Professional Documents
Culture Documents
17.05.2024 PMA Tender MP UPE UPW
17.05.2024 PMA Tender MP UPE UPW
17.05.2024 PMA Tender MP UPE UPW
Bid Document
for
Page 1 of 212
BHARATSANCHARNIGAMLIMITED
(A Government of India Enterprise)
MM Cell BSNL Corporate office, 2 n d Floor, Bharat Sanchar Bhawan, Janpath,
New Delhi -110 001.
Sub: E-Tender for engagement of agencies for Planned maintenance work of OFC
of Bharatnet Phase-I & Phase-II on contract basis
If interested, kindly submit your bid offers online on or before date & time specified in Clause 6 of
detailed NIT.
AGM (MMT)
Registered Office: Bharat Sanchar Bhawan, Harish Chandra Mathura Lane, Janpath, New Delhi-110001
Corporate Identity Number (CIN) : U74899DL2000GOI107739 Website: www.bsnl.co.in
Page 2 of 212
SECTION 1
DETAILED NOTICE INVITING TENDER (DNIT)
1. On behalf of the Chairman and Managing Director, BSNL , New Delhi, online sealed
tenders, on rupee payment basis, are invited in two bid ( Technical & Financial)
system, for engagement of agencies from registered firms in India for Planned
Maintenance work of OFC of BharatNet Phase-I & Phase-II in the States as detailed
below, on contract basis, subject to variation depending upon the actual requirement
of BSNL for 1 (one) year, extendable up to 1 (one) more year on Annual basis subject
to performance assessment by BSNL. The work consists of Route Survey for
finalization of OFC routes (Underground) to be replaced, Localization of end points,
Procurement of PLB HDPE Duct, OFC & accessories, Trenching, OFC laying, E2E
testing, commissioning and GIS Mapping of OFC Routes as per the TEC-GR and
Engineering Instructions (As mentioned in Section 3-A&B) for faults/damages in the
OFC of BharatNet Phase-I & Phase-II and/or replacement of Lossy OFC of
BSNL/RailTel/PGCIL used in BharatNet Phase-I and/or laying of OFC for extending
the connectivity in new buildings in the GPs. The agencies successful in this tender
enquiry will be called as Planned Maintenance Agencies (PMAs). The entire Route
after making available the required Optical Power at the ONT end shall be made over
to the O&M agency called Fibre Maintenance Agency (FMA) in the respective Circles.
TABLE-A
Note-1: The PMI-MII 2017 orders along with all its amendments and revisions as per
Page 3 of 212
DPIIT & DOT, Govt. of India Guidelines with latest amendments, if any, shall be
applicable for this tender.
Note -2: Separate EMDs are preferred, but a combined EMD covering all packages and
clearly including the liabilities of all packages may also be accepted. However such
EMBG shall be released only after completion of the entire process up to issue of APO
before these can be released, if the vender is considered for award of work in any of the
packages.
BSNL Bank/Beneficiary Details for e-Payment transaction (Applicable both for Tender
Fee/EMD/ issuance of EMBG):
Beneficiary Name : A.O. (Cash) Bharat Sanchar Nigam Ltd.
Name of Bank : Punjab National Bank
Name of Branch : ECE House K.G. Marg New Delhi 110001
IFSC Code : PUNB0112000
Bank A/c No. : 1120002102306372
MICR Code : 110024043
2.2 (MSE (Micro & Small Enterprise) bidders are exempted from payment of Tender
Fee/Bid Security (if exemption from tender fee/ EMD is claimed by them) provided they
submit current and valid Udyam Registration Certificate issued from the Ministry of
MSME for the tendered items manufactured/produced by MSE bidder and/or
tendered services rendered by MSE bidder, themselves. These exemptions are
NOT APPLICABLE for Medium Scale Units/ Traders/ Distributors/ Sole agent/ Works
Contract. However, in case of graduation (from a lower to a higher category e.g.
Page 4 of 212
Micro/Small to Medium) or reverse-graduation (sliding down to lower category e.g.
Medium to Micro/Small) of an enterprise and consequent re-classification in its present
category, the enterprise will be given the non-tax benefit of the changed status only as
per the latest guidelines issued by the Ministry of MSME, Government of India. [For
details Notification Dated 26th June 2020 and its subsequent Amendment Dated 18 th
October 2022 issued by the MINISTRY OF MICRO, SMALL AND MEDIUM
ENTERPRISES may be referred.]
2.3 Declaration of Udyam registration by MSE bidders on CPPP is mandatory, failing
which such MSE bidders will not be able to avail the benefits under the Public
Procurement policy for MSEs order 2012 for Tenders invited electronically through
CPPP. A Self-declaration by the Authorized Signatory of the bidder, claiming to be
under preferential bidder category (Make in India / Micro or Small Enterprise) on
Company’s Letter head, stating that the bidder is registered/ updated on CPP Portal
under preferential bidder category (Make in India / Micro or Small Enterprise) and
participating for the Tender Enquiry No. BSNL/BNO&M/PMA/T-796/2024 issued on
24.05.2024. Under preferential category (Make in India /Micro or small), shall be
submitted.
2.4 Bidders are advised to see the BSNL tender site
http://tender.bsnl.co.in/bsnltenders/bsnltender/tender_live_view_main.jsp and Central
Public Procurement portal (etenders.gov.in) by NIC, for updates on any
amendment/clarification/corrigendum and the bids are to be submitted online on
Central Public Procurement Portal.
3. E-Tendering Process
BSNL has decided to use the e-Tendering Process for inviting Bids for this Tender and
thus the physical copy of the Tender would not be available for sale. The special
instructions to Bidders for e-Tendering is provided in Section4-Part C of this Tender.
4. Eligibility Criteria:
4.1 In order to qualify as a Bidder, a prospective bidder shall fulfill the following
eligibility Criteria and submit necessary documentary proof, duly signed by
authorized signatory, to establish the same:
Page 5 of 212
annual turnover of as indicated in Accountant shall be accepted.
column (iv) of Table A of NIT as e) Certificate from the Statutory Auditor/
per the Note-3 for the three (3) Company Secretary/ Chartered
audited financial years (2021-22, Accountant on turnover details for the
2022-23, and 2023-24). last three (3) financial years (2021-22,
Note-1 Turnover considered 2022-23and 2023-24). For the year
would be a consolidated turnover 2023-24, provisional financial
of the company i.e. A parent Statement certified from the Chartered
Company can use the turnover of Accountant shall be accepted.
its child company (100%
subsidiary of parent) but a child
company cannot use parent
company’s turnover.
Note-2 In case of start-ups/MSE
the required amount of turnover
as indicated in Column (v) of
Table A of NIT shall be minimum
average annual turnover for the
three financial years (2021-22,
2022-23 and 2023-24).
Note-3 Minimum Average annual
turnover of last three Financial
Years for a Bidder submitting its
Bid for more than 1 package shall
be equal to the sum of minimum
average turn Over [at column iv
and v of table A of section I
clause I enclosed], of (i) 100%
value for the highest S.No.of the
bid package and (ii) 25% value of
the subsequent bid packages.
(2) The Bidder should have executed Completion Certificate issued & signed
commercial orders issued by by the competent authority of the client
Central Government/State entity (Self- Certification by the bidder,
Governments /PSUs/Telecom alone shall not be accepted) along with
Service Providers/IP-1 Licensee/ the supporting documents such as
Category A ISP for “Laying, Work order/Purchase order OR
Installation, Testing, Contract clearly highlighting the scope
Commissioning of Underground of work and value of the contract/ order.
Optical Fiber Cable of at least 24
Page 6 of 212
fiber or more, PLB Duct and
accessories of at least 30% of
estimated package wise Route
Kms” in last 3 years as on bid
submission date. In case of Start
UP/ MSEs, the required
experience will be 20% of
estimated package wise Route
Kms in last 3 years as on bid
submission date.
Note 1 - In case the bid is
submitted for more than 1
package, the bidder has to meet
the cumulative experience, in
terms of the estimated length of
laying of OFC Cable (in Route
Kms).
Note: 2:-The financial bids of
participated packages (for which
technically responsive) will be
opened one by one, starting with
package with highest rank. If a
bidder is L1 in a package. Its
eligibility for subsequent lower
ranked packages shall be
decided after reducing the
concerned eligibility parameters
of financial turn over and work
experience, by the amounts of
bidder’s aforesaid credentials,
already utilised for becoming
eligible for the package in which it
has already become L1.
Note 3: Consortium Bids are not
allowed in this tender to either
fulfil / meet the aforesaid eligibility
criteria or for execution of works
under tender.
(c) The Bidder should have a An undertaking to this effect needs to
capability of trenching and OFC be submitted as part of the bid.
laying of at least 20 km per day
Page 7 of 212
for each package
(d) Bidder should be registered with In support of claim Bidder has to furnish
EPF/ESIC/Labour Department. required certificates issued by the
competent authorities
(e) Bidder should have positive Net Charted Accountant (CA) Certificate on
worth at the end of year ending on Net worth as on 31st Mar 2023 with
31st March 2023. CA’s Registration Number and Seal.
Note 1: Suppression of information / facts would lead to summary disqualification
of the bid submitted.
Note 2: Consortium Bid in any form is not allowed in this Tender Enquiry.
Note-3. A PMA will be eligible to get only one package in UP W and maximum 2
packages in total. (As there are only 2 packages in UPW. An agency, although can
get maximum 2 packages in total, but it can get only one package of UPW.)
5. Bid Security/EMD
The bidder shall furnish the bid EMD/Bid Security for an amount as indicated in
column (vi) of TABLE-A for package for which bid is submitted, as per the
aforementioned Bank/Beneficiary Details. However, Bid security may be submitted
through DD/ Banker’s cheque in one of the following ways: -
(a) Demand Draft/ Banker‘s cheque drawn in favour of “AO (Cash), BSNL, C.O.
New Delhi” and payable at “New Delhi.”
EMD may also be submitted through online payment mode as per details under
clause 2.1 above.
Note:-MSE (Micro & Small Enterprise) bidders are exempted from payment from Bid
Security. Refer clause 2.2 above in this regard.
(i) If a vendor registered with body specified by Ministry of Micro, small and medium
enterprise claiming concessional benefits (such as exemption from Tender Fee
and EMD) is awarded work by BSNL and subsequently fails to obey any of the
Page 9 of 212
contractual obligation, he may be debarred from any further work/contract by BSNL
for one year from the date of issue of such order and MSME authority issuing the
certificate shall also be informed for taking suitable action.
Note: At the time of opening of the bids, initially the envelope containing offline
documents of all bidder(s) will be opened, if received till then. The Electronic envelope
consisting techno commercial bids of only those bidder(s) will be admitted who would
have submitted required documents as offline submissions. If however, offline envelope
is not received by opening date, then technical envelope will be opened and scanned
copies of the required offline documents will be checked. If scanned copies are available
in the technical bid part, the bids will be admitted; else bids will not be admitted and
rejected.
Page 10 of 212
12. Adherence to published Tender:
a) The Bidder shall furnish a declaration under his signature that no addition/
deletion/ corrections have been made in the Tender document being followed for
submission of Bid and it is identical to the Tender (including its amendments and
clarifications to pre-bid queries) appearing on the e-Tendering Portal used by
BSNL for processing this tender.
b) In case of any correction/ addition/ alteration/ omission in the Tender terms &
conditions submitted as a part of the submission of Bid, the Bid shall be treated
as non-responsive and shall be rejected summarily.
13. All documents submitted in the bid offer should be preferably in English. In case the
certificate viz. experience, registration etc. is issued in any other language other
than English, the bidder shall attach an English translation of the same duly attested
by the bidder & the translator to be true copy in addition to the relevant certificate.
14. All computer generated documents should be duly signed/ attested by the bidder/
vendor organization.
15. Integrity Pact Program is implemented for this tender for which signing of Integrity
Pact is mandatory for the purchaser and bidder. Format of Integrity Pact is provided
in the tender document at section 7(E). To oversee the implementation of Integrity
Pact Program, IEMs are appointed by BSNL information of which is available on
https://www.bsnl.co.in/opencms/bsnl/BSNL/about_us/company/iem_bsnl.html.
16. BSNL reserves the right to accept or reject any or to annul the bidding process, at
any time prior to award of contract without assigning any reason what so ever and
without thereby incurring any liability to the affected bidder or bidders on the ground
of Purchaser’s action. BSNL is also not bound to accept the lowest bid.
18. The pre-bid queries in respect of the bid document, if any, can be submitted in the
format (preferably in MS-XL sheets) as given below through Email to following
officers latest by 31.05.2024. Any query received after this time/date will not be
entertained.
Page 11 of 212
S. Page Section (Name Clause Statement Query by Reason for
N. No &clause No.) as per tender bidder Query
document
BSNL Contact-1
BSNL’s Contact Person Sh. Mohammad Faizan, AGM (MMT)
Telephone & Mobile 011-23717844 (between 09:30 hrs to 18:00 hrs. on
working days)
E-mail ID mohammad@bsnl.co.in
BSNL Contact-2
BSNL’s Contact Person Sh. Sameer, DM(MMT-4), Mobile No. 9868892555
Telephone & Mobile 011-23037172 (between 09:30 hrs to 18:00 hrs. on
working days)
E-mail ID sameer@bsnl.co.in
19. AWO will be issued by BSNL Corporate Office. Respective Circles shall be
authorized for placement of the work order on the respective successful
contractor.
Page 12 of 212
Section-2
TENDER Information
1. TYPE OF TENDER:
a) No. of Bid Submission Stages for Tender: One (single) Stage.
b) No. of Envelopes for submission of Bids: Two Nos.
c) E-reverse auction : Not applicable
Note 1-The bidder shall submit Techno-commercial bid and financial bid
simultaneously.
Note 2- The bids will be evaluated techno-commercially first and thereafter financial
bids of techno-commercially compliant bidders only shall be opened.
2. Bid Validity Period / Validity of bid Offer for acceptance by BSNL: 150 days
from the bid opening date. Any bid for a shorter period will be rejected by purchaser
as non-responsive.
3. The tender offer shall contain two electronic envelopes viz. techno-commercial and
financial envelope. The techno-commercial part/envelope will be opened first and
then second electronic envelope consisting of financial bids will be opened for those
bidders whose techno-commercial bids are found to be responsive.
Page 13 of 212
(xi) Tender/ Bid form- Section 9 Part A of Tender document
(xii) Electronic Form- Technical duly filled & signed (Not Applicable)
(xiii) Certificate of Incorporation.
(xiv) Article and Memorandum of Association or partnership deed or proprietorship
deed as the case may be.
(xv) List of all Directors/Partners including their name(s), Director Identification
Number(s) (DIN)/ Designated Partners Identification Number (DPIN) and
address (es) along with contact telephone numbers of office and residence.
(xvi) Copy of PAN
(xvii) Main GST registration certificate(s) from where service are to be provided for this
tender. In case of multiple GST numbers, a list thereof
(xviii) Copy of EPF & ESI Registration Certificate as applicable
Note: While uploading the documents required for techno-commercial part, please
ensure that all the documents related to eligibility criteria are uploaded by bidder
in a zipped folder named as Eligibility Criteria documents.
(i) Bank Transaction details with UTR Number towards the successful e-payment for
Tender Fee/EMD or Valid MSE Certificate/ Udyam Registration certificate, if
claiming exemptions from Tender Fee.
Page 14 of 212
(ii) DD/ Banker Cheque or Bank Guarantee (if not submitted through e-payment
mode or Valid MSE Certificate/ Udyam Registration certificate, if claiming
exemptions from Tender Fee/EMD.
(iii) Power of Attorney in accordance with clause 14.3 of section 4 Part A and
authorization for executing the power of Attorney.
Note:-During tender process, BSNL’s tender inviting authority may require the
bidder to produce original copy of any document such as Power of Attorney,
Integrity Pact, Bid Form, etc. submitted as scanned copy in the Technical bid part
(1st electronic Envelope) on e-tender portal, which the bidder will have to comply
with.
6. Payment Terms:
6.1 As per clause 5.0 of Section 5B
7. Award of work:
7.1 Only one bidder will be selected for award of work in one package.
8. General Conditions:
8.1 BSNL reserves the right to accept or reject any proposal or to this process and reject
all proposals, at any time prior to finalization of the tender without assigning any
reason whatsoever and without thereby assigning any liability to the affected
Page 15 of 212
participant on the ground of BSNL’s action(s).
8.2 Any effort by a company to influence the proposal comparison/evaluation/ work award
decision by way of overt/covert canvassing shall result in non-consideration / rejection
of its proposal.
Page 16 of 212
SECTION 3 PART A
1.1. BharatNet Phase-I & II extends the already existing optical fibre networks of the
CPSUs to around 1,25,000 Gram Panchayats (GP) of the country by laying the
incremental Optical Fibre Cables (OFCs) between Blocks and GPs, wherever needed.
An average of approx. 2.4 kilometers of incremental optical fibre cable per GP and 1.6
Kms of existing OFC of BSNL/Railtel/PGCIL per GP has been used in BharatNet
Phase-I. There shall be two separate agencies for O&M of this network – one for
Planned Maintenance works and the other for AMC works. The agencies for Planned
Mtce works may be called Planned Maintenance Agencies (PMA) and for AMC as
Fibre Mtce agencies (FMA).
1.2. All the GPs which are in UP condition (i.e. their optical power is OK) either on end-to-
end underground OFC or temporary OF OFC shall be made over to FMA for AMC.
1.3. All the replacement of overhead temporary sections of GPs made over to FMA, shall
be done by the FMA for sections up to 500 meters and by PMA for more than 500
meter.
1.4. GPs where there are fibre faults shall be made over to the PMA who will attend all
the fibre faults and replace all the damaged sections with underground OFC and
make over the GP & its route to the FMA, after required optical power is made
available at the ONT.
1.5. After the GP is made over to the FMA for AMC, the FMA shall be responsible for
maintenance, including replacement of any OFC damages up to 100 meters length,
within AMC cost /charges, and between 100m – 500 m at the predefined per meter
rate while the PMA will be responsible for replacement of sections of more than 500
m length getting damaged during AMC period. However, the FMA has to restore all
such damaged sections, on a temporary basis, through OH OFC.
2. Scope of Work:-
2.1. Instant works involve replacement of the new incremental BharatNet OFC or
existing BSNL Lossy OFC where the same has been damaged by developmental
works or natural calamities and/or laying of additional incremental OFC where the
GPs have been shifted in the new buildings and make available required optical
power at the ONT location in the GPs. The successful bidder will have to make over
such completed routes to the O&M AMC agency.
2.2. The successful bidder will also have to replace the overhead temporary OFC
sections of more than 500 mtrs in the GPs which are UP and have been made over
to the Fibre Maintenance Agency (FMA).
Page 17 of 212
2.3. An indicative BoQ along with break up is provided in the RFP, however it may differ
at the time of execution, post the confirmation based on the site survey duly
authenticated by BSNL.
The Contractor shall conduct site survey for preparing the Bill of Quantity (BoQ) for
each route to be replaced in association with BSNL BharatNet Field Technician/
Network Engineer. The contractor shall dig the cross pits at jointly agreed locations to
trace the OFC, if required. Such pits should be limited to maximum upto approximately
5 locations per Km. If there are 5 or more cuts per Km, the whole section should be
considered for replacement. This condition may further be relaxed for meeting the
required optical power at the ONT.
Note:- The indicative work order shall be issued only for those routes where PMA fails
to do the survey for covering 20% of the GPs within a month, 40% of the GPs within 2
months, 60% of the GPs within 3 months, 80% of the GPs within 4 months and 100%
of the GPs within 5 months.
Page 18 of 212
2.6. OFC Section Replacement would include:-
2.6.1. Supply, delivery to site, unloading, storing, warehousing and handling of Optical
Fiber cable, equipment along with fittings and associated items as required,
including the HDPE PLB duct, splitters etc. as per the approved survey report.
2.6.2. Trenching, Laying, Backfilling, Blowing, Splicing, Terminating, Installation and
Commissioning of underground fiber as per Annexure B – Engineering
Instructions. (For underground fibre).
2.6.3. Excavation of earth to expose both the ends to locate the OF cables with which
the splicing is to be done to make the fibres ready end to end.
2.6.4. Deleted
2.6.5. Termination of OFC at the FTB at the ONT end if the other end of the OFC being
replaced is till the GP/ONT location.
2.6.6. Termination of OFC at the FDMS at OLT location if complete leased OFC section
is being replaced from OLT to FPOI.
2.6.7. Splicing of all the fibres at both ends either with BSNL’s OFC at the new FPOI or
incremental OFC towards GP end.
2.6.8. End-to-End testing of the replaced OFC section.
2.6.9. Testing of each core of the fibre.
2.6.10. The contractor will install and make branch joints wherever required to connect
the branching cable. Separate payment shall be made for the branch joints at the
specified rates.
2.6.11. The contractor shall ensure that the required optical power is made available in
all the GPs of the route being replaced.
2.6.12. There may be cases, where UG work is not possible, particularly within the GP
area where the concrete roads have been made and there is no space for
digging or the Panchayat authorities are not allowing the works or the digging is
to be carried out in the private land, the contractor may use 4F OH OFC to make
the required optical power available at the ONT. No payment shall be made for
this section. No penalty shall be levied on account of this as the required optical
power has been made available. The payment of this section shall be made only
after the work is completed through 24F UG OFC. However, for part completed
UG work, the payment shall be released.
3. GIS Mapping:-
The successful bidder shall provide Location based (Lat, long) Video recording with date
and time stamping of the replaced sections clearly indicating the depth in case of open
trenching and depth of entry/ exit pits in case of HDD method. Average interval in GPS
point should not be more than 10 meters with complete details of sections where repair/
replacement has been done. The Format of Video will be MP4 with 720 P or better
resolution. All Documentation requirement will be in Electronic Format with GIS layers in
Page 19 of 212
KMZ/KML form as required in BharatNet NOC. The detailed specifications are as per
Annexure C.
Page 20 of 212
Section 3 Part B
TECHNICAL SPECIFICATIONS
1.1 Annexure-A
Relevant TEC GRs for Technical specifications of material to be supplied
1.2 Annexure-B
Engineering Instructions for Under Ground Optical Fiber Cable Laying Works
1.3 Annexure-C
Technical Specification for GIS Mapping of OFC Routes is attached. The contractor
is required to capture the details in the ABD and GIS Mapping only for the OFC route
sections and assets implemented by it
.
Page 21 of 212
Annexure A
Technical specifications as per TEC GR
Page 22 of 212
Sub-Section A
TECHNICAL SPECIFICATIONS (DTR)/REQUIREMENTS FOR 24F METAL FREE OPTICAL
FIBER CABLE WITH DOUBLE HDPE SHEATH (G.652D Fibre)”
Note: All the materials as above have to be TSEC/Type approved by BSNL QA/TEC against
mentioned TEC GR or as per the approval procedure of BSNL for which TEC GR not there.
Technical Specifications for Metal Free Optical Fibre Cable with Double HDPE Sheath
and GlassYarn Armouring (G.652D)
1.0 Introduction:
This document describes the requirements of Metal free Optical fibre cable for
underground installation in ducts. The cable shall have double HDPE jacketing anti-
rodent & anti-termite with glass yarn in between as reinforcement. The optical fibre
cable shall be suitably protected for the ingress of moisture by Flooding Jelly /WS yarn
and WS tape. The raw material used in the cable shall meet the requirements as
specified in the TEC GR for raw materials (GR No. TEC/GR/TX/ORM-01/04 SEP-09).
Single Mode Optical Fibre used in manufacturing optical fibre cables shall be as per
ITU-T Rec. G 652 D. The specifications of optical fibres are mentioned below:-
3.1 Type of fibre:- Single mode (Section -I of the GR (Wavelength band optimized
No. TEC/GR/TX/ORM-01/04/SEP- nominal 1310 nm) 09 and subsequent
amendments, if any)
Note: The thickness of color coating may be over and above the values specified
above, if the manufacturer adopts separate UV-cured coloring process (to color the un
colored fibres) other than the on line integrated coloring process (of secondary layer of
primary coating) of the fibres, during fibre manufacturing.
3.2.6 Coating / Cladding Concentricity :≤ 12 µm
3.3.1 Attenuation:
(a) Fibre attenuation before Cabling
(i) At 1310 nm : ≤ 0.34 dB/Km
(ii) Between 1285 to 1380 nm : ≤ 0.37 dB/Km
(iii) Between 1390 to 1525 nm : ≤ Value at 1310 nm
(iv) At 1550 nm :≤ 0.21 dB/Km
(v) Between 1525 to 1625 nm : ≤ 0.24 dB/Km
(b) Water Peak Attenuation : ≤ Value at 1310 nm
Beforecabling Between 1380-
1390 nm
Note:
I. Attenuation in the band 1380-1390nm shall be checked at every 2nm after
Hydrogen ageing as per IEC 60793-2-50. Hydrogen ageing test is to be
carried out by CACT, Bangalore or any other recognized laboratory for type
Page 24 of 212
test.
II. Sudden irregularity in attenuation shall be less than 0.1 dB
III. The spectral attenuation shall be measured on un-cabled fibre.
IV. The Spectral attenuation in the 1250 nm–1625 nm band shall be measured
at an interval of 10nm and the test results shall be submitted.
3.3.2 Dispersion:-
3.3.3 Cut off wavelength for fibres used in cables:- 1320 nm Max.
Note: The above cut off wavelength is w.r.t. 2M sample length of fibre.
3.3.4 Cable Cut off wavelength :1260nm Max.
3.4.1 Proof test for minimum strain level :1%(Test method IEC–60793-1–30)
3.4.2 Peak Strip ability force to remove primary:1.3 ≤F ≤ 8.9 N coating of the fibre.
(Test method IEC– 60793-1-32)
Note: The force required to remove 30 mm ± 3 mm of the fibre coating shall not
exceed 8.9 N and shall not be less than 1.3 N.
3.4.3 Dynamic Tensile Strength (Test method IEC–60793-1-31)
(a) Un-aged:≥ 550 KPSI (3.80 Gpa)
Page 25 of 212
(b) Aged:≥ 440 KPSI (3.00 Gpa)
3.4.4 Dynamic Fatigue (Test method IEC- 60793 - 1- 33) : ≥ 20
3.4.5 Static Fatigue (Test method IEC- 60793 - 1- 33) : ≥ 20
3.4.6 Fibre Macro bend(Test method FOTP– 62/ IEC- 60793-1-47)
3.4.7 Fibre Curl : ≥ 4 meters radius of curvature (Test method as per IEC 60793-1-34)
Note: The manufacturer shall indicate the variation in group refractive index of
fibre during bulk production.
3.8 Optical Fibre Cable Construction Specifications for Wet core (Type-I) which will
be procured through this tender:-
General: The Metal Free optical fibre cable shall be designed to the parameters
mentioned in Annexure-I. The manufacturer shall submit designed calculations and the
same shall be studied and checked.
Page 27 of 212
TYPICAL STRUCTURAL DRAWING FOR 24 FIBRE OF WET CORE CABLE
Page 28 of 212
3.8.1 Secondary Protection: The primary coated fibres may be protected by loose
packaging within tube, which shall be filled with thixotropic jelly. The dimensions
of tube shall be as per Annexure-I.
3.8.2 Number of fibres in cable: 24
3.8.3 Strength Member: Solid FRP non - metallic strength member shall be used in
the center of the cable core. The strength member in the cable shall be for
strength and flexibility of the cable and shall have anti buckling properties. The
FRP shall keep the fibre strain within permissible values. The size of FRP shall
be as per Annexure– I.
3.8.4 Cable Core Assembly: Primary coated fibres in loose tubes stranded together
around a central strength member using helical or reverse lay techniques shall
form the cable core. The dimensions of FRP and stranding pitch shall be as per
annexure - I.
3.8.5 Core Wrapping: The main cable core containing fibres shall be wrapped by a
layer / layers of Polyester foil/ tape. The nylon/polyester binder thread shall be
used to hold the tape, if required. The core wrapping shall not adhere to the
secondary fibre coating and shall not leave any kink marks over the loose tube.
3.8.6 Moisture Barrier (Protection): The main cable core (containing fibres & core
wrapping) shall by be protected by thixotropic flooding compound (jelly) having
properties of non hygroscopic dielectric material.
3.8.7 Filling and Flooding compound: The filling/flooding compound used in the
loose tube and in the cable core shall be compatible to fibre, secondary
protection of fibre, core wrapping and other component part of the cable. The drip
point shall not be lower than +70°C. The fibre movement shall not be constrained
by stickiness & shall be removable easily for splicing. Reference test method to
measure drop point shall be as per ASTM D 566. The thixotropic filling/flooding
compound (jelly) shall be as per the GR No. TEC/GR/TX/ORM-01/04/SEP-09
and subsequent amendment issued, if any.
3.8.8 Inner Sheath: A non-metallic moisture barrier sheath may be applied over and
above the cable core. The core shall be covered with tough weather resistant
High Density Polyethylene (HDPE) sheath, black in colour (UV Stabilized) and
colour shall conform to Munsell colour standards. Thickness of the sheath shall
be uniform & shall not be less than 1.2 mm.
The sheath shall be circular, smooth, free from pin holes, joints, mended pieces
and other defects. Reference test method to measure thickness shall be as per
IEC 189 para 2.2.1 and para 2.2.2.
Note: HDPE material, black in colour, from the finished cable shall be subjected
to following tests (on sample basis) and shall confirm to the requirement of the
material as per GR No. TEC/GR/TX/ORM-01/04 SEP.09.
i. Density
ii. Melt flow index
iii. Oxidative Induction time
iv. Carbon black content
v. Carbon black dispersion
vi. ESCR
vii. Moisture content
Page 29 of 212
viii. Tensile strength and elongation at break
ix. Absorption Coefficient
x. Brittleness Temperature
Page 30 of 212
Outer Jacket shall be anti-termite with/without dopants. Addition of dopants for
anti-rodent property is optional. The tests as per clause 4.20 shall be carried out
as applicable.
3.8.11 Cable diameter: The finished cable diameter shall be as per Annexure – I.
3.8.12 Cable Weight: The nominal cable weight shall be as per Annexure – I.
3.8.12 RIP Cord:
(a) Three suitable ripcords shall be provided in the cable, which shall be used to
open both HDPE sheath of the cable. Two ripcords shall be placed diametrically
opposite each other below the outer Jacket &one ripcord shall be placed below
inner sheath. It shall be capable of consistently slitting the sheath without
breaking for a length of 1meter at the installation temperature. The ripcords (3ply
& twisted) shall be properly waxed to avoid wicking action and shall not work as
water carrier.
(b) The ripcords used in the cable shall be readily distinguishable from any other
components utilized in the cable construction.
Weight 5 Kg
Minimum distance from Pulley center to holding 216mm
device
Minimum distance from Wt. to Pulley Center 457mm
Pulley Diameter 20 D (D - cable diameter)
Angle of Turning 90o
No. of cycles 30
Time Required for 30 cycles 2 min
Requirement: During the test no fibre shall break and the attenuation shall be noted
before and after the completion of the test. The change in attenuation of the fibre after
the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.
Objective: To check the cable material change dimensionally as the cable ages.
Method: At the completion of temperature cycle test, the test cable shall be exposed
to85 ± 2 degree C for 168 hours. The attenuation measurement at 1310 &1550 nm
wave length to be made after stabilization of the test cable at ambient temperature for
24 hours.
Requirement: The increase in attenuation allowed: ≤ 0.05 dB at 1310 and 1550 nm.
Note: The attenuation changes are to be calculated with respect to the base line
attenuation values measured at room temperature before temperature cycling.
Objective: The aim of this test is to ensure that installed jelly filled Optical Fibre cable
will not allow water passage along its length.
Method: IEC 60794-1-2-F5 (Fig. B) 1992.
Test Specs: A circumferential portion of the cable end (with inner HDPE sheath) shall
face the water head. The water tight sleeve shall be applied over the cable. The cable
shall be supported horizontally and two meter head of water, containing a sufficient
quantity of water soluble fluorescent dye for the detection of seepage, shall be applied
on the inner HDPE sheath for a period of 7 days at ambient temperature. No other
coloured dye is permitted.
Requirement: No dye shall be detected when the end of the 3m length of the cable is
examined with ultraviolet light detector. The cable sample under test shall be ripped
open after the test and then it shall be examined for seepage of water into the cable and
the distance to be noted. It shall not be more than 20 cm.
4.13 Flexural Rigidity Test on the optical fibre cable (Type Test):
Objective: To check the Flexural Rigidity of the metal free optical fibre cable.
Method: To be tested as per ASTM D –790
Page 34 of 212
Test Specs: The fibre and the component parts of the cable shall not suffer permanent
damage in the cable subjected to Flexural Rigidity Test as per the above method. The
attenuation shall be noted after and before the completion of the test.
Requirement: The change in attenuation of the fibre after the test shall be<0.05 dB at
1310,1550 nm and 1625nm wavelengths. The sheath shall not show any cracks visible
to the naked eye.
Objective: To determine the yield strength and elongation of the polyethylene (HDPE)
cable sheath (jacket).
Test Method: FOTP-89 or ASTM 1248 Type III class
Test Condition: 1. Sample shall be taken from a completed cable. The aged sample
shall be conditioned at 100 ± 2°C for 120 hours before testing.
2. The cross-head speed shall be 50 mm per minute.
Requirement:
Jacket Material Minimum Yield Strength Minimum Elongation (%)
(MPa) (psi)
HDPE un-aged 16.5 2400 400
HDPE aged 12.4 1800 375
4.16 To Check of the quality of the loose tube (containing optical fibre) (Type Test):
(a) Embrittlement Test
This test method is based on bending by compression and reflects embrittlement
much better than the other tensile tests. This test is independent of wall thickness of
the loose tube.
Sample: The minimum length of the test sample depends on the outside diameter
of the loose tube and should be 85 mm for tubes up to 2.5 mm outside dia. The
length of the bigger tubes should be calculated by using the following equation
Page 35 of 212
Procedure: Both the ends of a buffer tube test sample may be mounted in a tool, which
is clamped in jaws of a tensile machine which exerts a constant rate of movement. The
movable jaw may move at a rate of 50 mm per minute toward the fixed jaw. Under load,
the tube will bend so that it is subjected to tensile and compressive stresses. The fixture
for holding the tube should be designed in a manner that the tube might bend in all
directions without further loading.
Requirement: The tube should not get embrittled. No kink should appear on the tube
up to the safe bend diameter of tube (15 D), where D is the outside diameter of the
loose tube. There should also not be any physical damage or mark on the tube surface.
(b) Kink Resistance Test on the Loose Tube
Objective: To safeguard the delicate optical fibers, the quality of the loose tube material
should be such that no kink or damage to the tube occur while it is being handled during
installation and in splicing operations.
Procedure: To check the kink resistance of the loose tube, a longer length of the loose
tube is taken (with fiber and gel), a loop is made and loop is reduced to the minimum
bend radius of loose tube i.e. 15 D (where D is the outside diameter of the loose tube).
This test is to be repeated 4 times on the same sample length of the loose tube.
Requirement: No damage or kink should appear on the surface of the tube.
4.17Drainage Test for Loose Tube and Drip test on the cable (Type Test):
(a) Drainage Test for loose Tube Sample Size: 30 cm tube length.
Test procedure:
6.1.1 Cut the tube length to 40 cm.
6.1.2 Fill the tube with the tube filling gel ensuring that there are no air bubbles and the
tube is completely full.
6.1.3 Place the filled tube in a horizontal position on a clean worktop and cut 5 cm from
either end so that the finished length of the sample is 30 cm.
6.1.4 Leave the filled tube in a horizontal position at an ambient temperature for 24 hrs.
(This is necessary because the gel has been sheared and the viscosity has been
reduced during the filling process).
6.1.5 The sample tube is then suspended vertically in an environment heat oven over a
weighed beaker. It is left in the oven at a temperature of 70°C for a period of 24
Hrs.
6.1.6 At the end of the 24 hours period the beaker is checked and weighed to see if
there is any gel in the beaker.
Results:
(i) 1. If there is no gel or oil in the beaker the tube has PASSED the drainage
test. 2. If there is gel or oil in the beaker the tube has FAILED the drainage
test.
(b) Drip test on the cable
Objective: The purpose of this test is to determine the ability of jelly in the O.F. cable to
withstand a temperature of 70 degree C.
Method: Take a sample of 30 cm. length of the cable with one end sealed by end cap.
Remove outer black sheath, binder tapes for 5 cm from open end of the sample. Clean
the jelly. Then the sample is kept vertically with open end downwards in the oven for 24
Page 36 of 212
hours at 70o C with a paper under the sample.
Test Specs: Examine the paper placed below the cable inside the oven for dripping of
the jelly after 24 hours. There should be no jelly drip or oily impression on the paper.
4.19Check of the effect of aggressive media on the cable (Acidic and Alkaline
Behaviour)(Type Test):
Procedure: To check the effect of aggressive media, solution of PH4 and PH10 shall be
made. The two test samples of the finished cable, each of 600 mm in length, are taken
and the ends of the samples are sealed. These test samples are put in the PH4 and
PH10 solutions separately. After 30 days these samples are taken out from the
solutions and examined for any corrosion etc. on the sheath and other markings of the
cables. (Test method no. ISO175).
Requirement: The sample should not show any effect of these solution on the sheath
and other marking of the cable.
4.20 Termite & Rodent Test (Type Test):
The Anti rodent (Optional) test shall be checking the uniformity of application of glass
rowing yarns around the periphery of inner sheath. The test shall be carried out by
BSNL QA during type testing or can be carried out at any recognized lab on finished
cable and in addition, manufacturer shall also give an undertaking in this respect.
The reports shall be submitted by the manufacturers. Termite resistance shall be
provided with an additive/without additive in outer sheath and rodent protection shall be
provided with Glass roving yarns around the periphery of inner sheath and these yarns
should be spread uniformly around the periphery of inner sheath.
The following minimum parametric tests on Anti termite / Anti rodent dopants shall be
carried out during the TSEC testing
1. Non-toxicity
2. Thermal Stability
3. Long life Span / half-life
4. Compatibility
5. Efficacy
The thermal stability of the dopant should not deteriorate during cable execution
process. The life of the dopant should be equal or better than the life of the cable
specified in the technical specification herein. Appropriate certificate in this regard from
any neutral lab accredited with NABL / Government Laboratory/ Institute should be
produced. Similarly other parameters such as non toxicity, efficacy and compatibility
Page 37 of 212
shall be certified in any neutral lab accredited with NABL / Government Laboratory /
Institute and test report is to be submitted during TSEC testing.
The above tests mentioned here are the minimum test requirements. BSNL can specify
any other test / changes in parametric values which shall be deemed necessary at a
later stage and these will have to be mandatorily complied with.
Page 38 of 212
5.3.1 Length of OF Cable in each drum shall be 2 Km ±10% and shall be supplied as per
the order. The variation in length of optical fibre cable, as specified above (in each
drum), shall be acceptable.
5.3.2 The fibres in cable length shall not have any joint.
5.3.3 The drum shall be marked with arrows to indicate the direction of rotation.
5.3.4 Packing list supplied with each drum shall have at least the following information:
1. Drum No.
2. Type of cables
3. Physical Cable length
4. No. of fibres
5. Length of each fibre as measured by OTDR
6. The Cable factor - ratio of fibre/cable length
7. Attenuation per Km. of each fibre at 1310 & 1550 nm
8. Users / Consignee’s Name
9. Manufacturers Name, Month, Year and Batch No.
10. Group refractive index of fibre.
11. Purchase Order No.
12. Cable ID
Table -1: Colour Coding scheme of the Optical Fibre & Loose tube
Page 39 of 212
Colour coding of Loose Tubes for 24 fibres (Refer Table 1)
7.0 Documentation:
7.1 Complete technical literature in English with detailed cable construction diagram of
various sub-components with dimensions, weight & test data and other details of the
cable shall be provided.
7.2 All aspects of installation, operation, maintenance and fibre splicing shall also be
covered in the handbook. The pictorial diagrams of the accessories (with model no. and
manufacturer name) supplied along with the cable as package shall be also be
submitted. A hard as well as soft copy of the manuals shall be provided.
8.0 Safety:
8.1 The material used in the manufacturing of the Optical fibre cables shall be non-toxic and
dermatologically safe in its life time and shall not be hazardous to health. The
manufacturer shall submit MSDS (Material safety Data Sheet) for all the material used
in manufacturing of OF Cable to substantiate the statement.
9.0 Procedures for the issue of Evaluation/ Testing certificate for Metal Free Optical
Fiber Cable With Double HDPE Sheath
9.1 For the issue of Evaluation/Testing certificate for low fibre count of Metal Free Optical
Fibre Cables against the specifications under this section to the manufactures having
valid Evaluation/Testing certificate for higher fibre count of Metal Free Optical Fibre
cables against this specification without conducting the actual tests on the cable,
following is stated.
(a) The manufacturer may seek TAC/ TSEC against the technical specifications of 24
Fibre Optical Cable mentioned in Section-IV-C of the tender document.
Page 41 of 212
(b) The list of the Raw Materials used, the make and grade of the raw material and the
certificate of source approval issued by CACT or any NABL accredited Lab / Govt.
laboratory along with the details of the Raw Materials used in the manufacturing of the
24 fibre count OF cable.
9.2 Additional required information from the manufacturer may be sought (regarding
manufactured Optical Fibre Cable) and the manufactured cable may be inspected at
the manufacturer’s premises. After all the above requirements are met, the
Evaluation/Testing certificate may be issued based upon the test results and other
details submitted by the manufacturer.
9.3 The above procedure shall be applicable only to the approval of Metal Free Double
HDPE Sheathed Optical Fibre Cables against the specifications given in this tender and
subsequent amendments, if any.
Page 42 of 212
Annexure-1
The following parameters of the component parts of the cable are to be taken in to
account while designing and manufacturing the optical fibre cables of the required fibre
count. These parameters shall be checked during evaluation of the OF cables.
Note:
The manufacturer shall submit the design calculations which shall be cross checked
Page 43 of 212
REFERENCES
TEC STANDARDS
Page 44 of 212
List of Abbreviations
ASTM - American Society for Testing Materials AISI - American Iron and Steel Institute
IS - Indian Standards
KV - Kilo Volt
OF - Optical Fibre
QA - Quality Assurance
QM - Quality Manual
UV - Ultra Violet
Page 45 of 212
Sub-Section B
This section consists of detailed Technical Specifications of tendered SOR items and
Standards of sub-items. The sub-Section 3B-I details about the specifications of OFC Cable,
sub Section 3B-II details about FDMS Type-1 and Accessories for Exchange location, Sub
Section3B-III details about FDMS outdoor and Sub Section 3B-IV details about FDMS at GP
sites.
Page 46 of 212
DETAILED TECHNICAL SPECIFICATIONS / REQUIREMENTS FOR48F/96F/288F METAL
FREE RIBBON OPTICAL FIBER CABLE WITH DOUBLE HDPE SHEATH (G.652DFiber)
1.0 Introduction:
This document describes the generic requirements of Metal free Ribbon Optical fibre
cable (Non-Nylon Ribbon type) for underground installation in ducts. The cable shall
have double HDPE jacketing anti-termite & anti-rodent (Optional) with glass yarn in
between as reinforcement. The optical fibre cable shall be suitably protected for the
ingress of moisture by WS yarn and WS tape. The raw material used in the cable shall
meet the requirements of the GR for raw materials TEC/GR/TX/ORM-001/05/DEC-17.
2.1 The design and construction of Optical fibre cable shall be inherently robust and rigid
under all conditions of installation, operation, adjustment, replacement, storage and
transport.
2.2 The Ribbon Optical fibre cable shall be able to work in a saline atmosphere in coastal
areas and should be protected against corrosion.
2.3 Life of cable shall be at least 25 years. Necessary statistical calculations shall be
submitted by the manufacturer, based upon life of the fibre and other component parts
of the cable. The cable shall meet the cable aging test requirement.
2.4 It shall be possible to operate and handle the Ribbon Optical fibre cable with tools as per
GR No. GR/OFT-01/03 APR 2006 and subsequent amendment, if any. If any special
tool is required for operating and handling the optical fibre cable the same shall be
provided along with the cable.
2.5 The Optical fibre cable supplied shall be suitable and compatible to match with the
dimensions, fixing, terminating & splicing arrangement of the splice closure. The cable
supplied shall also meet other requirement of splice closure (GR No.TEC/GR/TX/OJC-
002/03/APR-2010) and subsequent amendments, if any.
2.6 The manufacturer shall submit an undertaking that the optical and mechanical fibre
characteristics shall not change during the lifetime of the cable against the
manufacturing defects.
2.7 It is mandatory that the Optical fibre cable supplied in a particular route is manufactured
from a single source of optical fibres.
2.8 The Optical fibre cable shall be manufactured so as to protect the cable from rodent and
termite.
Page 47 of 212
3.1Type of fibre:
Single mode (Section-I of the GR No.TEC/GR/TX/ORM-01/04/SEP-09 and subsequent
amendments, if any) (Wave length band optimized nominal 1310 nm)
3.2Geometrical Characteristics:
3.2.1 MFD : 8.8-9.8µm
3.2.2 Cladding Diameter : 125µm±1.0µm
3.2.3 Cladding Non-circularity : <1%
3.2.4 Core Clad concentricity error : ≤ 0.6 µm
3.2.5 Diameter over primary coated with:245µm±10µm double UV cured acrylate.
(Shall be measured on uncoloured fibre)
Note: The thickness of colour coating may be over and above the values specified
above, if the manufacturer adopts separate UV cured colouring process (to colour the
uncoloured fibres) other than the online integrated colouring process (of secondary
layer of primary coating) of the fibres, during fibre manufacturing.
3.2.6 Coating/Cladding Concentricity : ≤ 12 µm
3.3.1 Attenuation:
(a) Fibre attenuation before Cabling
(i)At1310nm : 0.34dB/Km
(ii) Between 1285to1380nm : 0.37 dB/Km
(iii) Between 1390to1525nm : Valueat1310nm
(iv)At 1550 nm : 0.21 dB/Km
(v)Between1525to1625nm : 0.24dB/Km
3.3.2 Dispersion:
(a) Total Dispersion
i. In1285-1330nmband : 3.5 ps/nm.km
ii. In 1270-1340 nm band : 5.3ps/nm.Km
iii. At 1550 nm : 18.0 ps/nm. Km
Page 48 of 212
iv. At 1625 nm : 22.0ps/nm. Km
3.4.1 Proof test for minimum strain level :1% (Test method IEC–60793-1– 30)
3.4.2 Peak Strip ability force to remove primary :1.3F8.9 N Coating of the fiber
(TestmethodIEC–60793-1-32)
Note: The force required to remove30mm±3mm of the fibre coating shall not
exceed 8.9 N and shall not be less than 1.3 N.
3.4.3 Dynamic Tensile Strength(Test method IEC–60793-1-31)
(a) Un-aged: 550KPSI(3.80GPa)
(b) Aged:440KPSI(3.00GPa)
3.4.4 Dynamic Fatigue(Test method IEC-60793-1-33):20
3.4.5 Static Fatigue (Test method IEC- 60793 -1-33) :20 3.4.6 Fibre Macro bend (Test
method FOTP–62/IEC-60793-1-47)
3.4.6 Fibre Macro bend
S.N Parameter Value
(a) Change in attenuation when fiber is coiled with100 : ≤ 0.05dB at 1550 nm
turns on 30 ± 1.0 mm radius mandrel : ≤ 0.5 dB at 1625nm
(b) Change in attenuation when fiber is coiled with1 : ≤ 0.5 dB at 1550 nm
turn around 32 ± 0.5 mm diameter mandrel : ≤1.0 dB at 1625nm
3.4.7 Fibre Curl:4 meters radius of curvature
(Test method as per IEC 60793-1-34)
Page 50 of 212
3.8.3 Ribbon Material:
The ribbon shall be manufactured using single mode optical fibres coloured with UV
cured resin and the ribbon shall be encapsulated with a further layer of UV cured
acrylate. The fibres and the ribbons shall confirm to the colour requirement as per
clause no. 4.4 of this GR.
3.9 Ribbon Optical Fibre Cable Construction Specifications for Dry core which will be
procured through this tender:
General: The Metal Free optical fibre cable shall be designed to the parameters
mentioned in Annexure-I. The manufacturer shall submit designed calculations and the
same shall be studied and checked.
Page 51 of 212
TYPICAL STRUCTURAL DRAWING FOR 48 FIBRE OF DRY CORE CABLE
3.9.1 Secondary Protection: The primary coated Ribbon fibres may be protected by
loose packaging within tube, which shall be filled with thixotropic jelly. The
dimensions of tube shall be as per Annexure – I.
3.9.2 Number of fibres in cable: 48, 96 & 288.
a. Number of fibres per ribbon: Six(6) Fibres.
Page 52 of 212
b.The number of ribbons per loose tube in ribbon optical fibre cable shall be as
follows:
(Type approval for a cable shall be issued depending on the no. of fibres in the cable)
3.9.3.1Solid FRP non-metallic strength member shall be used in the center of the cable
core. The strength member in the cable shall be for strength and flexibility of the cable
and shall have anti buckling properties. The FRP shall keep the fibre strain within
permissible values. The size of FRP shall be as per Annexure – I.
3.9.3.2 Impregnated Glass Fibre Reinforcement are used to achieve the required tensile
strength of the optic fibre cables over the cable inner sheath to provide peripheral
reinforcement along with Solid Rigid FRP Rod in the centre at cable core. These flexible
strength members shall be Non-water blocking type. The use of Solid Rigid FRP Rod(s) is
mandatory in Optical Fibre cable design. Impregnated Glass Fibre Reinforcement used
shall be equally distributed over the periphery of the cable inner sheath. It shall be applied
helically and shall provide full coverage to inner sheath to provide rodent protection. The
quantity of the Impregnated Glass fibre Reinforcement used per km length of the cable
along with its dimensions shall be as per Annexure-I. The specification of the glass roving
shall be as per Section XII of GR No.TEC/GR/TX/ORM-01/04 SEP.09 and as per other
details given in the annexure –I.
3.9.4 Cable Core Assembly: Primary coated fibres in loose tubes stranded together
around a central strength member using helical or reverse lay techniques shall
form the cable core. The dimensions of FRP and stranding pitch shall be as per
annexure - I.
3.9.5 Core Wrapping: The main cable core containing Ribbon fibres shall be wrapped
by a layer / layers of Water Swellable tape. The nylon/polyester binder
tape/thread/PP tape shall be used to hold the tape, if required. The core wrapping
shall not adhere to these condary fibre coating and shall not leave any kink marks
over the loose tube.
3.9.6 Moisture barrier (protection):.The main cable core (containing loose tubes
stranded around central strength member)shall be protected by water swellable
yarns over FRP (central strength member) and by a layer of water swellable tape.
3.9.7 Filling compound: The filling compound used in the loose tube shall be compatible
to fibre, secondary protection of fibre, core wrapping and other component part of
the cable. The drip point shall not be lower than +70°C. The fibre movement shall
not be constrained by stickiness & shall be removable easily for splicing.
Reference test method to measured roppoint shall be as per ASTM D566. The
thixotropic filling compound(jelly) shall be as per the GRNo. TEC/GR/TX/ORM-
01/04/SEP-09 and subsequent amendment issued, if any.
Page 53 of 212
3.9.8 Inner Sheath: A non-metallic moisture barrier sheath may be applied over and
above the cable core. The core shall be covered with tough weather resistant High
Density Polyethylene (HDPE) sheath, black in colour (UV Stabilized) and colour
shall confirm to Munsell colour standards. Thickness of the sheath shall be uniform
& shall not be less than 0.9mm. The sheath shall be circular, smooth, free from pin
holes, joints, mended pieces and other defects. Reference test method to measure
thickness shall be as per IEC189 para2.2.1 and para2.2.2.
Note: HDPE material, black in colour, from the finished cable shall be subjected to
following tests (on sample basis) and shall confirm to the requirement of the
material as per GR No. TEC/GR/TX/ORM-01/04 SEP.09.
1. Density
2. Melt flow index
3. Oxidative Induction time
4. Carbon black content
5. Carbon black dispersion
6. ESCR
7. Moisture content
8. Tensile strength and elongation at break
3.9.10 Outer Sheath: A non-metallic moisture barrier sheath (black in colour) shall be
applied over the inner sheath, which shall consist of tough weather resistant made
High Density Polyethylene compound (HDPE) which is Anti-termite. The outer
sheath shall be UV stabilized and the colour shall confirm to Munsell colour
standards. The thickness of the outer sheath shall not be less than1.5mm.The
outer sheath shall be uniform, circular, smooth, free from pin holes, joints mended
pieces and other defects The reference test method to measure thickness shall be
as per IEC 811-5-1.
Note: HDPE material from finished product shall be subjected to following tests (on
sample basis) and shall confirm to the requirement of the material as per the GR
no. TEC/GR/TX/ORM-01/04/SEP-09 (Section-III):
1. Density
2. Melt flow index
3. Oxidative Induction time
4. Carbon black content
5. Carbon black dispersion
6. ESCR
Page 54 of 212
7. Moisture content
8. Tensile strength and elongation at break
Note: The outer jacket of HDPE shall be able to protect the cable from attack by
termites. Manufacturer shall provide the details of doping material used and same
shall be verified during bulk testing. The outer sheath shall be termite protected.
The surface of the sheath shall be smooth and free of defects such as cracks,
blisters, etc. The cable shall be rodent protected. As specified in various clause soft
he Technical specifications of the OF cable, it is to be clarified that the HDPE Outer
Jacket shall be anti-termite with/without dopants. Addition of dopants for anti-rodent
property is optional. The tests as per clause4.28 shall be carried out as applicable.
3.9.11 Cable diameter: The finished cable diameter shall be as per annexure–I.
Objective: To test the abrasion resistance of the sheath and the marking printed on the
surface of the cable.
Method: IEC-60794-1-2-E2 or by any other international test method.
Page 55 of 212
Test Specs: The cable surface shall be abraded with needle (wt. 150 gm) having
diameter of 1mm with 500grams weight(Total weight more than equal 650gms.)
No. of cycles:100
Duration: One minute (Nominal)
Requirement: There shall be no perforation & loss of eligibility of the marking on the
sheath.
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand crushing.
Method: IEC60794-1-2-E3.
Test Specs: The fibres and component parts of the cable shall not suffer permanent
damage when subjected to a compressive load of 2000 Newton applied between the
plates of dimension 100 x 100 mm. The load shall be applied for 60 Secs. The
attenuation shall be noted before and after the completion of the test.
Requirement: The change in attenuation of the fibre after the test shall be
≤0.05dB both for 1310nm and1550nm wavelength.
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand impact.
Method: IEC60794-1-2-E4.
Test Specs: The cable shall have sufficient strength to withstand an impact caused by a
mass weight of 50 Newton, when falls freely from a height of 0.5 meters. The radius R of
the surface causing impact shall be 300 mm. 10 such impacts shall be applied at the
same place. The attenuation shall be noted before and after the completion of the test.
Requirement: The change in attenuation of the fibre after the test shall be
≤0.05dBbothfor1310nmand1550nmwavelength.
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand repeated bending.
Method: EIA-455-104.
Test Specs.: The cable sample shall be of sufficient length (5mminimum) to Permit
radiant power measurements as required by this test. Longer lengths may be used if
required.
Parameters:
Weight 5 Kg
Minimum distance from Pulley center to holding 216mm
device
Minimum distance from Wt. to Pulley Center 457mm
Pulley Diameter 20 D (D - cable diameter)
Angle of Turning 90o
No. of cycles 30
Page 56 of 212
Time Required for 30 cycles 2 min
Requirement: During the test no fibre shall break and The attenuation shall be noted
before and after the completion of the test. The change in attenuation of the fibre after
the test shall be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand torsion.
Method: IEC60794-1-2-E7.
Test Specs: The length of the specimen under rest shall be 2 meters and the load shall
be 100 N. The sample shall be mounted in the test apparatus with cable clamped in the
fixed clamp sufficiently tight to prevent the movement of cable sheath during the test.
One end of the cable shall be fixed to the rotating clamp which shall be rotated in a clock
wise direction for one turn. The sample shall then be returned to the starting position
and then rotated in an anti-clock wise direction for one turn and returned to the starting
position. This complete movement constitutes one cycle. The cable shall
withstand10such complete cycles. The attenuation shall be noted before and after the
completion of the test.
Requirement: The cable shall be examined physically for any cracks tearing on the
outer sheath and for the damage to other component ports of the cable. The twist mark
shall not be taken as damage. The change in attenuation of the fibre after the test shall
be ≤ 0.05 dB both for 1310 nm and 1550 nm wavelength.
Objective: The purpose of this test is to verify whether kinking of an optical fibre cable
results in breakage of any fibre, when a loop is formed of dimension small enough to
induce a kink on the sheath.
Method: IEC60794-1-2-E10.
Test Specs.: The sample length shall be 10 times the minimum bending radius of the
cable. The sample is held in both hands, a loop is made of a bigger diameter and by
stretching both the ends of the cable in opposite direction, the loop is made to the
minimum bend radius so that no kink shall form. After the cable comes in normal
condition, the attenuation reading is taken.
Requirement: The kink should disappear after the cable comes in normal condition. The
change in attenuation of the fibre after test shall be≤0.05dB both for1310nm &1550nm
wavelength.
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand repeated flexing. The procedure is designed to measure optical transmittance
changes and requires an assessment of any damage occurring to other cable
components.
Method:IEC60794-1-2-E11(Procedure-I).
Test Specs: The fibre and the component parts of the cable shall not suffer permanent
damage when the cable is repeatedly wrapped and unwrapped 4 complete turns of 10
complete cycles around a mandrel of 20 D, where D is the diameter of the cable. The
Page 57 of 212
attenuation shall be noted before and after the completion of the test.
Requirement: The change in attenuation of the fibre after the test shall be≤0.05 dB both
for 1310 nm and 1550 nm wavelength. Sheath shall not show any cracks visible to the
naked eye when examined whilst still wrapped on the mandrel.
1. TA2 temp.:-20°C
2. Tat temp.:- 10°C.
3. TB1 temp.:+60°C.
4. TB2 temp.:+70°C.
The test shall be conducted for 2 cycles at the above temperatures.
Requirement: The change in attenuation of the fibre under test shall be≤0.05dB for
1310 nm and 1550 nm wave length respectively for the entire range of temperature.
Objective: To check the cable material change dimensionally as the cable ages.
Method: At the completion of temperature cycle test, the test cable shall be exposed to
85 ± 2 degree C for 168 hours. The attenuation measurement at 1310 & 1550 nm wave
length to be made after stabilization of the test cable at ambient temperature for 24
hours.
Requirement: The increase in attenuation allowed:≤0.05dBat1310and1550 nm.
Note: The attenuation changes are to be calculated with respect to the base line
attenuation values measured at room temperature before temperature cycling.
Objective: The aim of this test is to determine the ability of a cable to block water
migration along a specified length.
Method:IEC60794-1-2-F5
Test Specs: A circumferential portion of the inner HDPE cable end shall face the water
head. The water tight sleeve shall be applied over the cable. The cable shall be
supported horizontally and one meter head of water, containing a sufficient quantity of
water soluble fluorescent dye for the detection of seepage, shall be applied on the inner
HDPE sheath for a period of 7 days at ambient temperature. No other coloured dye is
permitted.
Note: For bulk testing, 24 hours as duration of test shall be considered.
Requirement: No dye shall be detected when the end of the 3m length of the cable is
examined with ultraviolet light detector. The cable sample under test shall be ripped
open after the test and then it shall beexamined for seepage of water into the cable and
Page 58 of 212
the distance to be noted.
4.13 Flexural Rigidity Test on the optical fibre cable (Type Test):
Objective: To check the Flexural Rigidity of the metal free optical fibre cable.
Method: To be tested as per ASTM D –790
Test Specs: The fibre and the component parts of the cable shall not suffer permanent
damage in the cable subjected to Flexural Rigidity Test as per the above method. The
attenuation shall be noted after and before the completion of the test.
Requirement: The change in attenuation of the fibre after the test shall be<0.05 dB at
1310nm and 1550nm wavelengths. The sheath shall not show any cracks visible to the
naked eye.
Objective: To determine the yield strength and elongation of the polyethylene (HDPE)
cable sheath (jacket).
Test Method: FOTP-89 or ASTM1248 Type III class
Test Condition:
1. Sample shall be taken from a completed cable. The aged sample shall be conditioned
at100±2°C for 120 hours before testing.
2. The cross-head speed shall be50mm per minute.
Requirement:
Minimum Yield Strength
Jacket Material (MPa) (psi) Minimum
Elongation(%)
HDPE un-aged 16.5 2400 400
HDPE aged 12.4 1800 375
Page 59 of 212
4.16 To Check of the quality of the loose tube (containing ribbon optical fibre) (Type
Test):
(a) Embrittlement Test
This test method is based on bending by compression and reflects embrittlement much
better than the other tensile tests. This test is independent of wall thickness of the loose
tube.
Sample: The minimum length of the test sample depends on the outside diameter of the
loose tube and should be 85 mm for tubes upto2.5 mm out side dia. The length of the
bigger tubes should be calculated by using the following equation:
Procedure: Both the ends of a buffer tube test sample may be mounted in a tool, which
is clamped in jaws of a tensile machine which exerts a constant rate of movement. The
movable jaw may move at a rate of50 mm per minute toward the fixed jaw. Under load,
the tube will bend so that it is subjected to tensile and compressive stresses. The fixture
for holding the tube should be designed in a manner that the tube might bend in all
directions without further loading.
Requirement: The tube should not get embrittled. No kink should appear on the tube up
to the safe bend diameter of tube (15 D), where D is the outside diameter of the loose
tube. There should also not be any physical damage or mark on the tube surface.
Objective: To safeguard the delicate optical fibers, the quality of the loose tube material
should be such that no kink or damage to the tube occur while it is being handled during
installation and in splicing operations.
Procedure: To check the kink resistance of the loose tube, a longer length of the loose
tube is taken(with fiber and gel),a loop is made and loop is reduced to the minimum
bend radius of loose tube i.e. 15 D (where D is the outside diameter of the loose tube).
This test is to be repeated 4 times on the same sample length of the loose tube.
Requirement: No damage or kink should appear on the surface of the tube.
Objective: To check the fibres in ribbon structure, fibres cross over and fibre identity to
ensure the transmission performance and mechanical service life of the fibre in the
ribbon structure.
Test method:FOTP-123 (Video Gray Scale Analysis (VGSA) or Microscopic method).
Requirement: It shall meet the dimensional requirements given in clause no.3.8.2 of
this GR. The fibres in the entire length of the ribbon shall not cross over at any point.
Objective: To check the robustness of the fibre ribbons to withstand the twist during
Page 60 of 212
installation conditions and to check the structural integrity of the ribbon over the
deployed length for mid-span entry, maintenance purposes, consideration in
rearrangements and housekeeping.
Test method: FOTP-141.
Requirement: The un-aged and aged (at85±2°Cwith uncontrolled humidity for a period
of 30days) completed ribbon shall not show any separation of individual fibres from the
ribbon structure after completion of the twist test when observed under 5X magnification.
Objective: To check the dimensional integrity of the ribbon without twisting to allow
rearrangements and to limit the potential attenuation increases due to a macro-bending
caused by twisting of the fibre ribbon.
Test Method: FOTP-131.
Requirement: The aged(at85±2ºCwithuncontrolledhumidityforaperiodof 30 days) ribbon
residual twist (if any) shall have a pitch : > 400 mm.
Requirement: No damage shall occur either to fibre coating or the fibres. The coating
shall not sustain any swelling self-stripping, cracking or splitting when examined under
5X magnification.
Note: The manufacturer shall recommend the procedure for the removal of ribbon
matrix.
Page 61 of 212
4.21Ribbon Strip ability Test(Type Test):
Objective: Check of removal of the matrix material and the fibres protective coating
mechanically with commercial stripping tools from un-aged and aged ribbons.
Test Method:GR-20-COREissue4,2013
Pre Conditioning:
Aged samples: The humidity of aged ribbons shall be soaked at 85 ± 2 °C and a non-
condensing humidity of 85 ± 5% for a period of 30days.
Water aged samples: The water aged ribbons shall be soaked in deionizad or distilled
water at a temperature of 23 ± 5 °C for a period of 14 days. The fibre ribbon strip-ability
testing shall be conducted at standard atmospheric conditions. The un-aged, humidity –
aged, and water aged ribbons shall be tested within eight hours after aging.
Requirement: There shall be no fibre breakage and any coating residue shall be
removable with a single isopropyl alcohol wipe when at least 25mm of the matrix
material and the fibre Protective coating is mechanically removed with commercial
stripling tools from un-aged and aged ribbons.
4.25 Drainage Test for Loose Tube and Drip test on the cable (Type Test):
4.27 Check of the effect of aggressive media on the cable (Acidic and Alkaline
Behaviour) (Type Test):
Procedure: To check the effect of aggressive media, solution of PH4 and PH10 shall be
made. The two test samples of the finished cable, each of 600 mm in length, are taken
and the ends of the samples are sealed. These test samples are put in the
PH4andPH10 solutions separately. After 30 days these samples are taken out from the
solutions and examined for any corrosion etc on the sheath and other markings of the
cables. (Test method no. ISO175).
Requirement: The sample should not show any effect of these solutions on the sheath
and other marking of the cable.
The Anti-rodent (Optional) test shall be checking the uniformity of application of glass
rowing yarns around the periphery of inner sheath. The test shall be carried out by
BSNL QA during type testing or can be carried out at any recognized lab on finished
cable and in addition, manufacturer shall also give an undertaking in this respect.
The reports shall be submitted by the manufacturers. Termite resistance shall be
Page 63 of 212
provided with an additive/without additive in outer sheath and rodent protection shall be
provided with Glass roving yarns around the periphery of inner sheath and these yarns
should be spread uniformly around the periphery of inner sheath.
The following minimum parametric tests on Anti termite / Anti rodent dopants shall be
carried out during the TSEC testing
1. Non-toxicity
2. Thermal Stability
3. Long life Span/half-life
4. Compatibility
5. Efficacy
The thermal stability of the dopant should not deteriorate during cable execution
process. The life of the dopant should be equal or better than the life of the cable
specified in the technical specification herein. Appropriate certificate in this regard from
any neutral lab accredited with NABL / Government BBNL Tender
Laboratory/ Institute should be produced.
Similarly other parameters such as non-toxicity, efficacy and compatibility shall be
certified in any neutral lab accredited with NABL / Government Laboratory / Institute and
test report is to be submitted during TSEC testing.
Depending upon the number of fibres in a Ribbon (which depends on the cable
capacity), the colour of fibres are serially chosen from the column no. II of the
following table-1.
Page 65 of 212
Table-1:Colour Coding scheme of the Optical Fibre & Loose tube
Note: The individual number marking shall be at regular interval of every 300mm or
lesser on natural color ribbon and shall be legible. The printing on the ribbon shall also
be of durable quality and shall be compatible with coating of the ribbon and Thixotropic
Jelly (filled in the loose tube of the cable).
Page 66 of 212
additives shall also be non-toxic. The cable shall be tested for the presence of Anti
termites & Anti rodent (optional) additives by recognized laboratory or institute. The
cable shall also be tested for its termite & rodent (optional) proven-ness by NABL
accredited Lab / Govt laboratory or institute.
6.2.6 The HDPE black in colour used for sheath shall be UV stabilized.
Note: A test certificate from a recognized laboratory or institute may be acceptable
for the UV stability of the HDPE sheath material
6.2.7 The material used in optical fibre cable must not evolve hydrogen that will affect the
characteristics of optical fibres.
Note: A test certificate from a recognized laboratory or institute may be acceptable.
Note: The tests may be conducted in house (if facility exist) or may be conducted
at CACT or any other recognized laboratory. The test certificate may be accepted
and the tests may not be repeated subsequently, in next type approvals, if the raw
material used is of same make and grade.
7. 0 Documentation:
7.1 Complete technical literature in English with detailed cable construction diagram of
various sub-components with dimensions, weight &test data and other details of the
cable shall be provided.
7.2 All aspects of installation, operation, maintenance and fibre splicing shall also be
covered in the handbook. The pictorial diagrams of the accessories (with model no. and
manufacturer name) supplied along with the cable as package shall be also be
submitted. A hard as well as soft copy of the manuals shall be provided.
8.0 Safety:
8.1 The material used in the manufacturing of the Optical fibre cables shall be non-toxic and
dermatologically safe in its life time and shall not be hazardous to health. The
manufacturer shall submit MSDS(Material safety Data Sheet) for all the material used in
manufacturing of OF Cable to substantiate the statement.
Page 67 of 212
Annexure-I
The following parameters of the component parts of the cable are to be taken in to
account while designing and manufacturing the optical fibre cables of the required fibre
count. These parameters shall be checked during evaluation of the OF cables.
Note: The manufacturer shall submit the design calculations which shall be cross
checked.
Page 68 of 212
List of Abbreviations
IS -Indian Standards
KV -Kilo Volt
OF -Optical Fibre
QA -Quality Assurance
QM -Quality Manual
UV -Ultra Violet
Page 69 of 212
Sub-Section C
Fiber Distribution Management System Outdoor
1. TEC GR Reference- TEC/GR/TX/FDM-003/01 MAR 2012. Additional specification of
FDMS Outdoor. Wherever Specifications under this section shall contradict with TEC
GR, then specifications under this section shall prevail.
2. Fiber Distribution Management System (Outdoor) Schematic Diagram
andspecifications
(GR No. TEC/GR/TX/FDM-003/01 MAR 2012)
3. Specification details:
OFC Entry Ports 4 Nos. Round Port, suitable for Ribbon O F Cable of
Diameter 14-22mm; 1 No. Oval Port (100mm x 40mm)
suitable for Ribbon O F Cable of Diameter 14-24mm
Splicing Tray Capacity 14 Nos. Splice Trays of 4 x 6F Ribbon each = 336
Fibers,
Type of Ribbon 6F as per Bell core document GR-20 Issue 4, 2013
Cable Entry Port Sealing Supplied with 4 Sets suitable for Ribbon O F Cable of
Diameter 14-22mm and 1 Set suitable for Ribbon O F
Cable of Diameter 14-24mm
Splice Protection Sleeves As per GR TEC/GR/TX/PTS-02/03. JAN-2011 - 56 nos.
+25% extra
Test Procedure As per TEC GR referred.
Page 70 of 212
Sub-Section D
Design and additional specification of FDMS Type-III-B (Indoor for GP). Wherever
specifications under this section shall contradict with TEC GR, then specifications under
this section shall prevail.
1. Schematic Diagram
300 mm 300 mm
180
mm CCU ONU
120
Battery Splitter
mm
400
mm
Splice Tray Patch Panel
(48F x4nos.) 96F
700
mm
600
mm
2. Specification Parameters
Specifications Description
Outer Dimensions Height 700mm, Width 600mm, Depth 225mm, +/- 5%
Splicing & Patching 96 Nos. (16 x 6F Ribbon Fiber)
Capacity
Provision for Mounting of Battery, CCU, Splitter Box & ONT. Sliding Tray
for Battery/CCU for easy Cabling etc.
PLC Splitter Provision of PLC Splitter to be provided, mounted in a
Splice Tray, with SC-APC Connectors on Input & Out Fibers
(1 +8) as per TEC GR TEC/GR/TX/OPT001/01 APR 2012.
Constructed from Powder-Coated CRCA Steel Sheet (minimum 1.6 mm thick
)
Mounting Method 'Wall Mounting using M8 Expansion Bolts (4 Nos.)
Type of Ribbon 6F as per Bellcore document GR-20 Issue-4 2013
Type of Adaptor Pre-installed with 96 Nos. of SC-APC as per TEC GR
TX/OFJ- 01/05 NOV 2009 (CACT Approved)
Page 71 of 212
Ribbon Fan-out Connector SC-APC as per TEC GR TX/OFJ-01/05 NOV 2009 (CACT
Appd source)
Type of Ribbon Fan-out Pre-installed with 16 Nos. of 6F Ribbon Fan-out G-652D,
Ribbon Length 1.5m, Fan out Length - 0.5m
Supplied with SC-APC Patch Cord (2 Meter length) 4 Nos., (for
Testing/Patch Panel to Splitter/ONT Connectivity).
OFC Entry Ports (Bottom) 2 Nos. for Ribbon OFC Diameter 15-22mm, 2 Nos. for 24F
OFC Diameter 10-14mm
Test Procedure As per TEC GR referred.
Patch Cord Ports (Bottom) 4 Nos. for 24 x 3mm SC-APC Patch Cords
Provisions for (on Top) 4 Nos. for Entry of Power Cable/ Data Cable to OLT/ PSU/
FMS
Page 72 of 212
Sub-Section-F
GENERIC REQUIREMENT FOR METAL FREE OPTICAL FIBER CABLE 24F WITH
DOUBLE HDPE SHEATH (G.652D Fiber)
a. have got Technical Specification Evaluation Certificate (TSEC) for their product from
Quality Assurance Circle, BSNL, Bengaluru or Type Approval Certificates (TAC) from
TEC New Delhi against specification under the section IV-C. TSEC obtained against
any BSNL tender like no. CA/CNP/24F OFC/T-498/2015 issued on 20/01/2015 or
CA/Ent.-CNP/OFC/T553/2016 issued on 24/06/2016, etc. with matching technical
specifications or TSEC obtained for BBNL tenders no. BBNL/MM/2013/001 issued on
03/04/2013 or BBNL/MM/2016/003 dated 28/10/2016 will be acceptable to meet
eligibility criteria.
b. TSEC obtained against any BSNL tender or BBNL tender with same technical
specifications will be accepted.
or
c. have applied for TSEC for their product in QF-103 form to Quality Assurance Circle,
Bengaluru or in form– B to TEC at least one day before the opening of the tender. The
Type Approval Certificate / TSEC / FORM-B / QF-103 shall be obtained for
specification under section IV-C. The registration number allotted for the TSEC
purpose by QA circle shall be submitted along with the bid.
Page 73 of 212
Annexure B
Engineering Instructions for Under Ground Optical Fiber Cable Laying Works
1.0 SCOPE
1.1 The Engineering Instructions spelt out in this document deal with the methods to be
adopted for underground Optical Fiber Cable laying in PLB HDPE ducts and
termination of OF Cables at Gram Panchayats (GPs) for BharatNet Projects.
3.0 GENERAL
3.1 Soil Classification
Soil shall be classified under two broad categories Rocky and Non Rocky. The soil is
categorized as rocky if the cable trench cannot be dug without blasting and / or
chiseling. All other types of soils shall be categorized as Non Rocky including Murrum
& soil mixed with stone or soft rock.
4.0 The Optical Fiber Cable shall be laid through PLB HDPE Ducts buried at a nominal
depth of 165cm. The steps involved in OF Cable laying are as under
Page 74 of 212
4.1 Excavation of trench up to a nominal depth of 165 cm in non-Rocky soil, according to
construction specifications along National/State Highways/other roads and in built up
/rural areas. Under exceptional conditions/ genuine circumstances due to site
constraints/ soil conditions, relaxation can be granted by the competent authority for
excavation of trench to a depth lesser than 165cm. Such relaxation shall be given as
per the laid down norms/ procedures being set by BSNL and with the approval of the
competent authority. The payment in such cases shall be made on pro-rata basis as
per the laid down norms adopted by the concerned BSNL.
4.2 Laying of PLB HDPE Ducts/coils coupled by sockets in excavated trenches, on
bridges and culverts, as per construction specification and sealing of PLB HDPE Ducts
pipe ends at every manhole by end-plugs of appropriate size.
4.3 Providing additional protection by R.C.C. Pipes/GI pipes and/or
concreting/chambering, wherever required according to construction specification.
4.4 Fixing of GI pipes/troughs with clamps on culverts/bridges and/or chambering or
concreting of G.I. Pipes/troughs, wherever necessary. Normally, RCC/DWC pipes
shall be used and use of GI pipes shall be avoided. However, in case it is felt that GI
pipe is unavoidable in certain circumstances this should be done with the prior
approval of competent authority within the concerned BSNL. This shall be recorded
appropriately.
4.5 Laying Protection Pipes on Bridges and Culverts. In case trenching and pipe laying is
not possible on the culverts, the pipes shall be laid on the surface of the
culverts/bridges after due permission from the competent authority within the
concerned BSNL as per construction specification
4.6 Back filling and Dressing of the Trench according to construction specifications.
4.7 Making manhole of size (2.0 m length x 1.0 m width x 1.65 m Depth) at every Cable
pulling location for housing the OF Cable loop & Pulling Optical Fiber Cable using
proper tools and accessories. Sealing of both ends of the PLB HDPE pipe in manhole
by hard rubber bush of suitable size to avoid entry of rodents into the PLB HDPE
Ducts, putting split PLB HDPE Ducts and split RCC pipes with proper fixtures over
cable in the manhole to protect the bare cable.
4.8 Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for fixing of Jointing
chambered- cast RCC cover or stone of suitable size on jointing chamber to protect
the Joint and backfilling of jointing chamber with excavated soil.
4.9 Digging of pits 500 cm to 1000 cm towards jungle side at every manhole and jointing
chamber along the route to a depth of 75cm fixing of route Indicator/joint indicator,
concreting and backfilling of pits. Painting of route indicators with Blue colour and joint
Indicator by Grey color and sign writing denoting route/joint indicator number and
marked as “BBNL/BSNL” as per construction specifications.
Page 80 of 212
7.0 Laying OF PLB HDPE Ducts
After the trench is excavated to the specified depth, the bottom of the trench has to be
cleared of all stones or pieces of rock and levelled up properly. A layer of soft soil/or
sand (in case the excavated material contains sharp pieces of rock/stones) of not less
than 5 cm is required for levelling the trench to ensure that the cable when laid will
follow a straight alignment. Adequate care shall be exercised while laying so that the
OF cables are not put to undue tension/pressure after being laid as this may adversely
affect the optical characteristics of cables with passage of time.
The CONTRACTOR shall ensure that trenching and pipe laying activities are
continuous, without leaving patches or portions incomplete in between. In case
intermediate patches are left, measurement of the completed portions will be taken
only after work in such left over patches are also completed in all respects.
Preparatory to aligning the pipe for jointing, each length of the PLB HDPE Ducts shall
be thoroughly cleaned to remove all sand, dust or any other debris that may clog,
disturb or damage the optical Fiber cable when it is pulled at a later stage. The ends of
each pipe and inside of each Socket shall be thoroughly cleaned of any dirt or other
foreign materials.
After the trench is cleaned the PLB HDPE Ducts/Coil shall be laid in the cleaned
trench, jointed with Sockets. Drawing up of PP rope is optional as per TEC GR. In
case of use of PP Rope, at every manhole approximately at every 200m or at bends or
turns the PP rope will be tied to the HDPE end caps used for sealing the PLB HDPE
Ducts, to avoid entry of rodents/mud etc.
At the end of each day work, the open ends of the pipes sections shall be tightly
closed with end caps to prevent the entry of dirt/mud, water or any foreign matter into
PLB HDPE Ducts until the work is resumed. In built up area falling within
Municipal/Corporation limits, the PLB HDPE Ducts shall be laid with protection using
RCC Pipes/ Concreting reinforced with weld mesh (only in exceptional cases).
For lesser depths requiring additional protection in built up areas, towns and cities
falling within t the municipal limits, suitable protection shall be provided to PLB HDPE
pipes/coils using RCC/DWC full round/split pipes or GI pipes or cement concreting
reinforced with MS weld mesh or a combination of any of these as per the site
requirement. This shall be done only with the prior instructions/approval of the BSNL.
The specifications for providing each of these protections are given later in this
document.
Moreover, in cross country routes, if depth is less than 1.2 meters, protection by using
RCC/DWC Pipe shall be provided. BSNL shall decide about such stretches and type
of protection to be provided in view of the site requirements. Normally 100 mm RCC
/DWC Pipes shall be used for protecting PLB HDPE Ducts but if more than one PLB
pipe is to be laid and protected, RCC/DWC Pipe of suitable size to accommodate the
required number of PLB Pipes shall be used.
The PLB HDPE Ducts shall be laid in RCC Full Round spun Pipes/GI Pipes as
required at Road crossings. The RCC pipes/GI pipes shall extend at least 3 meters on
either side of the road at Road crossings. At Road crossings, extra GI/PLB HDPE
Ducts may be laid as per the direction of the BSNL. On Rail bridges and crossings, the
PLB HDPE Ducts shall be encased in suitable cast iron as prescribed by the Railway
Authorities.
Wherever RCC pipes are used for protection, the gaps between the RCC collars and
Page 81 of 212
the RCC pipes shall be sealed using cement mortar 1:3 (1:53 grade cement of reputed
brand, 3: fine sand without impurities) to bar entry of rodents. Every third collar of RCC
pipes (normally of 2 meters length) and also both ends of RCC Pipes will be
embedded in a concrete block of size 40 cm (L)x 40 cm(W) x 25 cm (H) of 1:2:4
cement concrete mix (1:53 grade cement of reputed brand, 2: coarse sand, 3: stone
aggregate of nominal size of 20 mm ) so that the alignment of RCC pipes remain firm
and intact and to avoid entry of rodents.
Wherever GI pipes are used, special care should be taken to ensure that G.I. Pipes
are coupled properly with the sockets so as to avoid damage to PLB pipe and
eventually the OF Cable in the event of pressure coming on the joint and G.I. Pipe
joint giving its way. Rubber bushes shall be used at either ends of the GI pipes to
protect PLB pipe. Both the ends of G.I. Pipe will be embedded in a concrete block of
size 40 cm (L) x 40 cm ((W) x 25 cm (H) of 1:2:4 cement concrete mix (1:53 grade
cement of reputed brand, 2: coarse sand, 3: stone aggregate of nominal size of 20
mm) so that the alignment of G.I. Pipes remain firm and intact and to avoid entry of
rodents.
For carrying out concreting work in trenches, yellow PVC sheets of width not less than
1.0 M and of weight not less than 1 kg. Per 8 sq. meters shall be spread and nailed on
sides of the trench to form trapezoidal section for concreting in the cleaned trench, to
avoid seepage of water into the soil.
The PLB HDPE Ducts/RCC/GI Pipes shall be laid only in trenches accepted by BSNL
or his representative. The CONTRACTOR shall exercise due care to ensure that the
PLB HDPE Ducts are not subjected to any damage or strain.
Water present in the trench at the time of laying the PLB HDPE Ducts shall be
Page 82 of 212
pumped out by the CONTRACTOR before laying the pipes in the trench to ensure that
no mud or water gets into the pipes, thus choking it.
In case of nallahs, which are dry for nine months in a year, the PLB HDPE Ducts shall
be laid inside the RCC Pipes laid at a minimum depth of 165 cm, as instructed by the
BSNL. The mechanical protection shall extend at least 5 meters beyond the bed of
nallah on either side.
Notwithstanding anything contained in clauses referred above, the BSNL may order,
based on special site requirements, that the PLB HDPE Ducts may be encased in
reinforced cement concrete, as detailed, ibid. While laying the pipes, a gap of 2 M is
kept at convenient locations approx. 200 m apart and at the bends and turns, which
will be used as manholes during OF cable pulling. Ends of the PLB HDPE Ducts at the
manholes shall be sealed using end caps after tying the PP rope to the end caps to
avoid choking of the pipes. In a similar manner, manholes shall be kept while
approaching bridges, road crossings etc., as instructed by the BSNL. The location of
the manholes will be decided by the BSNL
Methods cited in above clauses should be carried out under close supervision of Road
authorities.
Where white wash/colour wash is existing on the Bridges/ Culverts, the same should
Page 83 of 212
also be carried out on the concreted portion to ensure uniformity.
At locations where the back filled materials contains stones/sharp objects which may
cause injury to the PLB HDPE pipes and where the excavated or rock fragments are
intended to refill the trench in whole or in part, the trench should be initially filled, with
a layer of ordinary soil or loose earth (free from any stones/pebbles) not less than 10
cm thick over the pipes.
Back filling on public, roads, railway crossings, footpaths in city areas shall be
performed immediately after laying the HDPE pipes. Back filling at such locations shall
be thoroughly rammed, so as to ensure original condition so that it is safe for the road
traffic. All excess soil/ material left on road/ footpath/railway crossing shall be removed
by CONTRACTOR. However, along the highways and in country side, the excess dug
up material left over after refilling should be kept in a heap above over the trench.
In city limits, at any given time not more than 50 Meters length of trench should be
kept open and in all places where excavation has been done, no part of the trench
should be kept open over night to avoid occurrence of any mishap or accident in
darkness.
Road restoration work with cement concrete 1:4:8 mix for thickness varying from 150
mm to 225 mm, including supply of concrete to be made to evenly match the road.
10.1CABLE PULLING
Manholes marked during PLB HDPE Ducts pipe laying of approx. size of 2.0 m length
x 1.0 m width x 1.65 m depth shall be excavated for pulling the cables. There may be
situations where addition manholes are required to be excavated, for some reasons, to
facilitate smooth pulling of cable. Excavation of addition manholes will be carried out,
without any extra cost. De-watering of the manhole, if required, will be carried out
without any extra costs. Dewatering/ De- gasification of the Ducts, if required, will be
carried out without any extra costs.
Page 84 of 212
The Optical Fiber cables are available in drums in lengths of approx. 2 km. The cables
shall be blown / manually pulled (in exceptional cases) through already laid PLB HDPE
DUCTS. This work is to be carried out under the strict supervision of site in-charge. It
shall be ensured that during the blowing / pulling of Cable the tension is minimum and
there is no damage to the Cable/Optical Fibers.
After pulling of the drum is completed, both ends of the PLB HDPE DUCTS pipe in
each Manhole should be sealed by hard rodent resistant rubber bush, to avoid entry of
rodents/mud into PLBHDPE Ducts.
The Manholes are prepared by providing 40 mm split PLB HDPE DUCTS pipe of 2.5
to 3m length and closing the split PLB HDPE Ducts by providing necessary clamps/
adhesive tape as per the directions of BSNL. Afterwards, the split/cut PLB HDPE
DUCTS pipe are covered with 100 mm split RCC pipe of 2m length and sealing the
ends of RCC pipe with lean cement solution for protecting bare cable in the manhole .
After fixing of RCC Split Pipes necessary back filling/reinstatement and dressing of
manholes should be carried out as referred under trenching. The location of the pulling
manhole should be recorded for preparation of documentation.
10.2Jointing/ Splicing
Optical Fiber Cable Joints will be at varying distances depending upon the incremental
fiber to be laid for connecting Panchayats. The 48 fibers are to be spliced at every
Joint & at both ends (Terminations) in the equipment room as directed by the BSNL.
The Infrastructure required for cable splicing i.e. Splicing machine OTDR. Optical talk
set Tool kit etc.will be arranged by the CONTRACTOR and also any additional
accessories. e. g. Engine etc. required at site for splicing will also be arranged by the
CONTRACTOR.
The Optical Fiber Cable thus jointed end-to-end will be tested by the BSNL/TPA officer
of Acceptance Testing unit of the concerned BSNL for splice losses and transmission
parameters as specified by BSNL and prevalent at that time. The through Optical Fiber
should meet all the technical parameters, specified and no relaxation will be granted.
The jointing chambers are constructed by way of fixing pre-cast RCC chambers/Brick
Chambers and covers as per the instructions from BSNL.
1:5:10 (1 cement, 5 coarse sand, 10 graded stone aggregate of 40mm nominal size) of
size of 1.7m x 1.7 m and 0.15 musing cement mortar mix of 1:5 (1: cement, 5: fine
sand). The chamber should have internal dimensions of 1.2 m x 1.2 m and 1 m height.
The bricks to be used for this purpose should be of size 9” X 4.5” X 3” best quality
available and should have smooth rectangular shape with sharp corners and shall be
uniform in colour and emit clear ringing sound when struck.
The joint chamber should be so constructed that PLB pipe ends remain protruding
minimum 5 cm inside the chamber on completion of plastering. The PLB pipes should
be embedded in wall in such a way that, the bottom brick should support the pipe and
upper brick should be provided in a manner that PLB HDPE pipe remains free from the
weight of the construction. The joint chamber should be plastered on all internal
surfaces and top edges with cement mortar of 1:3 (1: cement, 3: coarse sand), 12 mm
thick finished with a floating coat of complete cement as per standard. Pre-cast RCC
slab with two handles to facilitate easy lifting, of size 0.7 m x 1.4 m and of thickness of
5 cm having one handle for each ha on it are to be used
to cover the joint chamber. Two numbers of such slabs are required for one joint
chamber. This pre-cast slab should be made of cement concrete mix of 1:2:4 (1:
cement, 2: coarse sand, 4: stone aggregate 6 mm nominal size) reinforced with steel
wire fabric 75 x 25 mm mesh of weight not less than 7.75 Kg per sq. Meter. The joint
chamber is filled with clean sand before closing. Back filling of joint chamber pit with
excavated soil shall be carried out in the end
The pits for fixing the indicator shall be dug for a size of 60 cm x 60 cm and 75 cm
(depth).
The indicator shall be secured in upright position by ramming with stone and murrum
up to a depth of 60 cm and concreting in the ratio of 1:2:4 (1: cement, 2: coarse sand,
4 stone aggregate 20 mm nominal size) for the remaining portion of 15 cm. Necessary
curing shall be carried out for the concreted structure with sufficient amount of water
for reasonable time to harden the structure.
Page 86 of 212
12.1RCC/Pre cast Route Indicators
The route /joint indicator made of pre-cast RCC should have the following dimensions
Base - 250 mm x 150 mm Top - 200 mm x 75 mm Height - 1250 mm (See Figure 5)
12.2Stone based Route Indicators
The route /joint indicators made of Sand/lime Stone Should have the following
dimension. The word ‘BBNL/BSNL OFC’ should be engraved on the Route/Joint
indicators.
1. Stone to be used (Sand/lime Stone)
2. Indicator Top surface to be rounded
3. Base 155 mm × 100 mm
4. Upper 500 mm length to be Tapered width wise as shown in the drawing and
homogeneously finished.
5. Height 650mm (Straight) + 400 mm (Tapered)
6. The route indicators should be engraved with the word “OFC” of size 80 mm
length and 50 mm width.
7. Length 3.5 ft, top 4” X 4” dressed 1 ft. from top and tapered
(see figure 6 for details of stone route indicators)
The Route indicators shall painted Blue and placed at 500 to 1000 cm away from the
centre of the trench towards jungle side. The Joint indicators are placed at OFC joints
and placed 500 to 1000 cm away from wall of the joint chamber facing jungle side and
are painted Grey. The engraved word “BBNL/BSNL OFC” should be painted in white,
on route as well as joint indicators. Numbering of route indicators/joint indicators
should also be done in white paint. The numbering scheme for route indicators will be
Joint No./Route Indicator No. for that joint. For example, 2/6 marking on a route
indicator means 6th route indicator after 2ndjoint. Additional joints on account of faults
at a later date should be given number of preceding joint with suffix A, B, C, and D.
For example sign writing 2A on a joint indicator means, additional joint between joint
No. 2 and 3. The numbering of existing route/joint indicator should not be disturbed on
account of additional joints. Enamel paints of reputed brand should be used for
painting and sign writing of route as well joint indicators.
The route and joint indicator shall be painted with primer before painting with oil paint.
The material used should bear ISI mark. The size of each written letter should be at
least 3.5 cm. The colours of painting and sign writing is as under:
13.0 Documentation
The documentation, consisting of the following shall be prepared for each Block and
the Panchayats connected to the Block. 4 sets of documentation shall be provided
both in Electronic format on CD as well as Hard binded copy.
13.1Route Index Diagrams General: This diagram shall consist of Cable Route Details
on Geographical Map drawn to scale with prominent land marks and alignment of
cable with reference to road. This shall be prepared on A-3 sheets of 80 GSM.
Page 87 of 212
13.2Route Index Diagrams Profile
These diagrams will contain
1. Make and size of the cable.
2. Offset of cable from centre of the road at every 10 meters
3. Depth profile of Cable at every 10 meter;
4. Details of protection with type of protection depicted on it;
5. Location of culvert and bridges with their lengths and scheme of laying of PLB
HDPE Ducts pipe thereon.
6. Important landmarks to facilitated locating the cable in future; Location of Joints
and pulling manholes.
These diagrams shall be prepared on A-4 sheets of 80 GSM. On one sheet profile of
maximum 400 meters shall be given to ensure clarity.
All the diagrams (1), (2) & (3) shall bear the signatures of the CONTRACTOR, the
BSNL as a proof of accuracy of the details. The diagrams shall be bound in A-4 size
book with cover.
The cover sheets shall be of 110 GSM and laminated. The front cover shall have the
following details.
Only wooden handled hand tools should be used until the electric cables have been
completely exposed. Power Cables, not laid in conduits, are usually protected from
above by a cover slab of concrete, brick or stone. They may or may not be protected
Page 88 of 212
on the sides. It is safer, therefore, always to drive the point of the pick axe downwards
then uncovering a cable, so that there is less chance of missing such warning slabs.
No workman should be permitted to work alone where there are electric cables
involved. At least one more man should be working nearby so that help can be given
quickly in case of an accident. If disconnection of power could be arranged in that
section it will be better. No electric cables shall be moved or altered without the
consent of the Electric Authority and they should be contacted to do the needful. If an
electric cable is damaged even slightly, it should be reported to the Electric Authority
and any warning bricks disturbed during excavation should be replaced while back
filling the trench. Before driving a spike into the ground, the presence of other
underground properties should be checked. Information on plans regarding the
location of power cables need not to be assumed as wholly accurate. Full precautions
should be taken in the vicinity until the power cable is uncovered. All electric cables
should be regarded as being live and consequently dangerous. Any power is generally
dangerous, even low voltage proving fatal in several cases.
14.3 Safety Precautions while working in public street and along railway lines :
Where a road or footpath is to be opened up in the course of work, special care
should be taken to see that proper protection is provided to prevent any accidents
from occurring. Excavation work should be done in such a manner that it will not
unduly cause inconvenience to pedestrians or occupants of buildings or obstruct road
traffic. Suitable bridges over open trenches should be so planned that these are
required for the minimum possible time. Where bridges are constructed to
accommodate vehicular traffic and is done near or on railway property, it should be
with the full consent and knowledge of the competent railway authorities.
Excavation liable to cause danger to vehicles or the public must at all times be
protected with fencing of rope tied to strong uprights or bamboo poles at suitable
height or by some other effective means. Any such temporary erection which is likely
to cause obstructions and which is not readily visible should be marked by posts
carrying red flags or boards with a red background by day and by continuously
lighted lamps at night.
The flags and the lamps should be placed in conspicuous positions so as to indicate
the pedestrians and drivers of vehicles the full expanse i.e. both width and length of
the obstruction. The distance between lamps or between floors should not generally
exceed 1.25 m along the width and 6m along length of the obstruction in non-
congested areas, but 4 meters along the length in congested areas.
The police authorities are normally responsible for the control of traffic and may
require the setting up of traffic controls to reduce the inconvenience occasioned by
establishment of a single line of traffic due to restriction in road width or any other form
of obstruction caused by the work. As far as possible, such arrangements should be
settled in advance. If there are any specific regulations imposed by the local
authorities, these should be followed.
14.11 Procedure and Safety Precautions for use of explosives during blasting for
trenching
In areas where the cable trench cannot be done manually on account of boulders
and rocks, it is necessary to blast the rocks by using suitable explosives. The quality
of explosive to be used depends on the nature of the rocks and the kind of boulders.
A few types of explosive fuses and detonators normally used for making trenches for
cable works are detailed below:
1. Gun powder
2. Nitrate Mixture
3. Gelatine
4. Safety fuse
5. Electric Detonator
6. Ordinary Detonator
14.11.1 Procedure
A detailed survey of the route is to be done to assess the length of the section
where trenching is to be done with the help of blasting. A route diagram of the
rocky section may be prepared indicating the length of the route where the
explosives are to be used. For the purpose of obtaining license, a longer length
Page 91 of 212
of route should be given in the application as in many cases, after digging,
rocks appear which was not initially anticipated.
Next a license will have to be obtained for use and storing of explosive in that
section. If the area falls under a police commissioner, the authority for granting
such license is the police commissioner of the concerned area. When the route
does not fall in the jurisdiction of a police commissioner, the authority for issuing
license is the District Magistrate.
The concerned BSNL authority should be applied in prescribed form with a
route map. The concerned authority will make an enquiry and issue license for
using/storing explosives for cables trenching work. Such license will be valid for
15 days only. The license should be got renewed if the blasting operation needs
to be extended. Once the license is granted, it is the responsibility of the
holders of the license for the proper use of explosives, its transportation and
storing.
14.11.4 Warning
There may be two reasons for unsatisfactory results of the blasting
1. Misfire of Gelatin due to leakage of current from detonator.
Page 92 of 212
2. Over loading because of overburdens.
Never pull the broken wire pieces form the holes in such cases. Attempt should
not be made to re-blast the misfired Gelatin. The safest way is to make a fresh
hole by its side and put fresh Gelatin in that hole and blast it.
14.12 Precautions
The abstract of Explosives Rules 1983 which are relevant to our work is given below:
14.12.1 Restriction of delivery and dispatch of explosives
No person shall deliver or dispatch any explosives to anyone other than a person
who is the holder of a license to possess the explosives or the agent of a holder
of such a license duly authorized by him in writing on his behalf?
OR
is entitled under these rules to possess the explosives without a license.
Page 93 of 212
14.12.5 Explosives not to be kept in damaged boxes
The licensee of every magazine or store house shall ensure that, the explosives
are always kept in their original outer package. In case, the outer package gets
damaged so that the explosive contained therein cannot be stored or
transported, such explosives shall be repacked only after the same are
examined by controller of explosives.
The maximum of eight bore holes shall be loaded and fired at one occasion.
The charges shall be fired successively and not simultaneously. Immediately
before firing, warning shall be given and the agent shall see that all persons
have retired to a place of safety. The fuses of the charged holes shall be ignited
in the presence of the agent, who shall see that all the fuses are properly
ignited.
Careful count shall be kept by the agent and other of each blast as it explodes.
In case all the charged bore holes have exploded, the agent shall inspect the
site soon after the blast but in case of misfire the agent shall inspect the site
after half an hour and mark red crosses (X) over the holes which have not
exploded. During this interval of half an hour, nobody shall approach the
misfired holes. No driller shall work near such bore until either of the following
operations has been done by the agent for the misfired boreholes.
The CONTRACTOR’S agent shall very carefully (when the tamping is a damp
clay) extract the tamping with a wooden scraper and withdraw the primer
detonator.
The holes shall be cleaned for 30 cm of tamping and its direction ascertained
by placing a stick in the hole. Another hole shall then be drilled 15 cm away and
parallel to it. This hole shall be charged and fired. The misfired holes shall also
explode along with the new one.
Before leaving the site of work, the agent of one shift shall inform the agent
relieving him for the next shift, of any case of misfire and each such location
shall be jointly inspected and the action to be taken in the matter shall be
explained to the relieving agent. The BSNL shall also be informed by the agent
of all cases of misfire, their cause and steps taken in that connection.
Page 97 of 212
Figure 1
66.0
58
4
4
4
4
5 5
0 0
4
0 7
7
5 0
40
66
Page 98 of 212
Figure 2
M.S. WELDMESH
DETAILS OF 100 MM X 50 MM, 12 SWG MILD STEEL WELD MESH HAVING WIDTH OF
120
CM.
Page 99 of 212
Figure 3
RRubber Cork
20
49
55
19 19
6.
0 5
4 5
6
0
5 4 6
19 0
40 5
3
7 3
FRONT SID7 VIE
VIEW E W
4
9
25
.5
2 2
0 0
25
2 .5
2
55
TOP VIEW
Page101of132
Figure 6
Abbreviations
Page102of132
Annexure B (1) –
Penalty for Deviation from Standard Engineering Instructions Underground
Laying
Normally depth of the trench should be 1.65 m in normal & mix soil and 1.2m in
hard soil. Deviations due to field conditions will be required to have necessary
protections in case of less depth. The cases and solutions are as following:
In case, the Successful Bidder does not adhere to the mentioned Engineering
Instructions (AnnexureB) and does not provide requisite protection, then the
Bidder is liable to penalty as per below;
Page103of132
<(Bellow)100 cm. 40% of approved rates 60% of the approved rates
for the achieved depth
Note:
1. In case of rocky/hilly soil, full payment is to be made for depth equal to or
more than 1.2 m. In case of depth below 1.65 m in case of normal soil and
1.2m in case of rocky/hilly soil, if instructions for protection are followed as
detailed above, then no penalty will be levied.
2. Duct: Extra 2% of trench length to account for actual PLB length in trenches.
The payment shall be made with above factor included.
3. In compliance to para 11, joint chambers are to be provided at every joint to
keep the O.F.C. joint well protected and also to keep extra length of cable,
which may be, required to attend the faults at a later date. Separate payment
shall be made for construction of Joint Chambers.
4. Extra OFC length shall normally be kept @ 20 meter per joint. However, to
avoid wastage of OFC, extra length beyond 20 meters and upto 100 meters
may be allowed.
5. The payment of OFC shall be made as per the end to end OTDR length.
6. The length of OFC to be replaced on branch side may also be included during
survey and estimation so that the contractor replaces the damaged branching
side OFC also and splices the replaced section with the undamaged OFC
end.
7. The cost of Straight Joints is included in the per Km Cost of Services.
However, payment for Branch Joints and Splitters shall be made separately,
wherever, installed as per site requirement.
8. Illustration in case of less depth without protection: Assuming that the
standard depth required is 165 cm and the rate approved is Rs.100/- for the
standard depth, then as per the above formula, for a depth of 100 cm the rate
worked out is
Rate Applicable = 100X0.75 = Rs.75/- per running meter
Actual amount to be paid = (100/165) X75 = Rs.45.455/-
= Rs.45.5/- per running meter
Page104of132
Annexure C
Technical Specification for GIS Mapping of OFC Routes
OLT Layer
SN Field Type GPON Description
1 Name String OLT Name
2 Type String Asset Type (OLT)
3 Asset_Code String OLT Code
NMSOLT_C
4 D String NMS OLT Code
5 Blk_Name String Block Name
6 Blk_Code String Block Code
7 Dt_Name String District Name
8 Dt_Code String District Code
9 St_Name String State Name
10 St_Code String State Code
11 Lat Double Latitude
12 Long Double Longitude
13 Coil_Len Double Coil Length
14 Remarks String if any
15 Obs String Observation
16 Status String Editing Status/It should be blank
17 olt_ip String IP address of OLT
18 geo_photo String Photo with geo-location
19 Vendor String UTL,L&T,ITI,TEJAS
20 Phase String 1
21 Model String BBNL/BSNL
22 Technology String GPON
Page105of132
ONT Layer
SN Field Type Description For GPON
1 Name String ONT Name
2 Type String GP,BHQ
3 Asset_Code String ONT Code
4 LGD_Code String LGD Code for Location
5 Location String Location Name of ONT
6 Loc_Type String School, College, GP,PANCHAYAT
BHAWAN etc
7 OLT_Code String OLT Code
8 NMSOLT_C String NMS OLT Code
D
NMSONT_C
9 D String NMS ONT Code
10 Blk_Name String Block Name
11 Blk_Code String Block Code
12 Dt_Name String District Name
13 Dt_Code String District Code
14 St_Name String State Name
15 St_Code String State Code
16 Lat Double Latitude
17 Long Double Longitude
18 Coil_Len Double Coil Length
19 Remarks String BBNL / BSNL Remarks
20 Obs String NIC Observations
21 Status String Editing Status/It should be blank
22 olt_ip String IP address of OLT
23 Ont_mac_id String Mac Id of ONT
24 Otdr_len Double Length in meters
25 Conn_str String PIC-PON-ONT ID
26 Ont_sr_no String Device serial no.
27 Olt_block String Block code of OLT
28 Backhaul String OFC or Sat
29 geo_photo String Photo with geo-location
30 Phase String 1
31 Route_code String Incremental or leased
Page106of132
JOINT Layer
SN Field Type DescriptionFor GPON
1 Name String Joint Name
2 Type String BJC/SJC
3 Asset_Code String Joint ID for NMS
4 Location String Location Name
5 Loc_Type String Location Type
6 OLT_code String OLT Code
7 Blk_Name String Block Name
8 Blk_Code String Block Code
9 Dt_Name String District Name
10 Dt_Code String District Code
11 St_Name String State Name
12 St_Code String State Code
13 Lat Double Latitude
14 Long Double Longitude
15 rd_Offset Double Offset from Middle of the Road
16 coil_2_ont Double Length Towards ONT
17 coil_2_olt Double Length Towards OLT
18 Remarks String BBNL / BSNL Remarks
19 Obs String NIC Observations
20 Status String Editing Status/ It should be blank
21 olt_ip String IP address of OLT
22 Otdr_len Double Length in meters
23 PHASE String 1
24 Route_code String
Page107of132
FPOI Layer
SN
Field Type DescriptionFor GPON
1 Name String FPOI Name
2 Location String Location Name
3 rd_Offset Double Offset from Middle of the Road
4 coil_2_ont Double Length Towards ONT
5 coil_2_olt Double Length Towards OLT
6 Lat Double Latitude
7 Long Double Longitude
8 Remarks String BBNL / BSNL Remarks
9 Type String Joint or Splitter
10 Blk_Code String Block Code
11 Blk_Name String Block Name
12 Dt_Code String District Code
13 Dt_Name String District Name
14 St_Code String State Code
15 St_Name String State Name
16 OLT_code String NIC OLT Code
17 Asset_Code String Joint/Splitter ID
18 Loc_type String School, College, GP, etc
19 fpoi_id String Id of FPOI
OTDR-Len/
20 OTDR_Reading String PoN OTDR reading at FPOI from OLT
21 OLT_IP String IP Address of OLT connected to
22 Geo_photo String Photograph of FPOI with Geo-tagging
23 Obs String NIC Observations
Page108of132
Splitter Layer
SN Field Type Description
1 Name String Splitter Name
2 Type String S2,S4,S8,S16
3 Asset_Code String Splitter ID
4 Location String Location Name
5 OLT_Code String NIC OLT Code
6 Blk_Name String Block Name
7 Blk_Code String Block Code
8 Dt_Name String District Name
9 Dt_Code String District Code
10 St_Name String State Name
11 St_Code String State Code
12 Lat Double Latitude
13 Long Double Longitude
14 rd_Offset Double Offset from Middle of the Road
15 coil_2_ont Double Length Towards ONT
16 coil_2_olt Double Length Towards OLT
17 Remarks String BBNL / BSNL Remarks
18 Obs String NIC Observations
19 Status String Editing Status/ It should be blank
20 geo_photo String Photo with geo-location
21 olt_ip String IP address of OLT
22 Otdr_len Double Length in meters
23 fiber_pos String Left/ Right of the road
24 Direction String Towards GP or Block
25 Phase String 1
Page109of132
OFC Layer
SN Field Type Description
1 Name String OFC Route name
2 Type String Leased/Incremental
3 Asset_Code String Segment Code
4 OLT_Code String OLT Code
5 Blk_Code String Block Code
6 Dt_Code String District Code
7 St_Code String State Code
8 CS String Cable Section
9 Seg_Length Double Route length
10 Start_Node String Starting Asset
11 S_Coil_Len Double Starting Coil Length
12 End_Node String Ending Asset
13 E_Coil_Len Double Ending Coil Length
14 num_fibre String 6/12/24/48/96
15 Status String Editing Status/ It should be blank
16 Remarks String BBNL / BSNL Remarks
17 Obs String NIC Observations
Traverse String FIBRE POSITION e.g. 'U' For
18 Underground, 'O' for Overhead
19 fiber_pos String Left/ Right of the road
20 Direction String Towards GP or Block
21 Phase String 1
22 Route_code String Incremental or leased
Page110of132
RI
SN Field Type Description
1 Name String RI NAME
2 Type String Asset Type
3 OLT_Code String OLT Code
4 Blk_Name String Block Name
5 Blk_Code String Block Code
6 Dt_Name String District Name
7 Dt_Code String District Code
8 St_Name String State Name
9 St_Code String State Code
10 Lat Double Latitude
11 Long Double Longitude
12 rd_Offset Double Offset from centre of the Road
13 CS String Cable Section
14 Remarks String BBNL / BSNL Remarks
15 Obs String NIC Observations
16 coil_len String if any
17 Status String Editing Status/ It should be blank
18 geo_photo String Photo with geo-location
19 fiber_pos String Left/ Right of the road
20 direction String To wards GP or Block
21 Phase String 1 or 2
22 Route_code String INCREMENTAL/LEASED
Page111of132
Landmark Layer
SN Field Type Description
1 Name String Landmark Name
2 Type String Asset Type
3 OLT_NAME String OLT Name
4 OLT_Code String OLT Code
5 Blk_Name String Block Name
6 Blk_Code String Block Code
7 Dt_Name String District Name
8 Dt_Code String District Code
9 St_Name String State Name
10 St_Code String State Code
11 Lat Double Latitude
12 Long Double Longitude
13 Remarks String BBNL / BSNL Remarks
14 Obs String NIC Observations
15 Status String Editing Status/ It should be blank
16 geo_photo String Photo with geolocation
17 fiber_pos String Left/ Right of the road
18 Direction String Towards GP or Block
19 rd_offset String Offset from centre of the Road
20 Phase String 1
Note: 1. Attributes in serial numbers with asterisk mark (*) will be provided
byNIC or may be auto filled by the application.
Note: 2. Attributes in serial numbers with hash mark (#) will be used by
application for processing, so need not to be filled.
Note: 3. All other fields are mandatory.
Note: 4.The information i.r.o. above tables, available with by BSNL/BBNL/NIC
will be provided.
Note: 5. If any other layer is needed to be added, the same shall be intimated
by BSNL appropriately.
Page117of132
Section 3 C
SCHEDULE OF REQUIREMENT
UPE MP UPW
S.No. Rank/ Package No
1A 1B 1C 1D 2A 2B 2C 3A 3B
1 T&L Estimated Qty (Kms) 3265.675 2493.79 2279.63 2254.183 1,991.71 1,971.01 1,945.78 1,925.39 1,688.88
2 OFC (24F) Estimated Qty (Kms) 1503 1120 1135 1100 837 832 831 1,837.390 1,586.875
3 OFC (48F) Estimated Qty (Kms) 1072 910 880 850 740 725 715 65 75
4 OFC (96F) Estimated Qty (Kms) 298 230 212 210 324 316 316 15 17
6 PLB Duct (40/33) Estimated Qty (Kms) 2575 2030 2015 1950 1,568 1,561 1,551 1902 1662
7 PLB Duct (50/42) Estimated Qty (Kms) 548 420 382 373 412 409 407 23 27
Joint Chamber Supply &
8 Estimated Qty 1633 1247 1140 1127 996 986 973 963 845
Inst
Joint
9 closure/supply/installaiton Estimated Qty 4990 3888 3772 3550 1,411 1,398 1,391 16,000 15,000
and Splicing
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary substantially as
per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual requirements.
SECTION-4 Part A
GENERAL INSTRUCTIONS TO BIDDERS (GIB)
1.0 DEFINITIONS
1.1 Tender Inviting Authority-Bharat Sanchar Nigam Limited (BSNL), New Delhi".
The Bidder" means the individual or firm or Company, who participates in this
tender and submits its bid.
1.2 “The Planned Maintenance Agency (PMA)/ Contractor” means the individual
or firm executing the works under the contract.
1.3 "The Fiber Maintenance Agency (FMA)” means the individual or firm
executing the AMC works.
1.4 "The works” means all the equipment, machinery, and/ or other materials
including
serviceswhichtheContractorisrequiredtosupplytoBSNLunderthiscontract.
1.5 "The Advance Purchase Order/work order "or “Letter of Intent” means the
intention of BSNL to place the Purchase Order/work order on the bidder.
1.6 "The Purchase Order/work order" means the order placed by BSNL on the
Contractor signed by BSNL including all attachments and appendices thereto
and all documents incorporated by reference therein. The purchase order/work
order shall be deemed as "Contract" appearing in the document.
1.7 “Firm Work Order”:Firm work order means the individual work order under
contract which will be issued to the contractor by CGM of respective Circle or
his representative after the survey report and BOQ approved by BSNL.
However, the flexibility shall remain with respective CGM of BSNL Circle or his
representative to further decide about the quantum of work in each firm order as
per the local conditions.
1.8 "The Contract Price" means the price payable to the Contractor under the
purchase order/work order for the full and proper performance of its contractual
obligations.
1.9 "Telecom Service Provider" means any Telecom operator in India, who is
licensed by the Department of Telecommunications (DOT), Government of India
to provide telecom services to the general public or to the other DOT licensed
Telecom operators."Telecom Service Provider" also refers to any Telecom
operator in other countries providing telecom services to general public of that
country or to other telecom operators of the same country.
1.10 “Successful Bidder(s)”means the bidder(s) to whom work in this tender is
awarded and will be called PMA.
Page119of132
2.0 ELIGIBILITY CONDITIONS:
Kindly refer to clause 4 of Section – 1 i.e. detailed NIT.
On CPPP portal after downloading tender document, vendors are advised to add the
tender ID to their Favorites after which alerts for any update (corrigenda) shall be
sent by e-tender system CPPP, to their registered Email ID entered on CPPP.
5.2 Any clarification issued by BSNL in response to query raised by prospective bidders
shall form an integral part of bid documents and shall amount to an amendment of
the relevant clauses of the bid documents.
Page120of132
7.2 Bid Security furnished in accordance with clause 12.
7.3 A Nil deviation Statement and Clause by Clause compliance as per clause 11
7.4 A Bid form and price schedule completed in accordance with clause 8 & 9
10.1 The bidder shall furnish, as part of the bid documents establishing the
bidder’s eligibility, the following documents or whichever is required as per
eligibility terms and conditions of Bid Documents.
10.1.1 Valid MSE Certificate, if applicable. In case the ownership of such MSE
Entrepreneurs happens to be from SC/ST category, proof in this regard also
need to be submitted.
10.1.2 Undertaking duly signed by front bidder and its technology/ consortium
partner stating that both of them shall be liable for due performance of the
contract jointly and severally. (not applicable for this tender)
10.1.3 Certificate of Incorporation.
10.1.4 Copy of the Articles of Association & Memorandum of Association (applicable)
or Partnership deed(not applicable for this tender), as the case may be
10.1.5 Latest list of Directors on the board of the Company with their address (es),
contact telephone numbers, Email Ids, DIN of each director, CIN of the
Page121of132
company, etc.
10.1.6 Board's resolution in favour of authorized signatory issuing PoA.
10.1.7 Power of Attorney duly notarized on non-judicial stamp paper of INR 100/- in
favour of authorized signatory & authorization for executing the power of
Attorney in accordance with clause 14.3 of Section 4 Part A
10.1.8 Attestation of the signatures of the authorized signatory by any scheduled
Bank.
10.1.9 Audited Annual Reports of the company along with CA certification for the
last three financial years/ ending 31st March of the financial year /calendar
year. For FY 2022-23, if financial statement is unaudited then a certificate by
Company’s auditors for turn over , shall be acceptable.
10.1.10 Regarding turnover as required under the eligibility conditions.
10.1.11 Contact details i.e. Name, E-mail id, phone no., mobile no., fax no. of a
responsible person for Liaisoning.
10.1.12 Undertaking in compliance of eligibility clause 4 of DNIT.
10.1.13 Bank Instrument for Cost of the tender documents i.e. tender fee.
10.1.14 The bidder shall furnish the bid security /Earnest Money Deposit as per
clause 5 of DNIT.
10.1.15 An undertaking clearly committing to submit the Bank Guarantee within 14
days of signing of the agreement.
10.1.16 Copy of valid PAN Card issued by Income Tax Department and Documentary
proof of GST Registration Number/(s) of the Bidder Company / firm.
10.1.17 Self declaration along with the evidence that the Bidder is not black listed
by GST authorities.
10.1.18 No-Near Relationship certificate from all Directors/ Partners of the
Company/Firm/LLP in accordance with clause 34 of Section-4 Part-A.
10.1.19 Self declarations that Bidder has not been black-listed by central/ state
governments/ PSUs.
10.1.20 Clause by Clause compliance as per clause 11.3 of Section-4 Part-A and a
NIL DEVIATION STATEMENT in the format 7(I).
10.1.21 Bidder's Profile & Questionnaire duly filled & signed as per Section 8.
10.1.22 Undertaking & declaration duly filled & signed as per 6 (A) of Section 6
10.1.23 Tender / Bid form- Section 9 Part A
Pursuant to clause 7, the bidder shall furnish, as part of its bid, documents establishing
the conformity of its bid to the Bid Documents of all services which he proposes to
provide under the contract.
11.1 A clause-by-clause compliance on the purchaser’s Technical Specifications and
Commercial Conditions demonstrating substantial responsiveness to the Technical
Specifications and Commercial Conditions. In case of deviations, a statement of the
deviations and exception to the provision of the Technical Specifications and
Commercial Conditions shall be given by the bidder. A bid without clause-by-clause
compliance of the Scope of Work, Technical Specifications, SOR (Section-3 Part A, B
& C), General (Commercial) Conditions & Special (Commercial) Conditions, shall not
be considered.
Page122of132
For the purpose of compliance to be furnished pursuant to the clause above, the
bidder shall note that the standards for the workmanship, material and equipment and
reference to the brand names or catalogue number, designated by the Purchaser in its
Technical specifications are intended to be descriptive only and not restrictive.
12.2 The MSE bidders are exempted from payment of bid security:
a) A proof regarding valid registration with body specified by Ministry of Micro, Small&
Medium Enterprise for the tendered items will have to be attached along with the
bid.
b) The enlistment certificate issued by MSME should be valid on the date of opening of
tender.
c) MSE unit is required to submit its monthly delivery schedule.
d) If a vendor registered with body specified by Ministry of Micro, Small & Medium
Enterprise claiming concessional benefits is awarded work by BSNL and if they
withdraw or modify their bids during period of validity or do not accept AWO/APO,
etc. they will be suspended/ debarred/ banned from any further work/ contract by
BSNL for one year from the date of issue of such order.
12.3 The bid security is required to protect the purchaser against the risk of bidder’s
conduct, which would warrant the forfeiture of bid security pursuant to Para 12.7
12.4 A bid not secured in accordance with Para 12.1 & 12.2 shall be rejected by the
Purchaser being non-responsive at the bid opening stage and archived unopened on
e-tender portal for e-tender and returned to the bidder unopened (for manual bidding
process).
12.5 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as
possible and within 30 days of finalization of the tender or expiry of the period of the
bid validity period prescribed by the purchaser pursuant to clause 13.
12.6 The successful bidder’s bid security will be discharged upon the bidder’s acceptance of
the advance purchase order satisfactorily in accordance with clause 27 and furnishing
the performance security, except in case of L-1 and L-2 bidder, whose EMBG/EMD
shall be released only after the finalization of ordering of complete tendered quantity in
pursuance to clause no. 27.3 of this section.
12.7 The bid security may be forfeited:
Page123of132
a) If the bidder withdraws or amends its bid or impairs or derogates from the bid in any
respect during the period of bid validity specified by the bidder in the bid form or
extended subsequently; or
b) If the bidder does not accept the APO/ AWO and/ or does not submit PBG & sign
the contract/ agreement in accordance with clause 28.
NOTE: The bidder shall mean individual company/ firm or the front bidder and its
technology/consortium partner, as applicable.
Page124of132
provided.
e) Any individual authorized in writing to execute Contracts or other agreements or
commitments or physically sign or digitally sign the bid documents etc. on behalf of
the bidder company shall be one of the power of attorney holders of the bidder
company as per clause 14.3 (a) and (d) and authorization for executing the power of
Attorney as per clause 14.3 (b) or (c) of Section-4 Part A of the tender document.
The letter of authorization shall be indicated by written power of attorney
accompanying the bid.
15.0 DELETED
Page125of132
attend the bid opening.
19.3 Name of envelopes to be opened & information to be read out by Bid Opening
Committee:
a) In Single stage bidding & single envelope system; techno-commercial bid &
financial Bid will be opened on the date of tender opening given in DNIT.
b) In Single stage bidding & two envelopes system; the bids will be opened in 2 stages
i.e. the techno-commercial bid shall be opened on the date of tender opening given
in NIT. The financial bid will not be opened on the Date of opening of techno
commercial bids in this case. Sealed financial bids will be handed over to DGM
(MMT), BSNL, CO. for retention (applicable only in case of manual bidding
process).
Thereafter the CET will evaluate Techno-commercial bids & the report of CET will be
approved by competent authority.
The financial bids of those bidders who are approved to be techno-commercially
compliant by the competent authority will be opened by TOC in front of techno
commercially eligible bidders/ authorized representatives by sending them a suitable
notice.
c) The following information should be read out/ displayed by e-tender system at the
time of Techno-commercial bid opening:-
i. Name of the Bidder
ii. Name of the service
iii. EMD amount& validity and acceptability
iv. Information in respect of eligibility of the bidder.
v. Details of bid modification/ withdrawal, if applicable.
d) The following information should be read out / displayed by e-tender system at the
time of Financial bid opening:-
i. Name of the Bidder
ii. Name of the item
iii. Prices for services quoted in the bid
iv. Taxes & levies
19.4 The date fixed for opening of bids, if subsequently declared as holiday by the BSNL,
the revised date of schedule will be notified. However, in absence of such notification,
the bids will be opened on next working day, time and venue remaining unaltered.
Page126of132
21.1 Purchaser 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.
21.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and total price shall be corrected by BSNL. Based
on the quoted percentage of duties and taxes, Freight etc. the amounts quoted thereof
shall be worked out and rounded off to 2 decimal points.
21.3 If there is a discrepancy between words and figures, the amount in words shall prevail.
If the supplier does not accept the correction of the errors, its bid shall be rejected.
21.4 Prior to the detailed evaluation, BSNL will determine the substantial responsiveness of
each bid to the Bid Document. For purposes of these clauses, a substantially
responsive bid is one which confirms to all the terms and conditions of the Bid
Documents without material deviations. The purchaser’s determination of bid’s
responsiveness shall be based on the contents of the bid itself without recourse to
extrinsic evidence.
21.5 A bid, determined as substantially non-responsive will be rejected by the purchaser
and shall not subsequent to the bid opening be made responsive by the bidder by
correction of the non-conformity.
21.6 BSNL may waive any minor infirmity or non-conformity or irregularity in a bid which
doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or
affect the relative ranking of any bidder.
22 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:
22.1 The Purchaser shall evaluate in detail and compare the bids previously determined to
be substantially responsive pursuant to clause 21.
22.2 The evaluation and comparison of Bids shall be done on NET cost to BSNL (i.e.
exclusive of Input tax credit admissible for GST) basis on the prices of the materials/
services as indicated in the price schedule in section 9 (B) of the bid document.
22.2.1 Duties, taxes & Cesses for which the firm has to furnish GST Challans / Tax
Invoices will be indicated separately in the PO / APO/AWO.
22.2.2 Suppliers should furnish the correct HSN / SAC classification /Customs tariff Head
in the price Schedule. If the credit for the Duties, Taxes and Cesses under
provision/ rules under GST law is found to be not admissible at any stage
subsequently owing to wrong furnishing of Tariff Head, then the suppliers will be
liable to refund such non-admissible amount, if already paid, along with penalty
and interest if charged by the concerned authority.
22.2.3 In case the Duties ,Taxes and Cesses which are not eligible for input tax credit as
per the quotes indicated in the price schedule by the suppliers and subsequently
at any stage it is found that Credit for such Duties, Taxes and Cesses is
admissible as per provision of GST Law, then the suppliers will be liable to refund
the amount equivalent of such Duties ,Taxes and Cesses if already paid to them
provided the credit can be claimed within the time prescribed under the applicable
legislation and BSNL has all documents to claim such credit. The refund is also
subject to the bidder performing necessary act for enabling BSNL to claim the
credit viz. upload the information on GSTN. However, the purchaser may allow the
supplier to submit necessary documents in this regard which may enable the
Page127of132
purchaser to avail the input tax credit provided such credit is still available for the
amount so paid as per provision of GST law.
22.2.4 The purchaser reserves the right to ask the bidders to submit documentary proof
confirming the correct HSN or SAC classification/ Customs Tariff Head from the
CGST/SGST/IGST officer or Customs authority where the HSN or SAC
classification/ Customs Tariff Head furnished against the particular tendered item
by different bidders, differs from each other or the same is found apparently not
furnished in accordance with GST Act/Customs Tariff notifications.
22.2.5 If the supplier fails to furnish necessary supporting documents i.e. Tax invoices /
Customs invoices etc. in respect of the Duties, Taxes and Cesses which are
eligible for input tax credit, the amount pertaining to such Duties, Taxes and
Cesses will be deducted from the payment due to the firm
22.2.6 If the supplier fails to perform necessary compliances which would any manner
restrict BSNL to claim input tax credit, then the amount pertaining to such Duties,
Taxes and Cesses will be deducted from the payment due to the supplier.
22.2.7 If the supplier does not disclose the correct details on the invoice or on the GSTN
viz. GSTIN, Place of Supply, etc. which restricts BSNL to claim input tax credit,
then the amount pertaining to such Duties, Taxes and Cesses will be deducted
from the payment due to the supplier.
Page128of132
25.3 BSNL will have full power to accord approval to procure any equipment/ material in
any quantity by any means in the exigencies of services and interest of BSNL.
26.0 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
BSNL 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 of purchaser’s action.
27.0 ISSUE OF ADVANCE WORK ORDER
27.1. The issue of an Advance Work Order shall constitute the intention of the Purchaser to
enter into contract with the bidder.
27.2 The bidder shall within 14 days of issue of the advance work order, give its
acceptance along with performance Bank Guarantee in conformity with the pro forma
provided with the bid document at Section-7B (I) / Section – 7B (II)
27.3 Work Order (WO) will be issued to L-1 bidder of each package on submission of PBG
as per Clause 27.2.
27.4 BSNL reserves the right to forfeit bid security and also black list the successful bidder
for suitable period, in case the firm fails to honour the AW.
Page129of132
Section 4 Part A is not met and/ or documents prescribed to establish the eligibility
as per Clause 10 of section 4 Part A are not enclosed, the bids will be rejected
without further evaluation.
31.1.3 While giving compliance to Section-5 Part A, General Commercial conditions,
Section-4 Part B, Special Instructions to Bidders, Section-5 B Special
(Commercial) Conditions of Contract and Section-3 Technical Specifications
ambiguous words like “Noted”,
31.1.4 “Understood”, “Noted & Understood” shall not be accepted as complied. Mere
“Complied” will also be not sufficient, reference to the enclosed documents
showing compliance’s must be given.
31.1.5 Section-9 Price Schedule: Prices are not filled in as prescribed in price schedule.
31.2 Before outright rejection of the Bid by Bid-opening team for non-compliance of any of
the provisions mentioned in clause 31.1(a), 31.1(b) of Section-4 Part-A, the bidder
company is given opportunity to explain their position, however if the person
representing the company is not satisfied with the decision of the Bid opening team,
he/they can submit the representation to the Bid opening team immediately but in no
case after closing of the tender process with full justification quoting specifically the
violation of tender condition if any.
31.3 Bid opening team will not return the bids submitted by the bidders on the date of tender
opening even if it is liable for rejection and will preserve the bids in sealed cover as
submitted by taking the signatures of some of the desirous representatives of the
participating bidder/companies present on the occasion.
31.4 The in-charge of Bid opening team will mention the number of bids with the name of
the company found unsuitable for further processing on the date of tender opening and
number of representations received in Bid opening Minutes and if Bid opening team is
satisfied with the argument of the bidder/company mentioned in their representation
and feel that there is prima-facie fact for consideration, the in-charge of the bid
opening team will submit the case for review to Officer competent to approve the
tender as early as possible preferably on next working day and decision to this effect
should be communicated to the bidder company within a week positively. Bids found
liable for rejection and kept preserved on the date of tender opening will be returned to
the bidders after issue of W.O. against the instant tender.
31.5 If the reviewing officer finds it fit to open the bid of the petitioner, this should be done
by giving three (working) days’ notice to all the participating bidders to give opportunity
to participants desirous to be present on the occasion.
Page130of132
below, is working in the units where he is going to apply for the tender. In case of
proprietorship firm certificate will be given by the proprietor. For partnership firm
certificate will be given by all the partners and in case of limited company by all the
Directors of the company excluding Government of India/ Financial institution
nominees and independent non-Official part time Directors appointed by Govt. of India
or the Governor of the state and full time Directors of PSUs both state and central.
34.2 Due to any incorrect declaration or breach of these conditions by the company or firm
or any other person the tender will be cancelled and Bid Security will be forfeited at
any stage whenever it is noticed and BSNL will not pay any damage to the company or
firm or the concerned person. The Company or firm or the person will also be debarred
for further participation in the concerned unit.
34.3 The near relatives for this purpose are defined as:-
34.3.1 Members of a Hindu undivided family.
34.3.2 They are husband and wife.
34.3.3 The one is related to the other in the manner as father, mother, son(s) & Son’s
wife (daughter in law), Daughter(s) and daughter’s husband (son in law),
brother(s) and brother’s wife, sister(s) and sister’s husband (brother in law).
34.3.4 The format of the certificate is given in Section 6 (B).
35.0 VERIFICATION OF DOCUMENTS AND CERTIFICATES
35.1 The bidder will ensure that all the documents and certificates, including experience/
performance and self-certificates submitted by him are correct and genuine before
enclosing them in the bid. The onus of proving genuineness of the submitted
documents would rest with the bidder.
35.2 If any document/ paper/ certificate submitted by the participant bidder is found /
discovered to be false / fabricated / tempered / manipulated either during bid
evaluation or during award of contract or thereafter, then the Purchaser will take action
as per Clause-1 of Appendix-1 of this section.
35.3 The successful bidder to whom agreement has been done, it shall be clearly stated in
the agreement as follows:
35.3.1 The agreement is subject to verification of eligibility criteria documents submitted
by the bidder in the TENDER with their originals.
35.3.2 The bidder to whom the agreement has been issued is required to show the
originals to the agreement issuing Authority or an officer/ Committee nominated
by him for this purpose within the time period stipulated to the submission of
PBG.
35.4 In case, any eligibility criteria document submitted by the bidder as a part of its bid
happens to be issued by BSNL, then the agreement signing Authority or an officer/
committee nominated by him for this purpose will verify the same from the BSNL unit
who has issued the said document. This will be in addition to Para 34.3.2 above by
making correspondence with the respective BSNL unit. The exercise will also be
completed within the time frame stipulated for the submission of PBG.
35.5 The agreement will be placed on the bidder only on the successful verification of
documents as per para 34.3.2 & Para 34.4 above, apart from fulfillment of other
agreement conditions.
36.0 Security Clause as per latest guidelines and requirement
Page131of132
36.1 Mandatory Licensing requirements with regards to security related concerns issued by
the Government of India from time-to-time shall be strictly followed and appropriate
clauses shall be added in all bid documents. Necessary guidelines in this regard shall
be issued separately.
Page132of132
Appendix 1 to Section 4 Part A
Note :- Payment for already received supplies/ completed work shall be made as per
terms & conditions of PO/ WO.
Page133of132
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
(iii) If detection of default after receipt i) Cancellation of APO
of PG/ SD (DD,BG etc.) . ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount,
EMD, if not already released shall be
returned.
1(b) iv) Banning of business for up to three
contd. years which implies Barring further dealing
with the vendor for procurement of Goods
& Services Including participation in future
tenders invited by BSNL for up to three
years from date of issue of banning order.
(iv) If detection of default after issue of i) Termination/ Short Closure of PO/WO
PO/ WO and Cancellation of APO
ii) Rejection of Bid &
iii) Forfeiture of PG/ SD.
However on realization of PG/ SD amount,
EMD, if not released shall be returned.
iv) Banning of business for up to three
years which implies Barring further dealing
with the vendor for procurement of Goods
& Services Including participation in future
tenders invited by BSNL for up to three
years from date of issue of banning order.
Note 3:- However, settle bills for the material received in correct quantity and quality
if pending items do not affect working or use of supplied items.
Note 4:- No further supplies are to be accepted except that required to make the
already supplied items work.
2 If vendor or his representative uses
violent/ coercive means viz. Physical /
Verbal means to threatens BSNL
Executive / employees and/ or
obstruct him from functioning in
discharge of his duties &
responsibilities for the following : Banning of business for 3 years which
a) Obstructing functioning of tender implies Barring further dealing with the
opening executives of BSNL in receipt/ vendor for procurement of Goods &
opening of tender bids from Services including participation in future
prospective Bidders, suppliers/ tenders invited by BSNL for 3 years from
Contractors. date of issue of banning order.
Page134of132
b) Obstructing/ Threatening other
prospective bidders i.e. suppliers/
Contractors from entering the tender
venue and/ or submitting their tender
bid freely.
3 Non-receipt of acceptance of APO/ Forfeiture of EMD.
AWO and SD/ PG by L-1 bidder within
time period specified in APO/ AWO.
4.2 Failure to supply and/ or Commission i) Short Closure of PO/ WO to the quantity
the equipment and /or execution of the already received by and/ or commissioned
Work in full even in extended delivery in BSNL and/ or in pipeline provided the
schedules, if granted against PO/ WO. same is usable and/or the Vendor promises
to make it usable.
ii) Under take purchase/ work for balance
quantity at the risk & cost of defaulting
vendor.
iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of
the defaulting Vendor.
Page135of132
5.1 The supplied equipment does not i) If the material is not at all acceptable,
perform satisfactory in the field in then return the non-acceptable material (or
accordance with the specifications its part) & recover its cost, if paid, from the
mentioned in the PO/ WO/Contract. o/s bills/ PG/ SD.
OR
ii) If the material is inducted in network & it
is not possible to return it and/ or material is
acceptable with degraded performance, the
purchaser may determine the price for
degraded equipment (Financial penalty =
Price – price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty
from outstanding dues of vendor including
PG/ SD.
Page136of132
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
5.2 Major quality problems (as established i) If the material is not at all acceptable,
by a joint team / committee of User then return the non-acceptable material (or
unit(s) and QA Circle) / performance its part) & recover its cost, if paid, from the
problems and non-rectification of o/s bills/ PG/ SD;
defects (based on reports of field units OR
and QA circle). ii) If the material is inducted in network & it
is not possible to return it and/ or material is
acceptable with degraded performance, the
purchaser may determine the price for
degraded equipment (Financial penalty =
Price – price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty
from outstanding dues of vendor including
PG/ SD;
and
iii) Withdrawal of TSEC/ IA issued by QA
Circle.
6 Submission of claims to BSNL against i) Recovery of over payment from the
a contract outstanding dues of Vendor including
(a) for amount already paid by BSNL . EMD/ PG & SD etc. and by invoking ‘Set
(b) for Quantity in excess of that off’ clause 21 of Section 5 Part A or by any
supplied by Vendor to BSNL. other legal tenable manner.
ii) Banning of Business for 3 years from
c) for unit rate and/ or amount higher date of issue of banning order or till the
than that approved by BSNL for that date of recovery of over payment in full,
purchase. whichever is later.
Note 5:- The claims may be submitted with or without collusion of BSNL Executive/
employees.
Note 6:- This penalty will be imposed irrespective of the fact that payment is
disbursed by BSNL or not.
7 Network Security/ Safety/ Privacy:- If i) Termination of PO/ WO.
the vendor tampers with the hardware, ii) Banning of business for 3 years which
software/ firmware or in any other way implies barring further dealing with the
that vendor for procurement of Goods &
Services including participation in future
a) Adversely affects the normal tenders invited by BSNL for 3 years from
working of BSNL equipment(s) and/ date of issue of banning order.
or any other TSP through BSNL. iii) Recovery of any loss incurred on this
account from the Vendor from its PG/ SD/
O/s bills etc.
Page137of132
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
7 b) Disrupts/ Sabotages functioning of (Continued from page 178)
con-td. the BSNL network equipment’s such iv) Legal action will be initiated by BSNL
as exchanges, BTS, BSC/ MSC, against the Vendor if required.
Control equipment including IN etc.,
transmission equipment’s but not
limited to these elements and/ or
any other TSP through BSNL.
c) Tampers with the billing related
data/ invoicing/ account of the
Customer/ User(s) of BSNL and/ or
any other TSP(s).
d) hacks the account of BSNL
Customer for unauthorized use i.e.
to threaten others/ spread improper
news etc.
e) Undertakes any action that affects/
endangers the security of India.
Page138of132
S. No. Defaults of the bidder / vendor. Action to be taken
A B C
8 Undertake recovery of financial penalty
con-td. from outstanding dues of vendor including
PG/ SD.
9 In the event of the vendor, its i) Termination/ Short Closure of the PO/
proprietor, Director(s), partner(s) is / WO.
are convicted by a Court of Law ii) Settle bills for the material received in
following prosecution for offences correct quantity and quality if pending items
involving moral turpitude in relation to do not affect working or use of supplied
the business dealings. items.
iii) No further supplies are to be accepted
except that required to make the already
supplied items work.
iv) In case of turnkey projects, If the
material is commissioned and is usable
without any degradation of performance,
then settle bills for the acceptable
equipment/ material (or its part).
v) In case of turnkey projects, If the
material is inducted in network & it is not
possible to return it and/ or material is
acceptable with degraded performance, the
purchaser may determine the price for
degraded equipment (Financial penalty =
Price – price determined for degraded
equipment) himself and/ or through a
committee.
Undertake recovery of financial penalty
from outstanding dues of vendor including
PG/ SD.
10 If the vendor does not return/ refuses i) Take action to appoint Arbitrator to
to return BSNL’s dues: adjudicate the dispute.
Page139of132
implies barring further dealing with the
vendor for procurement of Goods &
Services including participation in future
tenders invited by BSNL from date of issue
of banning order or till the date by which
vendor clears the BSNL’s dues, whichever
is later.
11 If the Central Bureau of Investigation/ Take Action as per the directions of CBI or
Independent External Monitor (IEM) / concerned department.
Income Tax/ Goods and Service Tax /
Custom Departments recommends
such a course
Note 7: The above penalties will be imposed provided it does not clash with the provision of
this tender.
Note 8:-In case of clash between these guidelines & provision of invited tender, the provision in
this tender shall prevail over these guidelines.
Note 9:Banning of Business dealing order shall not have any effect on the existing/ ongoing
works/ AMC/CRC /CAMC which will continue along with settlement of Bills.
Page140of132
SECTION-4 Part B
SPECIAL INSTRUCTIONS TO BIDDERS (GIB)
The Special Instructions to Bidders shall supplement the ‘Instructions to Bidders’ and in case
of any conflict with those in Section-4 Part A i.e. GENERAL INSTRUCTIONS TO BIDDERS
(GIB), the provisions herein shall prevail.
Page141of132
Successful bidders(s) i.e. L1 bidder of these two highest ranked packages shall be
arrived and finalized.
1.11 For next ranked package, the financial bid of any bidder who has already become
successful in two packages shall not be opened. For achieving this on CPPP e-tender
system, such bidders who are not to be considered further for financial bid opening
shall be indicated as “non-responsive” even though such bidders would have been
techno-commercially responsive.
1.12 If no bidder is finalized in a package, the same (package), shall be offered to the
successful bidder of the geographically adjacent Packages/circle(s) at the finalized
rate of such adjacent Packages/circle(s). The cumulative eligibility conditions and the
condition of maximum no. of package allotment, in such case, shall not be applicable.
1.13 The upper limit of packages to be awarded will not be applicable on a bidder, who has
already been finalized for maximum allowed packages, if there is only single bid of
such bidder in a subsequent package or the vendor is not finalized in that subsequent
package, for whatsoever reasons. In such case, this bidder shall be declared L-1 for
the package and the work of this package may also be awarded to this bidder, who will
be liable to accept work of this package at finalized rates.
Page142of132
Section- 4 Part –C
E-tendering Instructions to Bidders
1. General
1.1 These Special Instructions to Bidders shall supplement ‘Instruction to Bidders’, as
enclosed in Sec 4 Part A of the Tender Documents.
1.2 Submission of Bids only through online process is mandatory for this Tender.
1.3 The bidders are required to submit soft copies of their bids electronically on the CPP
Portal, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on the CPP Portal.
1.4 More information useful for submitting online bids on the CPP Portal may be obtained
at: https://etenders.gov.in/eprocure/app
2. Registration:
2.1 Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link
“Online bidder Enrollment” on the CPP Portal which is free of charge.
2.2 As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
2.3 Bidders are advised to register their valid email address and mobile numbers as part
of the registration process. These would be used for any communication from the CPP
Portal.
2.4 Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying
Authority recognized by CCA India (e.g.Sify / nCode / e Mudhra etc.), with their profile.
2.5 Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
2.6 Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
Page143of132
4. PREPARATION OF BIDS
4.1 Bidder should take into account any corrigendum published on the Tender/RFP
document before submitting their bids.
4.2 Please go through the Tender/RFP advertisement and the Tender/RFP document
carefully to understand the documents required to be submitted as part of the bid.
Please note the number of covers in which the bid documents have to be submitted,
the number of documents - including the names and content of each of the document
that need to be submitted. Any deviations from these may lead to rejection of the bid.
4.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the Tender/RFP document / schedule and generally, they can be in PDF / XLS /
RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and
white option which helps in reducing size of the scanned document.
4.4 To avoid the time and effort required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading
such standard documents (e.g. PAN card copy, annual reports, auditor certificates
etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other
Important Documents’’ area available to them to upload such documents. These
documents may be directly submitted from the “My Space” area while submitting a bid,
and need not be uploaded again and again. This will lead to a reduction in the time
required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the
uploading process. If Bidder has uploaded his Documents in My Documents space, this
does not automatically ensure these Documents being part of Technical Bid.
5. SUBMISSION OF BIDS
5.1 Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
5.2 The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the Tender/RFP document.
5.3 Bidder has to select the payment option as “offline” to pay the Tender/RFP fee / EMD
as applicable and enter details of the instrument.
5.4 Bidder should prepare the EMD as per the instructions specified in the Tender/RFP
document. The original should be posted/couriered/given in person to the concerned
official, latest by the last date of bid submission or as specified in the Tender/RFP
documents. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during
bid submission time. Otherwise the uploaded bid will be rejected.
5.5 Bidders are requested to note that they should necessarily submit their financial bids in
the format provided and no other format is acceptable. If the price bid has been given
as a standard BoQ format with the Tender/RFP document, then the same is to be
downloaded and to be filled by all the bidders. Bidders are required to download the
Page144of132
BoQ file, open it and complete the white coloured (unprotected) cells with their
respective financial quotes and other details (such as name of the bidder). No other
cells should be changed. Once the details have been completed, the bidder should
save it and submit it online, without changing the filename. If the BoQ file is found to
be modified by the bidder, the bid will be rejected.
5.6 The server time (which is displayed on the bidders’ dashboard) will be considered as
the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid submission.
5.7 All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be
viewed by unauthorized persons until the time of bid opening. The confidentiality of the
bids is maintained using the secured Socket Layer 128 bit encryption technology. Data
storage encryption of sensitive fields is done. Any bid document that is uploaded to the
server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener’s
public keys. Overall, the uploaded Tender/RFP documents become readable only after
the Tender/RFP opening by the authorized bid openers.
5.8 The uploaded Tender/RFP documents become readable only after the Tender/RFP
opening by the authorized bid openers.
5.9 Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message &
a bid summary will be displayed with the bid no. and the date & time of submission of
the bid with all other relevant details.
5.10 The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for any
bid opening meetings.
6. ASSISTANCE TOBIDDERS
6.1 Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
6.2 Any queries relating to the process of online bid submission or queries relating to CPP
Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
For any technical related queries please call at 24 X 7 Help Desk Number
0120-4200 462/4001 002/4001 005
International Bidders are requested to prefix +91 as country code
Email Support:
For any issues or Clarifications relating to the published tenders, bidders are requested
to contact the respective Tender Inviting Authority
Technical – support-eproc@nic.in
Policy Related – cppp-doe@nic.in
For any technical related queries please call at NIC Help Desk Number (between
Monday to Friday,9 AM to 5 PM) or mail to CPPP-nic@nic.in
Page145of132
SECTION-5 Part A
GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT
1.0 APPLICATION
1.1 The general condition shall apply in contracts made by the purchaser for provision of
BEST platform by Service Provider (SP).
4.2 The proceeds of the Performance Security Deposit or Performance Bank Guarantee
shall be payable to the Purchaser as compensation for any loss resulting from the
supplier’s failure to complete its obligations under the contract.
4.3 The Performance Security Deposit, if submitted in form Performance Bank Guarantee,
shall be in the form of Bank Guarantee issued by a Nationalized bank / Scheduled Bank
and in the proforma provided in ‘Section-7B (I) of this Bid Document. In place of Bank
Guarantee, performance security may also be deposited in form of Insurance surety
bond (as per format Section 7 B (II) )
4.4 The Performance Security Deposit or Performance Bank Guarantee will be discharged
by the BSNL after completion of the supplier’s performance obligations including any
warranty obligations under the contract.
Page146of132
change in license conditions or upon directions from the Licensor or Regulator. In such
a situation, BSNL shall not be responsible for any damage or loss caused or arisen out
of aforesaid action.
5.2 BSNL may, without prejudice to any other remedy available for the breach of any
conditions of agreement, by a written notice of ONE month issued to the
successful bidder at its registered office, terminate this agreement under any of the
following circumstances:
5.2.1 Successful bidder failing to perform any obligation(s) under the agreement;
5.2.2 Successful bidder failing to rectify, within the time prescribed, any defect as
may be pointed out by BSNL.
5.2.3 Successful bidder going into liquidation or ordered to be wound up by
competent authority.
5.3 If successful bidder is wound up or goes into liquidation, it shall immediately (and
not later than a week) inform about occurrence of such event to BSNL in writing. In
that case, the written notice period can be modified by BSNL as deemed fit under
the circumstances. BSNL may either decide to issue a termination notice or to
continue the agreement by suitably modifying the conditions, as it feels fit under
the circumstances.
5.4 It shall be the responsibility of Successful bidder to maintain the agreed Quality of
Service, even during the period when the notice for surrender/ termination of
agreement is pending. If the agreed Quality of Service is not maintained during the
said notice period, it shall be treated as material breach liable for termination at
risk and cost of Successful bidder and any cost of content/services payment
pending with BSNL shall be forfeited.
5.5 Breach of non-fulfillment of Agreement conditions may come to the notice of BSNL
through complaints or as a result of the regular monitoring. Wherever considered
appropriate, BSNL may conduct an inquiry either suo-moto or on complaint to
determine whether there has been any breach in compliance of the terms and
conditions of the agreement by Successful bidder or not? Successful bidder shall
extend all reasonable facilities and shall endeavor to remove the hindrance of every
type upon such inquiry.
6.0 PRICES
6.1 Prices charged by the Contractor for the goods delivered and services performed
under the contract shall not be higher than the prices quoted by the supplier in its
Bid except for variation caused by change in taxes as specified in Clause-12.2
mentioned below.
6.2 For changes
intaxes/dutiesduringthescheduledtimeperiod,theunitpriceshallberegulatedasunder:
(a) Prices will be fixed at the time of issue of purchase/work order as per taxes and
statutory duties applicable at that time
(b) In case of reduction of taxes and other statutory duties during the scheduled
time period, purchaser shall take the benefit of decrease in these taxes/duties
for the supplies made from the date of enactment of revised duties/taxes.
(c) In case of increase in duties/taxes during the scheduled time period, the
Page147of132
purchaser shall revise the prices as per new duties/taxes for the supplies,, to be
made during the remaining delivery period as per terms and conditions of the
purchase/work order.
6.3 Any increase in taxes and other statutory duties/ levies, after the expiry of the
delivery date shall be to the supplier's account. However, benefit of any decrease
in these taxes/duties shall be passed on to the Purchaser by the supplier.The
total price is to be adjusted (by reducing the basic price) with increased duties
and taxes as per price mentioned in PO.
8.2 No payment will be made for goods/ services rejected at the site on testing.
8.3 The supplier has to give the mandate for receiving payment costing Rs.5 lakhs and
Page148of132
above electronically and the charges, if any, levied by bank has to be borne by the
bidder/ contractor/supplier. The bidder company is required to give the following
information for this purpose:-
a) Beneficiary Bank Name:
b) Beneficiary branch Name:
c) IFSC code of beneficiary Branch:
d) Beneficiary account No.:
e) Branch Serial No.(MICR No.):
10.0 SUB-CONTRACTING
10.1 The Contractor shall keep BSNL updated, in writing, of all sub-contracts awarded
under this contract if not already specified in its bid. Such notification, in its original
bid or later shall not relieve the Contractor from any liability or obligation under the
Contract.
Page149of132
for performance of the contract. (by not more than 4 weeks or as per provisions
of clause 8 of Section-5 Part B) as per provision given below:
11.3.2 The contractor has to submit their request for extension along with the
undertaking as per clause 24 of Section 5 Part A (Fall Clause) and a copy of
QA/TPA inspection certificate at least two weeks before the expiry of time
period. The vendor shall also submit unconditional acceptance of the
conditions for time period extension i.e. .applicability of penalties, prices to be
provisional and to be regulated clause 24 of Section 5 Part A and submission
of additional BG, wherever applicable. The decision regarding extension shall
be communicated within two weeks of the receipt of request and after receipt
of the unconditional acceptance and the undertaking mentioned above.
11.3.3 In case extension is being granted beyond 04 weeks then the contractor shall
submit additional BG while seeking extension. For piece meal works
(package wise) the amount of additional BG shall be 3% of the value of
balance quantity of works to be done for which extension in time period has
been sought. In case of infrastructure/ turnkey projects other than as stated
above, 1% of the total project value shall be the value for additional BG. The
additional BG shall be valid for six months beyond extension of scheduled
period sought and shall be discharged after the works has been completed
and made over to the ultimate consignee within the last extended scheduled
period on submission of inspection certificate from QA/TPA and BSNL
designated officer’s receipt without prejudice to the other remedies available
to BSNL.
11.3.4 If the contractor fails to complete the full ordered quantity of works even
during extended time period then the work order shall be short-closed and
the Performance Bank Guarantee as well as additional BG shall be forfeited.
11.4 If the services are not completely provisioned in the extended period, the work order
shall be short-closed and both the Performance securities shall be forfeited.
Page150of132
components and stores in course of manufacture which may be in possession of the
Supplier at the time of such termination or such portion thereof as the purchaser may
deem fit, except such materials, bought out components and stores as the Supplier
may with the concurrence of the purchaser elect to retain.
13.0 ACTION BY BSNL AGAINST BIDDER(S)/ VENDOR(S) IN CASE OF DEFAULT.
13.1 In case of default by Bidder(s)/ Vendor(s) such as
13.1.1 Failure to deliver and/ or commission any or all of the goods/services within the
time period(s) specified in the contract, or any extension thereof granted by the
purchaser.
13.1.2 Failure to perform any other obligation(s) under the Contract; and
13.1.3 Equipment does not perform satisfactory in the zones in accordance with the
specifications;
13.1.4 Or any other default whose complete list is enclosed in Appendix-1 of Section-4,
Part-A; Purchaser will take action as specified in Appendix-1 to Section-4, Part-
A.
Page151of132
Above Rs.5 3 Arbitrators One arbitrator by each party and the 3 rd arbitrator,
crores who shall be the presiding arbitrator, by the two
arbitrators. BSNL will appoint its arbitrator from its
panel.
Page152of132
Amount of
Claims and Period for making and publishing of the award (counted from
Counter the date the arbitral tribunal enters upon the reference)
Claims
Up to Rs.5
Within 6 months (Fast Track procedure)
crores
Above Rs 5
Within 12 months
crores
However, the above time limit can be extended by the Arbitrator for reasons to be
recorded in writing with the consent of parties and in terms of provisions of the Act.
viii) In case of arbitral tribunal of 3 arbitrators, each party shall be responsible to make
arrangements for the travel and stay, etc. of the arbitrator appointed by it. Claimant
shall also be responsible for making arrangements for travel/stay arrangements for
the Presiding Arbitrator and the expenses incurred shall be shared equally by the
parties.
In case of sole arbitrator, BSNL shall make all necessary arrangements for his
travel/stay and the expenses incurred shall be shared equally by the parties.
ix) The Arbitration proceeding shall be held at New Delhi.
x) Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act,
1996 and any statutory modifications or re-enactment thereof shall apply to the
arbitration proceedings under this clause.
15.2 Following Arbitration Clause may be incorporated in Contracts POs, APOs, Tenders,
RFPs, etc. between BSNL and Central/State Government (s) as the case may be in
terms of DPE guidelines for settlement of commercial disputes between Public Sector
Enterprises inter-se and Public Sector Enterprise(s) and Government Department(s)
through Permanent Machinery of Arbitrators (PMA) in the Department of Public
Enterprises.
15.2.1 In the event of any dispute or difference relating to the interpretation and
application of the provisions of the contracts, such dispute or difference shall be
referred by either party for Arbitration to the sole Arbitrator in the Department of
Public Enterprises to be nominated by the Secretary to the Government of India in-
charge of the Department of Public Enterprises. The Arbitration and Conciliation
Act, 1996 shall not be applicable to arbitration under this clause. The award of the
Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of
Law & Justice, Government of India. Upon such reference the dispute shall be
decided by the Law Secretary or the Special Secretary/Additional Secretary, when
so authorized by the Law Secretary, whose decision shall bind the Parties finally
and conclusively? The Parties to the dispute will share equally the cost of
arbitration as intimated by the Arbitrator.
15.2.2 Further, with regard to already signed/existing contracts, existing Arbitration clause
for sole arbitrator can be invoked in case the parties waive, subsequent to
disputes having arisen between them, the applicability of sub-section (5) of section
12 by an express agreement in writing.
Page153of132
15.3 APPLICABLE LAW AND JURSDICTION
15.3.1 The supply order for Goods ‘or’ Services, including all matters connected with this
supply order shall be governed by the Indian law both substantive and procedural,
for the time being in force and shall be subject to the exclusive jurisdiction of
Indian Courts at the place from where the Purchase Order has been placed.
15.3.2 Foreign companies, operating in India or entering into Joint Ventures in India, shall
have to obey the law of land and there shall be no compromise or excuse for the
ignorance of the Indian legal system in any way.
16.0 SET OFF:
16.1 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
BSNL or any other person(s) contracting through the BSNL and set off the same
against any claim of the Purchaser or BSNL 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 BSNL or such other person(s) contracting
through the BSNL. In case of set off of the security deposit against any claim of the
purchaser or BSNL 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 BSNL or such other person(s) contracting through the BSNL, the GST on
such set off will be borne by the supplier. GST would not be liable on security deposit.
But if supplier set off the security deposit against any claim of the purchaser or BSNL
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 BSNL
or such other person(s) contracting through the BSNL, then GST would be levied.
18. INDEMNIFICATION:
18.1 Successful bidder shall agree to protect, defend, indemnify and hold harmless BSNL
and its employees, officers, directors, agents or representatives from and against any
and all liabilities, damages, fines, penalties and costs (including legal costs and
disbursements) arising from or relating to:
18.1.1 Any breach of any statute, regulation, direction, orders or standards from any
governmental body, agency, telecommunications operator or regulator applicable
to such party;
18.1.2 Any breach of the terms and conditions in the agreement by Successful bidder;
18.1.3 Any claim of any infringement of any intellectual property right or any other right
of any third party or person or of law by Successful bidder;
18.1.4 Any claim made by any third party or person arising out of the use of the services
and arising in connection with interruptions or degradation’s of service caused
solely due to Successful bidder.
18.1.5 Any liability arising out of non-compliance of Laws, Directives, guidelines etc. of
the Land where Successful bidder is located.
18.2 This clause shall survive the termination or expiry of this Agreement.
Page154of132
19.0 GST INVOICES:
19.1 All the details of supplier (name, address, GSTIN/ unregistered supplier, place of
supply, SAC/HSN code etc.) and other mandatory details shall be mentioned on the
invoice.
19.2 Invoice/Supplementary invoice/Debit Note/Credit Note/Receipt Voucher need to be
issued in compliant format and timely within the time prescribed under GST law.
19.3 In case of any deficient/incomplete/rejected supply, BSNL shall convey the same in a
reasonable time to enable the supplier to issue credit note and take tax adjustment.
19.4 It would be the responsibility of the supplier to declare correct information on invoice
and GSTN viz. the amount, the place of supply, rate of tax etc. In case, the eligibility of
input tax credit is questioned or denied to BSNL on account of default by the supplier,
the same would be recovered by BSNL from the supplier.
19.5 Registered location of the both the parties i.e. BSNL and supplier should be mentioned
in the agreement with GSTIN No. Further, supplier should raise invoices at the
registered premise of BSNL for availing of credit and ensure that the place of supply
as per GST law is same as registered premise
19.6 BSNL could at any time instruct the supplier to raise its invoices at a particular location
of BSNL.
19.7 It is the responsibility of the supplier to ensure that place of supply and the GSTN of
BSNL are in the same state. If for any reason they are not in the same state, the
supplier shall intimate to BSNL and give adequate time before raising of the invoice.
19.8 The invoice number should be mentioned on E-way bills.
19.9 Supplier shall be responsible for timely issuance and delivery of invoice/ DN/ CN to
enable BSNL to claim tax benefit on or before the stipulated time period provided by
the GST law.
19.9.1 It is the responsibility of the supplier to ensure that outward supply return (GSTR-
1) would be filed correctly. If not, then cost would be borne by supplier.
19.9.2 Reporting of correct outward supply by supplier in the outward return (GSTR-1) is
the responsibility of the supplier. In case of mismatch because of supplier’s fault,
prompt amendments must be made by the supplier else supplier would be
required to indemnify BSNL of the loss of credit due to mis-match. The
compliance’s to be adhered by supplier includes (but is not limited to) the
following:
i) Uploading appropriate invoice details on the GSTN within the stipulated time;
ii) Issuing GST compliant Invoice / CN/ DN with IRN and QR code. PO issued by
BSNL should be referred by supplier for capturing information on the invoice.
iii) Supplier needs to pay the entire self-assessed tax on timely basis.
iv) Where invoice is not uploaded or incorrect upload of invoice detail of GSTN by
supplier then credit on such invoice will not be given provisionally till matching.
So, acceptance of changes made by BSNL on GSTN on account of non-upload
or incorrect upload of invoice details on GSTN is to be submitted by supplier.
Such changes w.r.t. the mismatch are required to be accepted by supplier within
the time limit prescribed under the GST law. It should be noted that in case
supplier does not accept such changes within the time limit prescribed under
GST law, the loss of input tax credit (if any) would be recovered from the
supplier. In case of mismatch because of Supplier’s fault, prompt amendments
must be made by the supplier else supplier would be required to indemnify BSNL
for the losses of credit and interest paid due to mismatch.
Page155of132
v) Supplier to issue all necessary documentation and perform all necessary
compliance’s for BSNL to be eligible to claim the input tax credit of GST tax to
them. In case BSNL is unable to claim the input tax credit, the amount w.r.t. GST
charged by the supplier would be recovered from the supplier
vi) A self-declaration along with evidence that the bidder is not listed by GST
authorities. In case supplier gets black listed during the tenure of BSNL contract,
then supplier must indemnify BSNL to ensure that no loss of input tax credit is
borne by BSNL due to default of supplier.
19.10 All the details of supplier (name, address, GSTN/ unregistered supplier, place of
supply, SAC/ HSN code etc.) and other mandatory details, as per Appendix-1 of this
Section shall be mentioned on the invoice by the bidder.
19.11 Where the location agreed are more than one state, then separate invoice state wise
to claim input tax credit in a particular state (typically happens in a bill to-ship to
scenario) shall have to be submitted.
19.12 It shall be the responsibility of the supplier to mention State of place of supply of
goods/services in the invoice issued to BSNL.
21.2 BSNL reserves the right to discontinue the contract any time in future depending
upon its network conditions or market scenario or directive from the
Page156of132
regulator/licensor or due to change in its own licensing conditions or upon
directions from the competent Government authorities.
23 FALL CLAUSE
23.1 At any time during the contract (a) if it comes to the notice of BSNL regarding
reduction of price for the same or similar works; and/or(b) the prices received in a
new tender for the same or similar works are less than the prices chargeable
under the contract. The prices would be determined as follows:
23.2 The prices once fixed will remain valid during the scheduled time period except for
the provisions in clause 6.0 of Section 5 Part A.
23.3 BSNL, for the extended period, if any, will determine and intimate the new price,
taking in to account various related aspects such as quantity, geographical
location etc., and the date of its effect for the balance works to the vendor. In case
the vendor does not accept the new price to be made applicable during the
extended period and the date of its effect, BSNL shall have the right to terminate
the contract without accepting any further works. This termination of the contract
shall be at the risk and responsibility of the Contractor and BSNL reserves the
right to give work order for the balance works at the risk and cost of the defaulting
vendor besides considering the forfeiture of its performance security.
23.4 The Contractor while applying for extension of time for works, if any, shall have to
provide an undertaking as "We have not reduced the price, and/or offered price
the same or similar works to any person/organization including Department of
central/state Government or any central/state PSU at a price lower than the price
chargeable under the contract for scheduled time period."
24 COURTJURISDICTION
24.1 Any dispute arising out of the tender/ bid document/ evaluation of bids/ issue of
APO/AWO shall be subject to the jurisdiction of the competent court at the place from
where the NIT/ tender has been issued.
Page157of132
24.2 Where a contractor has not agreed to arbitration ,the dispute/claims arising out of the
Contract/PO/WO entered with him shall be subject to the jurisdiction of the
competent Court at the place from where Contract /PO has been issued.
Accordingly, a stipulation shall be made in the contract as under.
24.3 This Contract /PO /WO is subject to jurisdiction of Court at the State
Headquarters of BSNL Circle from where WO/PO is issued, only.
Page158of132
Appendix– 1 to Section 5 Part-‘A’
Sl. Particulars for ‘Input Invoice’
1 Name and registered address of the supplier
2 GST registration number of supplier
3 Name of BSNL entity
4 ‘Bill to’ address of BSNL
5 GST registration number of BSNL
6 Date of invoice
7 Invoice Number
7A QR Code and IRN Number
8 Name of Circle/zone
9 Type of Tax (CGST, SGST and IGST)
10 Rate of Tax
Value of goods/service and type/rate/amount of Tax should be separately
11 mentioned
12 Quantity of goods/services
13 Total value of invoice
14 Description of services
15 HSN Code in case of goods (not applicable)
16 Accounting Code in case of service
In case invoice has more than one tax rates, rate of tax and amount of tax for each
17 supply should be mentioned separately
Note:
1. In case any associated component is required not covered in the BoM,
Contractor shall provide the same to complete the work without any
extra cost.
2. The Contractor shall be required to follow the Technical Specification &
Testing Parameters as mentioned in Annexure A, Engineering
Instructions (EI) (Annexure B)
3. Any deviation from the standard EI, shall be liable for penalty as per
Annexure B (1).
4. In case there are any changes in the standard engineering instructions,
Contractor may be asked to execute the work as per the latest
engineering instructions.
5. Contractor shall coordinate and pursue to obtain necessary Right of
Way (RoW) from State/Central agencies whichever applicable. BSNL
BharatNet BA Units shall facilitate and also coordinate with required
agencies for necessary RoW permissions. It may be noted that ROW
* Contractor shall start the work on those routes for which the site survey has been
conducted and approved by BBNL. Meanwhile, the Contractor shall also continue to
do the site survey for the remaining routes. Hence, the site survey and replacement
laying of OFC shall go on simultaneously. But the survey of whole package should
be completed within two months. Contractor may also procure around 50% of the
material envisaged in the tender at the time of PO so that the work is completed
within stipulated time period as above to avoid any penalties.
** The PMA is to do the survey for covering 20% of the faulty GPs within a month,
40% of the faulty GPs within 2 months, 60% of the faulty GPs within 3 months, 80%
of the faulty GPs within 4 months and 100% of the faulty GPs within 5 months.
*** The route may be taken as the section for reaching up to at least one GP.
Restoration along with material in 24 hrs on full cost of bidder, else penalty of
Rs 5000 + GST per cut to be adjusted from bills.
6. Warranty
6 month’s warranty shall be included in unit rate quoted by the Bidder as part
of the Financial Bid. The warranty shall commence for each replaced OFC
Section, once the AT completion certificate is issued by BBNL. Warranty is
limited to replacement of substandard quality of material supplied and rework
of substandard quality of execution of work. During warranty period, BBNL
shall raise the material and service quality related issues to the bidder who
shall make good/ correct the deficiencies within 30 days failing which
penalties shall be levied @ Rs. 1000 per day or part thereof. If the
deficiencies are not attended within 90 days, BBNL shall get it attended at
Bidder’s cost over and above penalties levied till 90 days.
8. Making Over the replaced sections of OFC to the FMA: The PMA, after the
replacement work is completed and required optical power is made available at
a GP shall make over the same to the FMA in a jointly signed format with the
BSNL NE or FT and the authorized representative of the FMA.
6(A) - For understanding the terms & condition of TENDER & Scope of
work
a) Certified that:
1. I/ We ……………………………………. have read, understood and
agree with all the terms and conditions, specifications included in the
tender documents & offer to execute the work at the rates quoted by us
in the tender form.
2. If I/ We fail withdraw or modify their bids during period of validity etc; I/
We will be suspended/ debarred/ banned from any further work/
contract by BSNL for one year from the date of issue of such order.
Date: ………….................…
…………………………………
Signature of Bidder
Place: …………...............… Name of Bidder
…………………....…………….
Along with date & Seal
*Following are the details of near relatives working the tender inviting Unit.
*We as a bidder( defined in the referred OM dated 23.02.2023) are not from any
country sharing land border with India
OR
*We as a bidder( defined in the referred OM dated 23.02.2023) are from any country
sharing land border with India and we are submitting clearance certificate from the
Committee designated in OM referred above.
Further, we undertake that we will also abide by all the requirements of cited OMs
during the entire contract period.
Counter signed by Company Secretary/ Legal Head of the Company with seal /
stamp.
PROFORMAS
7(A) (I) For the BID SECURITY/ EMD Guarantee:
(To be typed on Rs.100/- non-judicial stamp paper)
7. In case BSNL demands for any money under this Surety Bond, the same shall
be paid through Banker’s Cheque in favour of “AO (Cash) BSNL C.O. New
Delhi” payable at New Delhi or by any other mode such as NEFT/RTGS, etc.,
as indicated by BSNL in its demand letter.
8. The Surety declares that the below mentioned officer who have signed it on
behalf of the Surety, have authority to give this Surety under its delegated
power.
Place: ……………………………
Date: …………………………..(Signature of the Insurance Company Officer)
Rubber stamp of the Insurance Company
Authorized Power of Attorney Number: …………………………..
Name of the officer: …………………
Designation: ……………………………………
Official Email ID:…………………………………………
Name, Address, Contact number and official Email ID of the Controlling Office of the
Surety Issuing Branch or any web portal link, from whom / where the Surety Bond
can be got confirmed by BSNL.
…………………………………..
………………………………….
………………………………….
………………………………….
(a) The Guarantee herein contained shall remain in full force and effect for
6. In case BSNL demands for any money under this Surety Bond, the same shall be
paid through banker’s Cheque in favour of “AO (Cash) BSNL CO” payable at New
Delhi or by any other mode such as NEFT/RTGS, etc., as indicated by BSNL in its
demand letter.
7. The Surety guarantees that the below mentioned officers who have signed it on
behalf of the Surety have authority to give this Surety Bond under its delegated
power.
Place: ……………………………
Date: ………………………….. (Signature of the Surety)
Subject:
Authorization for attending Bid opening
I/ We Mr. /Ms. ……………………………….................…….. have submitted our bid for
the tender no. ................................………………….……… in respect of …………………
…………… .........…….. (Item of work) which is due to open on………………
..............…. (date) in the Meeting Room,
O/o…………………………………………………….
We hereby authorize Mr. / Ms. ……… ........................... ....………………………& Mr. /
Ms…………….…………(alternative) whose signatures are attested below, to
attend the bid opening for the tender mentioned above on our behalf.
…………………………………….
Signature of the Representative
…………………………………Signature of Bidder/ Officer authorized to sign
Name of the Representative on behalf of the Bidder
…………………………………….
Signature of the alternative Representative
…………………………………………..
Name of the alternative Representative
Above Signatures Attested
Note 1: Only one representative will be permitted to attend the Bid opening
2. Permission for entry to the hall where bids are opened may be refused in case
authorization as prescribed above is not received.
This is to certify that our offer is exactly in line with your tender enquiry
(including amendments) no. dated .
This is to expressly certify that our offer contains no deviation either Technical
(including but not limited to Scope of Work, Business Requirements
Specification, Functional Requirements Specification, Technical Requirements
Specification) or Commercial in either direct or in direct form.
(Authorized Signatory)
Signature:
Name:
Designation:
Address:
Seal:
Date:
A) Tenderer’s Profile
1. Name of the Individual/ Firm: ………………………………………………
2. Present Correspondence Address …………………………..………………
……..…………………………………………………………………………
…………………………..…………………………………………………………
Telephone No. …………………………….. Mobile No. ………………………...
FAX No. …………………………………………………………………………
3. Address of place of Works/ Manufacture
……….…………….……………………………………………….………………………………….……………
…………………………………………
Telephone No. ..……………………….. Mobile No. …………………………
4. State the Type of Firm:
Sole proprietor-ship/partnership firm/ (Tick the correct choice)
Private limited company.
4.1 Whether Bidder is MSE Bidder? If yes then category:………………………
2.
3.
4.
5.
GSTN
1…………………….
GSTN
2……………………
GSTN
3…………………….
and so on”
…………………………………. ……………………………….
………………………………………. ……………………………….
<complete address -purchaser> <complete address of the Bidder>
Bidder’s Reference No:……………....…………………
…Dated…………………….
Ref: Your Tender Enquiry No. …………………………………dated
…………………
1. Having examined the above mentioned tender enquiry document including
amendment/clarification/ addenda Nos. ...................... dated…..
……………the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to supply and deliver.............................................. in
conformity with the said drawings, conditions of contract and specifications
for the sum shown in the schedule of prices attached herewith and made
part of the financial Bid.
2. Bid submitted by us is properly sealed and prepared so as to prevent any
subsequent alteration and replacement.
3. We agree to abide by this Bid for a period of 180 days from the date fixed
for Bid opening or for subsequently extended period, if any, agreed to by us.
This bid shall remain binding upon us up to the aforesaid period.
4. We understand that you are not bound to accept the lowest or any bid, you
may receive.
5. If our Bid is accepted, we will provide you with the required performance
bank guarantee from a Scheduled Bank as per the tender terms for the due
performance of the contract.
6. If our Bid is accepted, we undertake to complete delivery of all the services
specified in the contract in accordance with the delivery schedule specified
in the Section-2 (Tender Information).
7. Until a formal Work Order of Contract is prepared and executed, this Bid
together with your written acceptance thereof in your notification of award
shall constitute a binding contract between us.
Dated: ....... day of ................... 2024
Signature ………………………………….
Witness Name
………………………….…………..
Signature…………………………. In the capacity of
………………………….
Name …………………………….. Duly authorized to sign the bid
for and on
Address .:..................................... behalf of
.................................................
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quantit (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi y (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D
A B C=A*B D E F H=C+G
+E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
Unit Total
*Rate of SGST
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quantit (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi y (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D
A B C=A*B D E F H=C+G
+E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quanti (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi ty (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D+
A B C=A*B D E F H=C+G
E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
*Rate of CGST
*Rate of SGST
Unit Total
*Rate of IGST
cost cost HS
S. Total cost
Total GST
(INR) Quantit (INR) N
N Work/ Item Description Unit (inclusive of
(exclusi y (exclusi Cod
o GST) (in INR)
(INR)
ve of ve of e
GST) GST)
G=C*[(D
A B C=A*B D E F H=C+G
+E) or F]
Note: The quantities mentioned in SOR and Price Bid Format are only indicative. The actual quantities may vary
substantially as per the field survey and requirement. Firm Work Orders shall be issued based on Survey and as per actual
requirements. The Successful bidder shall also be bound to provide supply and services for items at Sl Nos 8,9,10, 11 &
12 at the pre-defined rates as mentioned against each item. The quantities shall be as per the site requirement. The bidder
is supposed to absorb the gain/loss on account of the predefined rates in the quoted price of items at Sl Nos 1,2, 3, 4, 5, 6
& 7.
Page no and
Claus
S.No Section Particulars of documents to be submitted Documents
e
in Bid
Note: Submit all documents with proper file name and S.No. All other documents mentioned in tender which are not
covered in list also submit along with the bid.