LIFTING PURPOSES

(D)

DIMENSION OF CLAMPS

& ACCESSORIES FOR

HOLDING JOINT

CLOSURES INSIDE THE

RCC CHAMBER

CLAMP MATERIAL GALVANIZED IRON STRIP

DESIGN

REFER DRAWING

(E)

DIMENSION OF DUCT

ENTRIES

DUCT ENTRIES INVERTED "U" CUT IN THE BOTTOM OF THE CHAMBER

HEIGHT OF THE "U" CUT FROM THE

BOTTOM OF THE CHAMBER

250 mm (AS PER NO OF DUCTS)

(F)

PHYSICAL CHECK

CURING OF JOINT PITS SHALL BE KEPT UNDER CURING FOR MINIMUM 14 DAYS

BEFORE SUPPLY TO THE SITES

WORKMANSHIP SHALL BE FREE FROM CRACKS AND DAMAGES BEFORE

INSTALLATION

SURFACES SURFACE OF THE CHAMBERS SHALL BE SMOOTH

LIFT HANDLES CHECK WHETHER THE HANDLES FOR LIFTING THE LID

IS BONDED INTO THE CONCRETE FIRMLY

CLAMPS REFER ANNEXURE FOR DRAWING.

DUCT ENTRIES DUCT ENTRY SURFACES SHOULD BE FREE FROM SHARP

EDGES

Page 88: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

88

INSTALLATION CHECKLISTS FOR JOINT PITS

SL.NO

ITEMS UNDER CHECK

DESCRIPTION / SPECIFICATION

(I) JOINT

INSPECTION

IS

CARRIED

OUT

FOR

THE

(A)

INSTALLATION

DEPTH FROM THE TOP OF THE LID TO

THE NGL

1.0 m

PLACEMENTS

RCC CHAMBERS ARE TO BE INSTALLED ALONG THE

CENTER ALIGNMENT OF THE TRENCH AND DUCTS

DUCT ENTRIES

DUCTS FROM TWO DIRECTIONS SHALL BE ENTERED

INTO THE INVERTED 'U' CUT ENTRIES PROVIDED

DUCT ENTRIES ARE TO BE PLASTERED (ie NO GAP TO BE

OBSERVED)

(B)

PCC

DIMENSION OF THE CONCRETE JOINT PITS BOTTOM ARE TO BE CLOSED BY PCC 1:2:4

OF 50 mm THICK

PCC SHALL NOT BE CARRIED OVER DUCTS/CABLES

('C)

SIMPLE PLUGS/END

CAPS

CABLE DUCTS SIMPLE PLUGS ARE TO BE FIXED AT THE ENDS OF THE

CABLE CARRYING DUCTS

SPARE DUCTS END CAPS ARE TO BE FIXED AT THE ENDS OF THE

SPARE DUCTS

(D)

OFC STORING

COILING OF CABLES

SHALL BE NEATLY COILED,TIED WITH CABLE TIES

AND SHALL BE KEPT HORIZONTALLY IN RCC CHAMBER

NOTE : This Checklist Is to be filled at the time of Joint Inspection of RCC Chambers at Fabrication stage and also during Installation

stage by AES-Carriers & Contractor Representative. A signed copy is to be sent to Head-territory and also a copy to be produc

AES-Carriers REPRESENTATIVE CONTRACTOR REPRESENTATIVE

Page 89: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

89

G.L G.L

LID Lift Handles

CABLE DUCT

SPARE DUCT

BOTTOM PCC INVERTED ' U' CUT

ENTRY FOR DUCTS

Points to Remember :

1. Cable loop inside the chamber should not be kept less than 10m. Ideal 20m and rest as per the ground conditions.

2. Check the earth bolt at the back of the Joint closure before splicing

3. The bottom of the chamber to be closed with PCC / go for Covered bottom during fabrication

4. Clamp the closure properly in position and avoid sharp bends while coiling the OF cable loops.

DIAGRAM SHOWING JOINT PIT WITH ALL INSTALLATION DETAILS

JOINT

CLOSURE

CABLE LOOP

1. 5

m

1.0

m

Depth

from

GL

to

Lid

1.8

M

Page 90: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

90

re

to

nt

8 ANNEXURE – I/C (d): EARTH PIT SPECIFICATION

Copper rod Copper Lug to connect Sample of Braided copper

strip

SCHEMATIC DIAGRAM SHOWING EARTHPIT AND EARTHING CONNECTIONS

G.L. G.L.

Braided Copper Wi

connected

earth bolt in joi

closure

Copper Wire (6 mm D)

Braided Copper Strip 32mm width X 6mm Thick

Layers of salt & charcoal

600 mm

8 0

0 m

m

1 0

0 0

m m

6 0

0 m

m

Page 91: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

91

9 ANNEXURE – I/D: CONCRETE CHAMBER FOR OFC LOOP

Intercity

Intracity

Five types of Precast Conical Chamber are broadly available.

I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber)

I. Low Cost Pre-cast Concrete Conical Chamber (Small):-

Low Cost Pre-cast Chambers shall be used as HH / Pull through Chambers at every 250 m.

Construction and Specifications are given below.

Technical Specifications and Drawing for Low Cost Pre-cast Conical Chamber:-

Product type: Low Cost Pre-cast Concrete Conical Manhole Chamber. Size: Height (With Cover) 800 mm.

Base Dia (Inner) 810 mm.

Top Opening (Inner) 550 mm.

Thickness of each ring 60 mm.

Thickness of Base Plate 60 mm.

Base Plate Dia (3/4 pieces) 1000 mm.

Material Used:M 30 Grade Concrete.

Page 92: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

92

Reinforcement:

In the rings: 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm TOR Steel bars. In the top ring 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm TOR Steel bars.

In top Cover: Multiple nos. of TOR Steel bars both ways.

Single Layer: - 8mm TOR Steel bars.

The Top Cover guarded by M S Plate and provided two 12 mm hooks for lifting. Load Bearing: Suitable for 25 Tons (E.H.D. Cover Load as per IS: 12592 Specifications).

II. Pre-cast Concrete Conical Chamber (Medium):-

Pre-cast Chambers may be used in general OSP work in Intracity Routes. Depending upon the

strata and installation space available, size of this chamber may be reduced also just by removing

bottom precast ring.

Technical Specifications and Drawing for Pre-cast Conical Chamber (Medium):-

Product type: Pre-cast Concrete Conical Manhole.

Size: Height 1225mm.

Base Dia 1350mm.

Top Opening 780 mm.

Height of each ring 225 mm.

Thickness of each ring 52 mm.

Material Used M 30 Grade

Concrete.

Reinforcement:

In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported

by 8mm TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm

@ 75 mm c/c supported by 8mm TMT Steel bars.

In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.

Either Upper Layer: - 8mm TMT Steel bars @ 100mm c/c. Lower Layer: - 8mm TMT Steel bars @ 50mm c/c. Or Single Layer: - 10mm TMT Steel bars @ 70mm c/c.

The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting. Load Bearing Suitable for an ultimate load of 35 tons (E.H.D. Cover Load as per ISI: 12592

Specifications).

Page 93: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

93

Pre-cast Concrete Conical Chamber (Medium)

III. Pre-cast Concrete Conical Chamber (Large):-

These Pre-cast Chambers are generally used in Intracity Network at strategic locations only where

OFC is required to be entered from multiple directions at least 4 directions (e.g.:- Core BTS Site,

BSC, MSC, RBSC). Depending upon the strata and installation space available, size of this

chamber may be reduced also just by removing bottom precast ring.

Technical Specifications and Drawing for Pre-cast Conical Chamber (Large):-

Product type: Pre-cast Concrete Conical Manhole.

Size: Height 1950mm.

Base Dia 1690mm.

Top Opening 770-780 mm.

Height of each ring 225 mm.

Thickness of each ring 50-52 mm. Material Used M 30 Grade Concrete.

Reinforcement

In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported by 8mm

TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm @ 75 mm c/c

supported by 8mm TMT Steel bars.

In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.

EitherUpper Layer: - 8mm TMT Steel bars @ 100mm c/c.

Lower Layer: - 8mm TMT Steel bars @ 50mm c/c. Or Single Layer: -

10mm TMT Steel bars @ 70mm c/c.

The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting.

Load Bearing Suitable for an ultimate load of 30 tons (E.H.D. Cover Load as per ISI: 12592

Specifications).

Page 94: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

94

Pre-cast Concrete Conical Chamber (Large)

Page 95: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

95

IV. RCC cylindrical pipe Chamber:-

Technical Specifications for RCC Cylindrical pipe chamber:-

Product type: RCC Cylindrical pipe made by spun concreting chamber.

Size: Height (Without cover) 600 mm.

Inner Dia 750 mm.

Outer Dia 900 mm.

Thickness of cover 100 mm. Wall thickness. 70-100 mm.

Reinforcement

In the RCC Cylindrical pipe chamber: TOR steel of size 12mm steel reinforcement in both

directions.

In Top cover (Lid): Lid of RCC having 100 mm or more thickness, 10/12 mm steel reinforcement

in both the direction single layer.

The Top Cover guarded by MS Plate and provided two 12mm hooks for lifting

Load bearing: Suitable up to 25 Tons.

Material used: M 30 grade concrete.

Page 96: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

96

V. Site-cast Concrete Vertical Chamber :-

Alternate to Conical Chambers are Site Cast Chambers and are used in West Region (Maharashtra). These chambers have single body structure and a split lid.

Technical Specifications to be as per below dimension:-

650mm

150mm

B 100mm

H

1000mm

600mm A

800mm

850mm

Dimension for square

Dimension for cover square chamber

Page 97: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

97

Construction and Specifications for square chamber

Height:- 1200mm Wall Thickness:- 150mm (with Iron rod 8mm reinforcement in both directions at 10mm distance)

Length x Width:-1300x800mm

Lid: - Split Type 50mm thick, with Iron rod 8mm reinforcement in both directions at 10mm distance.

Lid Should be cast in 3mm thick GI Sheet tray to avoid distortion & corner/casting damage by travelling

of vehicles (Dimension as per the lid size)

Note: - Dimensions Variation can also be accepted based on actual site conditions with justified

reason.

Page 98: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

98

Specification and Standards

Riser Cable 12F: In Riser Cable we will use the 12F/24F cable w.r.t to the Requirement. 12F/24F is Used Depends upon the no. of Floors in the Tower along w.r.t. to the no. of Customers .The Specifications for the Cable is Mentioned Below.

Riser Cable 12F :

Page 99: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

99

Riser Cable 24F :

Page 100: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

100

Fiber Distribution Management System (Wall-Mount FDMS): A FDMS

manages the fiber connections from outside of fiber rack to the fiber routers. Fiber cable duct containing many fibers come from far end sites and terminate on FMS using splicing technology. FMS has fiber in and fiber out ports.

Page 101: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

101

Optical Distribution Frame 96F/144F (ODF): An optical distribution Frame

(ODF) is a frame used to provide cable interconnections between communication facilities, which can integrate fiber splicing, fiber termination, Fiber optic adapters & connectors and cable connections together in a single unit

144 ODF:

Page 102: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

102

Specification and Standards

Fiber Access Termination Box (16F, 32F) Over View : The FAT-Box is a wall

Mounted or Pole Mounted fiber distribution box with or Without Splitter ,indoor or Outdoor application . The FAT- Box adopts ABS+PC Material. It Provides Function such as Direct Splicing,branching ,Straight through , Splitting and Fiber terminations.

Splice Area (32F):

Splitter Splice tray

TNL/FTTH/Spec-Ver-01-Nov-16

Drop cable ports Distribution cable ports

Page 103: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

103

SPECIFICATIONS

FOR

FIBRE MANAGEMENT SYSTEM

Document No: 002

ITI Limited / OFC-DS – 05-03-2020 - 01)

APPROVED NETWORK ITEM

Issued by:

Corporate Network planning team

Update Issue: 02, Dated: 5th

March 2020

Name Designation Date Signature

Prepared By:

Checked By:

Approved By:

Page 104: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

104

IMPORTANT

ALL RIGHTS RESERVED AND NO PARTS OF THIS

DOCUMENT

MAY BE REPRODUCED, STORED IN A RETRIEVAL SYSTEM, OR

TRANSMITTED, IN ANY MEANS, WITHOUT PERMISSION FROM

ITI Limited.

Page 105: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

105

SL NO CONTENTS

1 GENERAL REQUIREMENTS

2 OPERATIONAL REQUIREMENTS

3 MECHANICAL REQUIREMENTS

4 OPTICAL FIBRE SPLICING FIELD

5 PATCH PANEL SECTION

6 TESTS TO BE CONDUCTED

7 DIMENSIONS

8 QUALITY REQUIREMENTS

9 PACKING REQUIREMENTS

10 DRAWINGS

Page 106: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

106

1. SCOPE:

Fiber Management System shall provide management of large volume of Optical Fibers of a cable or number of cables in a consistent and in structured manner. It shall provide interface between the buried / aerial multiple fiber cable and optical equipment installed in the exchanges / repeater stations. It shall also provide facilities for reconfiguration, expansion and testing.

This document describes the generic requirements of Termination Box for Metal free and Armored Optical fiber Cable suitable for terminating armored and metal free optical fiber

cable coming from the line and connecting the optical fibers to the Pigtails by splicing. The

other end of the pigtails is to be terminated at fiber Distribution Frame. It shall also permit branching and re-routing fiber cables. It shall store extra length of pigtails and fibers

coming from the line for re-arranging in case the need arise.

2.0 GENERAL REQUIREMENTS :

2.1 The Fiber Management System (FMS) shall be manufactured as per the latest state of art technology and its construction should be robust & rigid for all conditions of operation adjustment, replacement, storage, if required customization as per site requirement and transport etc. also it should compile to meet TEC/GR/TX/OFJ/-

01/05/Nov -09. (5th Issue) or any other latest issue by TEC.

2.2 It should conform to Para 12 of BSNL QA document no. QM 333 (1990)—Specification for environmental testing of electronic equipment’s for transmission and switching use.

2.3 The Fiber Management System shall be supplied with 1.5 meter length of single

mode SC/APC pigtails having field diameter of 9 microns and secondary coating

(Nylon) thickness of 900 microns. The pigtail should be of very high quality

meeting the Insertion Loss requirement of less than 0.15 db per connector &

Return Loss of greater than 80 db with Tuned ferrule. The manufacturer shall use

special process called “Tuning of the Ferrule” to achieve consistence in random

mated results. I should meet IEC 61300-3-34 for Attenuation grade for return loss

grade must meet IEC 61300-3-6 for (mated).

2.4 The Fiber Arrangement System shall be interchangeable with in the access network environment. FMS shall be accessible for operation, testing and easy handling from both front and rear sides.

2.5 The FMS shall provide the front access to adaptors and to splice trays & pigtails. FMS shall able to work in saline atmosphere in coastal areas and should be protected against from corrosion.

2.6 A grounding fixture shall be provided to make metallic connection on the body of termination box for proper grounding.

Page 107: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

107

3.0 OPERATIONAL REQUIREMENTS :

The manufacturer shall guarantee the satisfactory performance of the equipment without

any degradation in performance up to at an altitude of 3,000 meters.

3.1 The FMS shall provide positive fiber management i.e. the facilities to carry out the

expansion, reconfiguration etc. without disturbing or effecting the existing fibers

already in use or inflicting any damage to pig tails, patch cords, optical fiber cables and

fiber splices during normal cable and element handling. The FMS shall be able to

accommodate all types of optical fiber cable structures adopting different construction

practices.

3.2 The FMS shall have sufficient provision for slack management for storing the extra length of optical fiber cables, optical fibers, pig tails and patch cords and shall not experience the bend below critical bend radius.

3.3 The provision shall be provided to hold the optical fiber cable along with the strength member. Identification mechanism of incoming and outgoing cables / loose tubes / pig tails / patch cords / fibers and connectors / adaptors shall be provided.

4.0 MECHANICAL REQUIREMENTS:

4.1 The FMS cabinet shall be manufactured with 1.2 mm for 1U, 2U and 3U, 4U is 1.6

mm thick CRCA steel, Zinc plated and powder coated. The thickness of the powder

coating should be in between 80 and 100 microns. Access from both front & rear sides

and provision for cable entry from left & right sides shall be provided.

4.2 The capacity of Adapter plate and Splice Tray shall be as per Cable loose tube

construction to facilitate easy identification & maintenance. (Example: For 4 fibers

per loose tube cable configuration, the FMS shall be provided with an adapter plate

capacity of 4 adapters per plate & 4 fibers per each splice tray).

5.0 OPTICAL FIBRE SPLICING FIELD:

5.1 The FMS shall be provided with Splice Trays mounted on the Telescopic with

front access.

5.2 The Pigtails shall be pre-assembled and routed through buffer tube before they enter splice tray. Splice tray shall hold buffer tube tightly. Proper minimum bend radius is ensured while routing 900 micron Pigtails. Manufacturer shall use ITI Limited Approved pigtails only.

5.3 Colored Transport tubes shall be provided to guide and protect the fibers from

termination point of the cable to the entry port of the cassette. The transport tube

shall be of non-kinking type shall not effect primary coated fibers. Colored

Transport tubes shall be used as per ITU color code standard.

Page 108: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

108

5.4 Proper Identification Marking shall be provided on pigtail connector end, loose

end and on buffer tube. Adapter plate capacity shall be as per cable loose tube

construction.

5.5 A system of cassettes or trays shall be provided to organize fibers on which the junctions and

extra length of fibers shall be placed after splicing. The trays shall be non-metallic, Gray

colored and shall be made with ABS material. The fiber organizer system shall be built in such

a way as to offer the facilities of its movement about a hinge similar to turning a page in a

book and it shall offer easy access to each tray such that working with fibers and splices in any

one of tray shall not disturb the traffic in the fibers on the other trays.

5.6 The splice holder provided shall be able to hold heat-shrinkable splices. The heat shrinkable sleeves shall be molded type and shall have characteristics of fungus and UV resistance.

5.7 Slots of the splice tray shall be able to fix the splice protection sleeves (Fusion

Type) in such a way that they will not shift or move inside the splice tray or come

into conflict with the fiber coils once fixed in a slot of the tray. The slots shall not

cause any stress or strain neither on slice protection sleeves nor on the optical

fibers. Provision shall be made to take any individual fibers out of the splice tray

for repair during normal operation without damaging the remaining fibers.

6.0 Fiber Management System:

6.1 Fiber Organizer

6.2 These blocks shall be used to organize fibers, splice etc and shall have following basic features:

i. Pre-assembled and pre-tested ii. Click on Sub assemblies (Snap fit) iii. Controlled organizer hinging

6.3 A system of cassette or trays shall be provided on which the splice and the extra length of fibers,

after splicing, shall be placed (fiber organization). Fiber organizer trays facilitate proper storage of

fiber and fiber splices. The tray design shall be such that fiber is stored securely and without

stresses so that it does not fall out of the tray when the tray is moved about its hinge.

6.4 The fiber Organizers (cassettes) system shall be built in such a way as to offer the

facilities of its movement about a hinge similar to turning a page in a book and its shall offer

easy access to each tray such that working with fibers and splices in any one of tray shall not

disturb the traffic in the fibers on the other trays. This shall ensure to splice all fibers of the

cables in predetermined order.

6.5 Size of the Cassette or tray:

I. Length 250mm (Minimum) II. Width 95mm(Minimum)

III. Capacity of splice tray ( Fiber organize)

Page 109: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

109

Type of cable Splice trays Fiber splice/tray

6fiber 1 6

12 fibers 2 6

24 fibers 4 6

48 fibers 4 12

96 fibers 4 24

6.6 The minimum bending diameter allowed for the fiber coils inside the splice trays shall be at least 70 mm.

6.7 Splice trays shall allow for coiling of fibers with primary (0.250 mm) and secondary (0.9 mm) coating.

6.8 Arrangement to hold 12 spliced protection sleeves in the splice tray shall be provided. Splice protection sleeves (heat-shrink type, up to 61±1 mm in length and up to 3mm in diameter) used for the protection of the splice shall meet the requirement as per TEC/GR/TX/OFJ/-01/05/Nov -09.

6.9 Note: The length of splice protection sleeves may be 61±1mm.

6.10 Slots on the splice tray shall be able to able to fix the splice protection sleeves in such a way that they will not shift or move inside the splice tray or come into conflict with the fiber coils once fixed in a slot to the tray. The slots shall not cause any stress or strain neither on splice protection sleeves nor on the optical fibers.

6.11 The fastening arrangement for entry of the fibers into the splice tray shall be suited to secondary

coated fibers and primary coated fibers in tubes, without there being any risk of bending loss

or damage to the fibers to the secondary tubes. The fastening arrangement shall allow unhindered moving of trays without inflicting any transient losses on the fibers on the trays being moved.

6.12 It shall be possible to hold the buffer tubes/pig tails and pigtails at the entry and exit point of the splice tray. No. PVC or adhesive tape is permitted to hold fiber and loose tube.

Page 110: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

110

6.13 It shall be possible to take any individual fiber out of the splice tray for repair during normal operation without damaging the remaining fibers.

6.14 Splice tray shall be fixed inside the termination box in such a way that it shall be impossible for them to be loosen once fixed or to shift or move in any way.

6.15 Each tray should have the capacity to store all the primary/secondary coated fibers from one tube and this shall not be less than twelve.

6.16 The optical fiber organizer shall provide storage space of slack fiber from the cables for realignment and rejoining. It shall possible to store 900 mm to 1500 mm of fibers and pigtails in each tray maintaining a minimum bend radius of 35 mm.

6.16 Splice trays shall be non-metallic made of ABS material (as per Annexure – II) and so designed that they shall not harm the fibers from sharp edges etc.

6.18 The Quantity of splice trays in the termination box shall be supplied as per the number of fibers in particular cables and to be supplied accordingly unless otherwise specified shall be possible to install additional trays without affecting the working fibers at a later date for up gradation in the field.

6.19 The suitable bend controls shall be provided to ensure proper guiding of pig tails.

3.3.1.18 the splice holder shall be able to hold heat – shrinkable splice protectors.

The manufacturer shall give the details of the protection sleeves to be used for the

protection of the splice. The heat – shrinkable splice protection sleeves shall be as

per the TEC GR no. G/PTS-01/02 APR 2006. The splice trays shall be absolutely

plain, and shall be free from any protruding moulding residual materials.

7.0 PATCH PANEL SECTION:

7.1 The FMS shall be provided with Adapter plates pre-mounted with SC–APC or as

per design requirement type of adaptors from 12 to 72 depending on the

requirement. The adaptors used shall be of Rectangle Flanged type and should

have Zirconia Ceramic material sleeve. The manufacturer shall use ITI Limited

Approved make adaptors only. The typical loss of adapters to meet the requirement

of less than +/-0.02 db.

7.2 The FMS shall be provided with a Telescopic type Route Matrix for marking route 7.3 & other critical details.

7.4 The Adapters shall be accessed from front and proper identification for adapter shall be provided. Necessary protection for the patch cord with Transparent Acrylic sheet shall be required for 3U and 4U.

8.0 TESTS TO BE CONDUCTED:

8.1 Physical Inspection: Fiber Management System shall be examined physically for

the workmanship and design. It shall be checked for any flaws, defects, cracks visible

to naked eye. Workmanship inside the FMS shall be inspected and routing of cables

shall also be checked. Dimensions of the Rack, patch cord, Pigtail, Adaptors & splice

trays assembly shall be inspected.

Page 111: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

111

8.2 Variation in Attenuation (Residual loss): This test shall be conducted to check

the effec of the use of fiber organizer and other arrangement on the transmission of

optical fibers in assembled condition. Attenuation of the un-looped fibers and after

arrangement on the tray and stabilization time of one hour shall be measured at

1550 nm. The change in attenuation shall be in the limits of ± 0.05 dB.

8.3 Vibration Test for Pigtail/Patch cord: This test shall be conducted in three planes

and two hours in each axis with a sweep of (10 – 30) Hz ± 2% at 1 octave ± 10%

per minute and

8.4 Sine sweep : (10 – 28) ± 1 Hz 0.1” (2.5 mm) Double amplitude

8.5 Sine sweep : (28 – 300) Hz ± 2% max. 4 g Acceleration

9 There shall be no visible flaws or defects after the test. Change in connection loss due to vibration should be < 0.05Db

10 (iii)Supplier should provide the 3rd party inspection report from competent authority.

11 Mechanical endurance test: The purpose of this test is to evaluate the effects of

12 Successive cycles of engagement & separation on a specific coupling mechanism, number of connections & disconnections shall be 1000 times.

13 Change in the attenuation shall not exceed the specified value i.e. 0.05 dB per connector.

14 Repeated Bending test for the Pigtail: 15 This test is conducted to check the ability of optical fiber connectorised cable to with

stand bending on 3mm Jacketing cable However the fiber make should be same make with 900 microns.

16 No of cycles: 1000

17 Speed: 10 cycles per minute

18 Load: NIL

19 Pully dia meter: 100mm

20 Change in the attenuation during and after the test shall be <0.05dB.

Standard Requirements

Sl Category Results 1 Insertion loss (IL) ≤ 0.15 dB 2 Insertion loss (IL) typical value ≤ 0.07 dB 3

Return loss (RL) ≥ 80 dB Typical ≥ 90 dB

4 Laser power, inserted ≤ 2 W IEC61300-2-14, 500h, 23° C

5 Sleeve Material

Ceramic preferred Or Zirconia Ceramic

6 Insertion Loss (IL) Delta 0.1 dB IEC61300-3-4

Page 112: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

112

Dimensions:

Parameter 12/24F 48F

1U X 450 MM X 300 2U X 450 MM X 300

Dimensions MM MM

96F 4U X 450 MM X 300 MM

Page 113: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 113 of 132

Above all with +/- 5% tolerance.

21. QUALITY REQUIREMENTS:

22 The Optical product shall be capable of meeting all the technical requirements mentioned in this standard along with Latest TEC ,IEC & Telechordia spec including if any amendments herein.

23 All the test procedures shall be as per latest TEC, IEC & Telechordia standards.

24 ITI Limited reserves the right to audit Supplier's quality assurance standard

procedures & to inspect all finished materials at Supplier's plant prior to shipment.

25 The Supplier must acknowledge that he is fully responsible for the quality of the equipment/Product being supplied.

26 In the event of not having the facilities for conducting the required performance tests, Supplier has to arrange Accredited third party laboratory testing and costs for such type of Testing shall be borne by the Supplier.

27 The raw materials used are to be from ITI Limited approved sources and by recognized qualification bodies and list / results are to be submitted.

28 The equipment shall be manufactured as per the guidelines given in the respective

Quality manuals / Quality Plan of the manufacturer.

29 The material will be inspected by ITI Limited QA representatives in

Supplier premises as on when requirement bases.

30 ITI Limited, reserves the right to audit Supplier's quality system procedure & to inspect all finished materials at Supplier's premises prior to shipment. So, supplier has to inform ITI Limited - QA well in advance.

31 All routine/ process environmental tests conducted are to be copied to ITI Limited QA prior to shipment. However each shipment shall accompany the final test report of the product.

32 PACKING REQUIREMENTS:

The Fiber Management System shall be wrapped with a polythene cover and shall be packed in a carton box with sufficient packing of thermo Cole in all the sides. This box shall be packed in a wooden crate to provide adequate protection during transportation.

33. DRAWINGS: This was mandatory requirement the vendor has to attach the

finalized and agreed drawings duly signed by both the vendor and ITI Limited

Authorities.

END OF SPECIFICATION

Page 114: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 114 of 132

ANNEXURE-II

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE

(On non – judicial stamp paper of value not less than 100 /-)

The non-judicial stamp paper should be in the name of

issuing bank

Ref. Bank Guarantee No.

Date. ..................... 20 .

The Dy. General Manager (A) NS Unit, ITI Limited East Wing Dooravaninagar, Bengaluru - 560 016.

Dear Sirs,

In consideration of the ITI Limited, (herein after referred to as ‘ITI’ which expression

shall unless repugnant to the Context or meaning thereof include its successors,

administrators and assigns) having awarded to

M/s. with its Registered/Head office at

(here in after referred to as the 'Project Implementation

Agency' (PIA) which expression shall unless repugnant to the context or meaning

thereof, include its successors, administrators, executors and assigns), a LoI dated

and the same having been unequivocally accepted by

the PIA resulting in a "LoI"

bearing No. dated valued at

Page 115: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 115 of 132

for (Scope of LoI) and the PIP

having agreed to provide a performance guarantee for the faithful performance of the

entire LoI equivalent to -----% (-------- percent) of the said value of the LoI to the company.

We having

(Name and Address)

its Head Office at (hereinafter referred to as the `Bank', which

expression shall, unless repugnant to the context or meaning thereof, include its successors,

administrators, executors and assigns) do hereby guarantee and undertake to pay ITI, on

demand any and all monies payable by the PIA to the extent of

as aforesaid at any time up to

(days/month/year) without any demur, reservation,

recourse or protest and/or without any reference to the PIA Any such demand

made by the ITI on the Bank shall be conclusive and binding not withstanding any difference

between ITI and the PIP or any dispute pending before any court, tribunal or any

other authority .The Bank undertakes not to revoke this guarantee during its currency

without previous consent of the ITI and further agrees that the guarantee herein contained

shall continue to be enforceable till the ITI discharges this guarantee.

The ITI shall have the fullest liberty without affecting in any way the liability of the Bank

under this guarantee from time to time to extend the time for performance of the contract by

the PIP. The ITI shall have the fullest liberty, without affecting this guarantee, to

postpone from time to time the exercise of any powers, vested in them or of any right which

they might have against the PIP, and to exercise the same any time in any manner,

and either to enforce or to for bear to enforce any covenants, contained or implied, in the

contract between the ITI or any other course of or remedy or security available to the ITI.

The Bank shall not be released of its obligations under these presents by any exercise by

the ITI of its liberty with reference to the matters aforesaid or any of them or by reason of

any other acts of omission or commission on the part of the ITI or any other indulgence

shown by the ITI or by any other matters or thing whatsoever which under law would, but for

this provision, have the effect of relieving the Bank.

The Bank also agrees that the ITI at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance without proceeding against the

PIP and not withstanding any security or other guarantee that the ITI.

have in relation the PIP's liabilities.

Notwithstanding anything contained here in above our liability under this guarantee is restricted

to and it shall remain in force upto and including

* * and shall be extended from time to time for such period (not

exceeding one year), as may be desired by M/s. whose behalf

this guarantee has been given.

Dated this day of 202 at

Page 116: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 116 of 132

.

WITNESS

-------------------------

Signature ---------------

Signature (Name)

-------------------------------------- (Name)------------------

Official address

--------------------------------------------Designation with Bank stamp

Attorney as per power of Attorney

No. -----------------------

Dated ----------------------------

Page 117: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 117 of 132

Annexure-III

(FORMAT FOR THE BID SECURITY/ EMD)

(To be typed on Rs.100/- non-judicial stamp paper) To

ITI Limited, Dooravaninagar, Bangalore-560016.

Sub: Bid Security/EMD guarantee.

Whereas ............................................... (herein after referred to as Bidder) has approached

us for Giving Bank Guarantee of Rs./-(Rupees Only) (here after known as the“ B.G.

Amount”) valid up to ………. (hereafter known as the “Validity date”) in favour of ITI

Limited, Bangalore Herein after referred to as ITI) for participation in the tender of work

of………………..…Now at the request of the Bidder, We Bank

…………………………Branch having ………………………………………… ……….

.……………………………………. (Address) and Regd. office address as ………

………...……………………………………………………………………… ………

……… …………… (Hereinafter called ‘the Bank’) agrees to give this guarantee as

hereinafter contained:

1. We the Bank do hereby undertake to pay the amounts due and payable under this guarantee

without any demur, merely on a demand from the ITI stating that the amount claimed is due by way

of loss or damage caused to or would because door suffered by the ITI by reason of breach by the

said BIDDER of any of terms or conditions contained in the said Agreement or by reason of the

BIDDER failure to perform the said Agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the Bank under this guarantee where the

decision of the ITI in these counts shall be final and binding on the bank. However, our liability

under this guarantee shall be restricted to an amount not exceeding the “B.G. Amount”.

2. We undertake to pay to the ITI any money so demanded not withstanding any dispute or

disputes raised by the BIDDER in any suit or proceeding before any court or tribunal relating

thereto our liability under this present being absolute and unequivocal. The Payment so made by us

under this bond shall be valid discharge of our liability for payment there under and the BIDDER

shall have no claim against us for making such payment.

3. We the Bank further agree that the guarantee herein contained shall remain in full force and

effect during the period that would be taken for the performance of the said agreement and that it

shall continue to been forceable till all the dues of the ITI under or by virtue of the said Agreement

have been fully paid and its claims satisfied or discharged or till ITI certifies that the terms and

conditions of the said Agreement have been fully and properly carried out by the said BIDDER and

accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us

in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all

liability under this guarantee thereafter.

4. We the Bank further agree with the ITI that the ITI shall have the fullest liberty without our

consent and without affecting in any manner our obligations hereunder to vary any of the terms and

Page 118: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 118 of 132

conditions of the said Agreement or to extend time of performance by the said BIDDER from time

to time or to postpone for any time or from time to time any of the powers exercisable by the ITI

against the said BIDDER and to for bear or enforce any of the terms and conditions relating to the

said agreement and we shall not be relieved from our liability by reason of any such variation, or

extension being granted to the said BIDDER or for any forbearance, act or omission on the part of

the ITI or any indulgence by the ITI to the said BIDDER or by any such matter or thing whatsoever

which under the law relating to sureties would, but for this provision, have effect of so relieving us.

5. Notwithstanding anything here in contained;

(a) The liability of the Bank under this guarantee is restricted to the “B. G. Amount” and it will

remain in force up to its Validity date specified above.

(b) The guarantee shall stand completely discharged and all rights of the ITI under this Guarantee

shall be extinguished if no claim or demand is made on us in writing on or before its validity date.

6. In case ITI demands for any money under this bank guarantee, the same shall be paid through

banker’s Cheque in favour of “ITI Limited, Bangalore” payable at Bangalore.

7. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank

have authority to give this guarantee under its delegated power.

Notwithstanding anything contained herein: 1. Our liability under this Bank Guarantee shall not Rs. /- (Rupees Only)

2. This Bank Guarantee shall be valid up to…..

3. We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only if

you serve upon us a written claim or demand on or before……………

(date of expiry of guarantee)

Place: ……………………………

Date:………………………….. (Signature of the Bank Officer)

Rubber stamp of the bank

Authorized Power of Attorney Number: Name of the Bank officer:

Designation:

Complete Postal address of Bank: Telephone Numbers.

Fax numbers

Page 119: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 119 of 132

Annexure-IV

Non-Disclosure Agreement (Between M/s ………. & ITI Ltd )

This Agreement is made between:

xxxxx, a Company incorporated under the Companies Act, 1956, having its Registered Office at

……………………………………………, CIN No - …………………………….. (hereinafter

referred to as “XXX” which shall include its successors and permitted assigns, herein after referred

to as IP);

and

ITI Limited, a Company incorporated under the Companies Act, 1956 having its Registered &

Corporate Office at ITI Bhavan, Dooravaninagar Bangalore - 560016, INDIA, CIN No:

L32202KA1950GOI000640 (hereinafter referred to as “ITI” which shall include its successors and

permitted assigns).

xxxxxxxxxxxxx and ITI are hereinafter also referred to individually as “Party” and collectively as

“Parties”.

Background:

The Parties are evaluating and negotiating a potential contractual relationship, subject to mutually

agreed definitive agreement, as per Tender No. ---------------due on ……. issued by ITI Limited for

“……………………………………………………………………………………………” (the

"Project").

(A) XXX may in these evaluations and negotiations disclose certain Confidential Information (as

defined below) to Company;

(B) The Parties agree that the disclosure and use of Confidential Information is to be made on the

terms of this Agreement.

The Parties agree as follows:

1 Definitions

In this Agreement, the following definitions apply:

"Affiliate" means, at the time of disclosure of any Confidential Information, any legal entity that

directly or indirectly controls, is controlled by, or under common control with, a Party.

"Agreement" means this Non-Disclosure Agreement, as amended from time to time under Section

8.

"Confidential Information" means any information that is disclosed or made available in any form

by XXX to Company, or that Company has gained knowledge from XXX as a result of this

Agreement, but only if:

(a) such information is disclosed by XXX in writing, it is marked as confidential on disclosure;

(b) such information is disclosed by XXX orally, it is identified as confidential on disclosure;

(c) such information is disclosed in any other manner, it is designated in writing as confidential on

disclosure; or

(d) the nature of such information otherwise makes it clear that it is confidential;

but excludes information that:

(e) is or becomes publicly available, except by an act or omission of Company,

Page 120: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 120 of 132

(f) is demonstrably developed at any time by Company without use of such information, or

(g) is lawfully obtained at any time by Company from a third party without restrictions in its

disclosure or use.

"Project" means the project defined under (A) in "Background".

"Purpose" means the evaluations and negotiations of a contractual relationship between the Parties

for the Project.

2 Non-disclosure of Confidential Information

2.1 Subject to Section 4, Company must not disclose Confidential Information to any third party.

2.2 Company is liable for:

2.2.1 its loss or its unauthorized disclosure of Confidential Information, and

2.2.2 any loss or unauthorized disclosure of Confidential Information by any person that

Company may disclose and has disclosed Confidential Information to under this Agreement.

2.3 But Company is not liable under Section 2.2 if both of the following conditions are fulfilled:

2.3.1 Company has used the same degree of care in safeguarding the Confidential Information as

it uses for its own similar confidential information, but not less than a reasonable degree of care;

and

2.3.2 Company notifies XXX immediately after it becomes aware of such inadvertent or

unauthorized disclosure and takes reasonable measures to mitigate the effects of such disclosure and

to prevent any further disclosure.

3 Use of Confidential Information

3.1 Company shall only use the Confidential Information for the Purpose.

3.2 The Confidential Information is provided “as is” without warranty of any kind and will remain

the property of XXX.

3.3 Nothing in this Agreement assigns or transfers XXX’s intellectual property rights in any

Confidential Information to Company.

4 Permitted Disclosure of Confidential Information

4.1 Company may only disclose Confidential Information to its employee, consultant or Affiliate if

the disclosure is necessary for the Purpose.

4.2 Company may disclose Confidential Information to its Affiliate or consultant, and the Affiliate

or the consultant is entitled to use the Confidential Information, but only if:

4.2.1 the Affiliate or consultant uses the Confidential Information to the same extent as Company

may under this Agreement; and

4.2.2 Company undertakes that any Affiliate or consultant that receives Confidential Information

will comply with this Agreement or with separate confidentiality obligations as restrictive as this

Agreement.

4.3 Subject to 4.2, Company may disclose Confidential Information to any other third party, but

only if:

4.3.1 XXX consents in writing before disclosure; and

4.3.2 Company undertakes that any such third party that receives Confidential Information will

comply with this Agreement or confidentiality obligations as restrictive as this Agreement.

4.4 Company may disclose Confidential Information if:

4.4.1 such disclosure is in response to a valid order of a court or any other governmental body

having jurisdiction over this Agreement, or

Page 121: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 121 of 132

4.4.2 such disclosure is otherwise required by law or the rules of any stock exchange on which

the shares or other securities of either party or its Affiliates are listed,

but only if (to the extent possible) Company has first given prior written notice to XXX and made

reasonable efforts to protect the Confidential Information on such disclosure.

5 Copying and return of furnished instruments

5.1 Company may not copy any instruments furnished by XXX and containing Confidential

Information, unless and to the extent necessary for the Purpose.

5.2 Any models, computer programs, documents and other instruments containing Confidential

Information remain XXX's property. Company shall at its own cost return or destroy any such

instruments or its copies at XXX's request.

6 Non-disclosure of negotiations

Subject to Section 4, neither Party may disclose to any third party the fact that the parties are

evaluating and discussing the Project, without the other Party’s consent. This undertaking survives

the termination of this Agreement.

7 Term and termination

7.1 This Agreement comes into force on the day that both Parties duly sign it. But this Agreement

applies to any Confidential Information that may have been disclosed before this time in connection

with the Purpose.

7.2 This Agreement terminates Five (5) years after the date both Parties signed it or earlier, if it is

superseded by stipulations of any future agreement between the Parties for the Project or if the

Parties decide to end the Project. Notwithstanding the above, the rights and obligations set forth in

this Agreement which have accrued prior to termination shall survive the termination or earlier

expiration of this Agreement for a period of five (5) years.

8 Amendments

This Agreement may only be amended or modified by written agreement between the Parties.

9 Governing law and arbitration

10 ARBITRATION

10.1 The Parties shall make best efforts to settle any/all disputes amicably within 30 days of

communications thereof.

10.2 All disputes or differences whatsoever, arising out of this NDA including the interpretation

of any provisions shall be settled by arbitration in accordance with the provisions of Indian

Arbitration and Conciliation Act, 1996. The Arbitration panel contains three Arbitrators, one to be

appointed by the ITI and the other by XXX and the third Arbitrator shall be appointed by

Arbitrators appointed as above. The decision of the Arbitrators will be binding on all the Parties to

this NDA. The language of the Arbitration Proceedings shall be English. The place of Arbitration

Proceedings shall be Bangalore, India.

10.3 The above clauses on Arbitration shall survive for three (03) years even after the

expiry/termination of NDA.

10.4 It is expressly understood and agreed by and between XXX and ITI that ITI is entering into

this NDA solely on its own behalf and not on behalf of any other person or entity. In particular, it is

expressly understood and agreed between the Parties that the Government of India is not a party to

this NDA and has no liabilities, obligations or rights hereunder. It is hereby expressly understood

and agreed that ITI is an independent legal entity with power and authority to enter into contracts

solely on its own behalf under the applicable Laws of India and general principles of Contract Law.

Page 122: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 122 of 132

ITI represents and XXX expressly agree, acknowledge and understand that ITI is not an agent,

representative or delegate of the Government of India. It is further understood and agreed between

the Parties that the Government of India is not and shall not be liable for any acts, omissions,

commissions, breaches or other wrongs arising out of the contract. Accordingly, XXX hereby

expressly waive, release and forego any and all actions or claims, including cross claims, impleader

claims or counter claims against the Government of India arising out of this contract and covenants

not to sue the Government of India as to any manner, claim, cause of action or thing whatsoever

arising of or under this NDA.

The Parties have signed two identical copies of this Agreement and have taken one copy each.

For and on behalf of For and on behalf of

ITI Limited XXXXXX

(Authorized Signatory) (Authorized Signatory)

Name: Name:

Designation: Designation:

Page 123: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 123 of 132

Annexure-V

PRE-CONTRACT INTEGRITY PACT

GENERAL

This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of

………….... the month of ……..., between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore

– 560016, India, (hereinafter called the "ITI", which expression shall mean and include, unless the

context otherwise requires, his successors in office and assigns) of the First Part and M/s

…………….……. (address of the intending bidder) (hereinafter called the "Bidder " which

expression shall mean and include, unless the context otherwise requires, his successors and

permitted assigns) of the Second Part.

WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment

of technology partner for a technical tie-up with ITI for the marketing/manufacturing of

………………. ….. (name of the product) and the IP is willing to participate in the EoI as per the

terms and conditions mentioned thereon;

WHEREAS the IP is a private company/public company/Government undertaking/partnership

company (strike off whichever is not applicable), constituted in accordance with the relevant law in

the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of

Communications & IT, Government of India.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and

free from any influence/prejudiced dealings prior to, during and subsequent to the

currency of the contract to be entered into with a view to: -

Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of

…. (name of the product) through the EoI in a transparent and corruption free manner, and

Enabling IPs to abstain from bribing or Indulging in any corrupt practice in order to secure the

contract by providing assurance to them that their competitors will also abstain from bribing and

other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its

officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as

follows:

1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with

the contract, will demand, take a promise for or accept, directly or through intermediaries,

any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any

other advantage from the IP, either for themselves or for any person, 'organization or third

party related to the contract in exchange for an advantage in the bidding process, bid

evaluation, contracting or implementation process related to the contract.

Page 124: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 124 of 132

1.2 The BUYER will during the pre-contract stage, treat all IPs alike, and will provide to all IPs

the same information and will not provide any such information to any particular IP which

could afford an advantage to that particular IP in comparison to other IPs.

1.3 All the officials of the BUYER will report to the appropriate Government

office any attempted or completed breaches of the above commitments as well as any

substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is reported by the IP to

the BUYER with full and verifiable facts and the same is prima facie found to be correct by

the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including

criminal proceedings may be initiated by the BUYER and such a person shall be debarred

from further dealings related to the contract process. In such a case while an enquiry is being

conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of IP

3.1 The IP commits itself to take all measures necessary to prevent corrupt practices, unfair

means and illegal activities during any stage of its bid or during any pre-contract or post-

contract stage in order to secure the contract or in furtherance to secure it and in particular

commit itself to the following: -

a) The IP will not offer, directly or through intermediaries, any bribe, gift, consideration,

reward, favour, any material or immaterial benefit or other advantage, commission,

fees, brokerage or inducement to any official of the BUYER, connected directly or

indirectly with the bidding process, or to any person, organization or third party related

to the contract in exchange for any advantage in the bidding, evaluation, contracting

and implementation of the contract.

b) The IP further undertakes that it has not given, offered or promised to give, directly or

indirectly any bribe, gift, consideration, reward, favour, any material or immaterial

benefit or other advantage, commission, fees, brokerage or inducement to any official

of the BUYER or otherwise in procuring the Contract or forbearing to do or having

done any act in relation to the obtaining or, execution of the contract or any other

contract with the Government for showing or forbearing to show favour or disfavor to

any person in relation to the contract or any other contract with the Government.

c) IPs shall disclose the name and address of agents and representatives and Indian IPs

shall disclose their foreign principals or associates.

d) IPs shall disclose the payments to be made by them to agents/ brokers or any other

intermediary, in connection with this bid/contract.

e) The IP further confirms and declares to the BUYER that the IP is the original

manufacturer/ integrator and has not engaged any individual or firm or company

whether Indian or foreign to intercede, facilitate or in any way to recommend to the

BUYER or any of its functionaries, whether officially or unofficially to the award of

the contract to the IP, nor has any amount been paid, promised or intended to be paid

to any such individual, firm or company in respect of any such, intercession,

facilitation or recommendation.

Page 125: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 125 of 132

f) The IP either while presenting the bid or during pre-contract negotiations or before

signing the contract, shall 'disclose any payments he has made, is committed to or

intends to make to officials of the BUYER or their· family members, agents, brokers

or any other intermediaries in connection with the contract and the details of services

agreed upon for such payments.

g) The IP will not collude with other parties interested in the contract to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting

and implementation of the contract.

h) The IP will not accept any advantage in exchange for any corrupt practice, unfair

means and illegal activities.

i) The IP shall not use improperly, for purposes of competition or personal gain, or pass

on to others, any information provided by the BUYER as part of the business

relationship, regarding plans, technical proposals and business details, including

information contained in any electronic data carrier. The IP also undertakes to exercise

due and adequate care lest any such information is divulged.

j) The IP commits to refrain from giving any complaint directly or through any other

manner without supporting it with full and verifiable facts.

k) The IP shall not instigate or cause to instigate any third person to commit any of the

actions mentioned above.

l) If the IP or any employee of the IP or any person acting on behalf of the IP, either

directly or indirectly, is a relative of any of the officers of the BUYER, or

alternatively, if any relative of an officer of the BUYER has financial interest/stake in

the IP's firm, the same shall be disclosed by the IP at the time of filing of tender. The

term 'relative' for this purpose would be as defined in Section 6 of the Companies Act

1956.

m) The IP shall not lend to or borrow any money from or enter into any monetary dealings

or transactions, directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The IP declares that no previous transgression occurred in the last three years immediately

before signing of this Integrity Pact, with any other company in any country in respect of any

'corrupt practices envisaged hereunder or with any Public-Sector Enterprise in India or any

Government Department in India that could justify IP's exclusion from the tender process.

4.2 The IP agrees that if it makes incorrect statement on this subject, IP can be disqualified from

the tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the IP or anyone employed by it or acting on its

behalf (whether with or without the knowledge of the IP) shall entitle the BUYER to take all

or any one of the following actions, wherever required: -

Page 126: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 126 of 132

a) To immediately call off the pre-contract negotiations without assigning any reason or

giving any compensation to the IP. However, the proceedings with the other IP(s)

would continue.

b) To immediately cancel the contract, if already signed, without giving any

compensation to the IP.

c) To cancel all or any other Contracts with the IP. The IP shall be liable to pay

compensation for any loss or damage to the BUYER resulting from such

cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the IP(s) to any middleman or

agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the

Commission by the IP or anyone employed by it or acting on its behalf (whether with or

without the knowledge of the IP), of an offence as defined in Chapter IX of the Indian Penal

code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention

of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been

committed by the IP shall be final and conclusive on the IP. However, the IP can approach

the Independent Monitor(s) appointed for the purposes of this Pact.

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact

in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to

what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and

perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to

the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so

inform the Authority designated by the BUYER.

6.6 The IP(s) accept(s) that the Monitor has the right to access without restriction to all Project

documentation of the BUYER including that provided by the IP. The IP will also grant the

Monitor, upon his request and demonstration of a valid interest, unrestricted and

unconditional access to his project documentation. The Monitor shall be under contractual

obligation to treat the information and documents of the IP with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual

relations between the parties. The parties will offer to the Monitor the option to participate in

such meetings.

Page 127: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 127 of 132

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to

10 weeks from the date of reference or intimation to him by the BUYER I IP and, should the

occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of

commission, the BUYER or its agencies shall be entitled to examine all the documents

including the Books of Accounts of the IP and the IP shall provide necessary information and

documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the

BUYER.

9 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action

that may follow in accordance with the provisions of the extant law in force relating to any

civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the

contract period with the BUYER in case a contract is signed. In case IP is unsuccessful, this

Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact

shall remain valid. In this case, the parties will strive to come to an agreement to their

original intentions.

11 The parties hereby sign this Integrity Pact.

BUYER IP

Name of the Officer. CHIEF EXECUTIVE OFFICER

Designation M/s …. (address)

ITI Limited (address)

Place: Place:

Date: Date:

Witness:

1. ……….. 1. …………

2. ……….. 2. ………….

Page 128: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 128 of 132

Annexure-VI

Declaration that the Bidder has not been blacklisted/debarred

(To be submitted on Non-Judicial Stamp Paper of Rs. 100/- duly notarized)

Place: Date: To, <name and address> Ref: Tender Notification no dated Subject: Declaration of Bidder being not blacklisted Dear Sir, It is certified that our firm/company or any of our entity is not black listed/Debarred from doing business or put on holiday list etc by any Govt. Organization / PSUs for any reason. However, if we fail to complete the awarded work / fulfill the Tender conditions or if any of the information submitted by our company or its employee or associate, proves to be false, ITI Ltd shall be free to take action / black list our firm / company notwithstanding of taking any other legal action.” Place : Date : Bidder’s Company Seal : Authorized Signatory’s Signature : Authorized Signatory’s Name and Designation:

Page 129: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Read, understood and complied with Signature of the Bidder Page 129 of 132

<Lead Bidder's Name>

<Details containing registered office and

correspondence address>

<Consortium Partner >

<Details containing registered office and

correspondence address>

Annexure-VII

(Consortium Agreement and irrevocable undertaking in case of bid by a consortium)

Consortium Agreement

(on non-judicial stamp paper of minimum of INR 100/-)

In compliance to the Tender ........ a consortium has been formed on <Date> between <Bidder's

Name> and technology provider to meet eligibility criteria specified in the Tender under

reference and provide solutions/services as per the Tender.

It has been agreed with the consortium members that <lead Bidder's Name> is designated to

submit the Bid on behalf of this consortium and henceforth is called as lead Bidder. It is also

confirmed that both the members of the said consortium meet the eligibility conditions as

applicable and have authorized lead bidder by way of duly executed power of attorney in his

favour to act on their behalf.

It has also been agreed that in its capacity as lead Bidder, <Bidder's Name> will interact with

ITI for all obligations; however both the members of consortium shall be jointly and severally

responsible for the execution of the project.

The details of Lead Bidder and consortium partner in the consortium are as under:-

IN WITNESS WHEREOF the parties have caused this AGREEMENT to be executed by their

duly authorized officers as of the day first above written

For <Lead Bidder's Name> For <Consortium Partner >

Signature of Authorized Signatory Signature of Authorized Signatory

Name:- Name:-

Designation:- Designation:-

Contact Phone:- Contact Phone:-

Email-ID:- Email-ID:-

Date:- Date:-

Witness-1 Witness-1

Signature:- Signature:-

Name:- Name:-

Designation:- Designation:-

Contact Phone:- Contact Phone:-

Email-ID:- Email-ID:-

Date:- Date:-

Witness-2 Witness-2

Signature:- Signature:-

Name:- Name:-

Designation:- Designation:-

Contact Phone:- Contact Phone:-

Email-ID:- Email-ID:-

Date:- Date:-

Page 130: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Page 130 Signature of the bidder

TENDER Ref: i ssued on

PROFORMA FOR

Irrevocable Undertaking by lead bidder and its consortium partner

This is to certify that we, M/s (Name &full address) as the Lead Bidder of this Tender and our

consortium partner, M/s………………………………….. (Name & full address) both shall be

liable for due performance of the contract jointly and severally, failing which both of us shall be

liable to be barred from having any business dealing with ITI for a period of 3(three) years and

PBG/BG may be forfeited.

Signature:

Name in Block letters :

Status: Director/Manager/Partner/

Proprietor of the Company

[ on behalf of the Lead bidder ]

Signature:

Name in Block letters:

Status: Director/Manager/Partner/

Proprietor of the Company

[ on behalf of consortium partner]

Note: Attach detailed roles and responsibilities of the members of consortium

Page 131: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Page 131 Signature of the bidder

Annexure-VIII

FINANCIAL BID

Name of Area Bid For: ORRISSA

The bidders are to quote the price against All the Service Items General or Allied.

GST shall be extra, payable at the prescribed rate against the GST invoice.

.

(I). GENERAL SERVICE ITEMS:

(II). ALLIED SERVICE ITEMS (on need basis):

(Note: The mention of A(i), from General Service Items at (I) above, mentioned in allied item’s table

(II) would mean the numbers appearing in respective cell and is being used to arrive at the weighed

value for comparative bid assessment).

Name of Area Bid For: Intercity

Routes/State

Orrissa

I.

Service Items for

Execution (Complete

Work as per SoW &

Specs)

Qty

(KMs)

Quoted Rates Per KM (Rs) Itemized Bid Value

(Qty x Rates) In Figures in Words

A B B AxB

(i) Intercity Transport

Underground

450

TOTAL, Itemized Bid Value, for General Service Items (X)

II. Allied Service Items

Unit Quote

Rates

(Rs.) per

Unit

Quoted

Rates

(Rs.) per

Unit

Weighted Value for Bid

Evaluation (Y)

(i) Additional Cable Blowing KM E1 [{A(i)}*0.01]*E1

(ii) Restoration PCC 1:2:4 Cubic

Mtr E2

10*E2

(iii) Removal & Fixing of

Interlocking Tiles

Sq. Mtr E3

1000*E3

(iv) Supply & Fixing of

Interlocking Tiles.

Sq. Mtr E4

500*E4

Extra Items if Required, above the numbers mentioned in BoQ

(v) Chamber supply &

installation as per design

Per

Piece E5

[{A(i)}*0.25]*E5

vi) Splicing and Termination

Activity

Per 100

Splice E6

[{A(i)}*0.5]*E6

Page 132: TENDER FOR SELECTION OF PROJECT ......customer. Scope of Work (SoW) is mentioned in this document in general and in specific. 1.3 Scope of work: The general scope of work would include

AN

Page 132 Signature of the bidder

OVERALL WEIGHTED BID PRICE FOR AN INTERCITY ROUTES: X+Y

(IMPORTANT: The Quantities and Weights applied to quoted bid prices are only indicative and

assumptive to assess the comparative ranking and NOT to be taken as actual quantitative values of items

of work).