17.05.2024 PMA Tender MP UPE UPW

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 212

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

Tender Enquiry No. BSNL/BNO&M/PMA/T-796/2024 issued on 24.05.2024

Bid Document

for

Planned Maintenance Agencies for BharatNet Phase-I

(left out quantity) & Phase-II in MP, UPE & UPW

Bharat Sanchar Nigam Limited


Regd. & Corporate Office :
Bharat Sanchar Bhawan, H.C. Mathur Lane, Janpath, New Delhi -110 001.
Corporate Identity Number (CIN) : U74899DL2000GOI107739.
Web: www.bsnl.co.in

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

On behalf of Chairman and Managing Director Bharat Sanchar Nigam Limited,


digitally sealed online tender on above mentioned subject is invited which contain
following sections.
TABLE OF CONTENTS
SECTION TITLE PAGE
Section 1 Detailed Notice Inviting Tender (DNIT) 3-12
Section 2 Tender Information 13-16
Section 3 Part A Scope of work 17-20
Section 3 Part B Tech. Specifications 21-117
Section 3 Part C Schedule of Requirement(SOR) 118
Section 4 Part A General Instructions to the Bidders 119-140
Section 4 Part B Special Instructions to the Bidders 141-142
Section 4 Part C E-tendering Instructions to the Bidders 143-145
Section 5 Part A General Commercial Conditions of Contract 146-159
Section 5 Part B Special Commercial Conditions of Contract 160-166
Section 6 Undertaking & declarations 167-169
Section 7 Proforma(s) 170-188
Section 8 Bidders Profile & Questionnaire 189-190
Section 9 Part A Bid form 191
Section 9 Part B Price Schedule 192-209
Section 10 Agreement Proforma 210
Section 11 Check list of documents 211-212

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

Circle Total Estimated Qty (RKms) Turn Turn EMD


PMA Over Over (Rs Cr)
Rank/ (Non- (MSE)
Package MSE) Rs. Cr
No Rs. Cr

24F 48F 96F 288F Total


(i) (ii) (iii) (iv) (v) (vi)
1A UPE 1503 1072 298 259 3265.675 27 18 1.81
1B UPE 1120 910 230 190 2493.79 21 14 1.40
1C UPE 1135 880 212 170 2279.63 20 13 1.31
1D UPE 1100 850 210 163 2254.183 19 13 1.28
Total 4858 3712 950 773 10293
2A MP 837 740 324 93 1991.714 17 11 1.15
2B MP 832 725 316 90 1971.01 17 11 1.14
2C MP 831 715 316 89 1945.78 17 11 1.12
Total 2,500 2180 956 272 5908
3A UPW 1837.39 65 15 8 1925.39 16 11 1.08
3B UPW 1586.875 75 17 10 1688.875 14 10 0.96
Total 3,424 140 32 18 3614

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.

2. PURCHASE OF E-TENDER DOCUMENT:


Tender document can be obtained by downloading it from the website
“www.bsnl.co.in”. The tender document shall be available for downloading from BSNL
website from date of issue of DNIT. The same document shall be uploaded on e-
tender portal also. For online bid submission, bidders have to mandatorily register (if
not already registered) on tender portal NICs e-tender system-
(https://etenders.gov.in/eprocure/app) and follow all steps as per functionality of e-
tender portal. (Kindly refer Section 4 Part C of tender document for instructions on e-
tendering)
2.1 The bidders downloading the tender document are required to submit Non-
refundable Tender fee amount INR 10000 plus 18% GST i.e. Rs. 11800/-(Rupees
Eleven thousand Eight Hundred only) through DD/ Banker’s cheque along with their
tender bid failing which the tender bid shall be rejected. The DD/ banker’s cheque
shall be drawn from any “Scheduled Commercial Bank from public / private sector
(excluding co-operative banks)”in favour of “AO(Cash), BSNL, C.O. New Delhi” and
payable at “New Delhi”. In case the bidder submits Demand Draft as Tender Fee/ Bid
Security, the name of the Bidder shall be mentioned in the DD/Banker’s cheque
issued by the bank.

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

Note:-“The Tender Fee is non-refundable”.

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:

S. Pre-qualification Criteria Documentary Evidence


No.
(1) The Bidder should be registered a) Copy of Certificate of Incorporation /
either under the Indian Registration Certificate.
Partnership Act, 1932 or limited b) PAN card.
Liability Partnership Act, 2008 or
c) GST Registration.
Companies Act, 1956/2013 or
proprietorship firm and should d) Audited financial statements for the
have at least 3 years of last three financial years (2021-22,
operations in India on the date of 2022-23, and 2023-24). For the year
bid submission. The Bidder 2023-24, provisional financial
should have a minimum average Statement certified from the Chartered

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.)

4.2 Other conditions of Eligibility


(a) The Bidder shall not be a Licensed Telecom Service provider to provide Basic
Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ ILD
Services anywhere in India. Self-Certificate by the bidder shall be submitted.
(b) The bidder should not have a controlling stake or vice versa, in any of Basic
Services/ Cellular Telephony Services/ Internet Services/ UASL/ NLD/ILD/IN
Services operating companies in India. Self-Certificate by the bidder shall be
submitted
(c) The Bidder should not be blacklisted /debarred with Ministry of Communication
or BSNL or debarring order issued by Department of Expenditure (DOE),
Ministry of Finance (MOF) covering all central Ministries/ Departments as per
provision of OM No.F.1/20/2018-PPDby Department of Expenditure (DoE),
MoF dated on 2nd Nov 2021 as on Bid submission date.
Note: If the bidder company is formed with same or part management of
another company which has been black-listed/ banned under above cited
provisions, for the period covering bid submission date, then the credentials of
this black-listed/ banned company shall not be considered to meet any of the
eligibility criteria.
(d) The bidder should have valid PAN number issued by Income Tax Department.
(e) The bidder shall have valid Goods and Services Tax (GST) Registration
Numbers (s). In case of multiple GST numbers are available with the bidder, all
the numbers shall be provided in a separate Annexure.
(f) Any bidder / technology partner from a country which shares land border with
India will be eligible to bid if the bidder / consortium is registered with the
competent authority as specified in Annexure-I of OM bearing No.7/10/2021-
PPD (1) Dated 23.02.2023 issued from Department of Expenditure/ Ministry of
Finance. The bidders/consortium shall submit an undertaking as per Format
(Section 6 Part A, Annexure-A) in this regard (For details OM bearing No.
7/10/2021-PPD (1) dated 23.02.2023 issued by Department of Expenditure
Page 8 of 212
Public Procurement Division may be referred.)
(g) Only Class-I Local & Class-II Local Suppliers, fulfilling the criteria contained in
instructions regarding Public Procurement (Preference to Make in India) issued
vide DPIIT (Department for Promotion of Industry and Internal Trade) Order
Dated 16/09/2020 as amended from time to time, shall be eligible to participate
in the tender. The bidders offering imported products will fall under the
category of Non- Local suppliers. The bidders can’t claim themselves as Class-
I Local supplier/ Class-II Local suppliers by claiming the services such as
transportation, insurance, installation, commissioning, and training and after
sales service support like AMC/ CMC etc. as local value addition. Duly filled
Form-1 [under Section 7(D)] with Local content claimed for the tendered
item(s), has to be submitted by bidder, failing which their bid will be treated as
Non-Local Bid and shall not be considered in the tender.
Preference will be given to Class-I local supplier in award of Work as per para
3(A) (c) of DPIIT guidelines (Non Divisible Project).
(h) A bidder shall submit only one bid proposal. If a bidder submits or participates
in more than one bid proposal, all such proposals shall be disqualified.

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.”

(b) Bank Guarantee from a Nationalized/Scheduled Bank in India (except Co-


operative banks), OR Insurance Surety Bond from Indian Insurance Company,
drawn in favour of “DGM (MMT), Bharat Sanchar Nigam Limited, Corporate Office,
New Delhi” which should be valid upto a date 30 days beyond required bid validity
i.e. for 180 days from the tender opening date. Format for Bank Guarantee is
given at Section 7(A)(I) (BG)/ Section 7(A)(II) (Surety Bond). A copy of SFMS by
bidder’s EMBG issuing Bank shall also be submitted with EMBG as well as time of
renewal/ extension, if any.

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.

6. Last Date & Time of Submission of Bid


(a) The date and time for submission of the online Bid & offline documents is 14.06.2024
(12:00 hrs) (“Bid Closing Date”)
(b) In case the date of submission (opening) of bid is declared to be a holiday, the date
of submission (opening) of bid will get shifted automatically to next working day at the
same scheduled time. Any change in bid opening date due to any other unavoidable
reason will be intimated to all the bidders separately.

7. Last date of receipt of queries from the Bidders: 31.05.2024


8. Online Opening of Tender bids: At 12:00 Hours of 17.06.2024

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.

9. Place of opening of Tender bids:


a) The online tenders submitted by bidders shall be opened through ‘Online Tender
Opening Event’. BSNL’s Tender Opening Officers as well as authorized
representatives of bidders can attend the Online Tender Opening Event (TOE)
from the comfort of their offices. Kindly refer Section 4 Part C of Tender document
for further instructions.
b) However, if required, the authorized representatives of Bidders can attend the
TOE physically in the MMT section, 2nd Floor, Bharat Sanchar Bhawan, Janpath,
New Delhi, where BSNL’s tender opening officers shall be conducting the TOE.

10. Non-acceptance of Bids submitted late:


.
11. Rejection of Bids:

a) Incomplete, ambiguous, conditional, illegible tender bids are liable to be rejected.


b) CMD, BSNL reserves the right to accept or reject any or all Bids without
assigning any reason and is not bound to accept the lowest tender.

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.

17. Period of Contract:


Duration of contract period shall be 12 months tentatively from the date of signing
of contract or any other date thereafter fixed by BSNL.
BSNL if required can extend the contract for a further period of 1 year for
additional works (up to 50% of the contract value) identified. The rates, terms and
conditions of the contract during the extension period shall remain same.

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.

3.1 Techno-commercial E-envelope Termed as Technical envelope on [E-tender


portal] shall contain scanned copy of the following document, but not limited to
documents:
(i) Bank transaction details with UTR number towards the successful payment of
EMD, if paid through online payment mode or DD of value equal to EMD OR
MSE certificate for claiming EMD exemption.
(ii) Bank transaction details with UTR number towards the successful payment of
Tender fee, if paid through online payment mode or DD/Bank instrument towards
cost of the tender documents i.e. tender fee OR MSE certificate for claiming
exemption.
(iii) EMBG in the format as provided in Section 7A (I) / Surety bond in format 7A (II)
(iv) Certificate(s)/ documents showing fulfillment of the eligibility criteria(s) stated in
clause 4 of section-1 (Detailed NIT).
(v) Power of Attorney & authorization for executing the power of Attorney in
accordance with clause 14.3 of Section 4 Part A, as well as in Pro forma of
Section 7 (H).
(vi) Integrity Pact in accordance with pro forma 7(E) of Tender document
(vii) Non deviation certificate as per clause 11 of Section 4 Part A
(viii) Bidder’s Profile duly filled & signed at section 8 of Tender document
(ix) Near-Relationship Certificate duly filled & signed as per clause 31 (section 4 part
A) & section 6 part B of Tender document
(x) Undertaking & declaration duly filled & signed at section 6 part A of Tender
document

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.

3.2 Financial envelope shall contain:


(i) Price Schedule duly filled & signed (in PDF) along with an MS-XL format of same
as per format given in (Section-9 Part– B of Tender document).
(ii) Detailed Priced Bill of Material (BoM) (i.e., price break-up of sub-components
each line item of Price sheet) which shall include all the components including
quantities, constituting the items mentioned in Schedule of Requirement, both in
PDF and Excel Format.

A BoQ template will also be available on e-tender portal CPPP, to be filled by


bidders in this bid part. BoQ (of electronic financial bid part on CPPP) which is
only a bid summary to be made available during opening of financial bids
and bid evaluation will be done based on Complete price sheets uploaded by
bidders.
Further, it may kindly be noted that in case there is any discrepancy between the
values entered by bidder in the BoQ template and that in Complete price sheets
uploaded by bidder, then the prices/ rates mentioned in Complete price sheets
uploaded by bidder will prevail over the values mentioned in BoQ template.

3.3 Offline submissions: The following documents are required to be submitted


offline (i.e. offline submissions) to AGM(MMT)/DM(MMT), BSNL, C.O. , 2nd
Floor, Bharat Sanchar Bhawan, Janpath, New Delhi-110001 on or before the
date & time of submission of bids or within 5 days after bid opening date in a
sealed envelope, failing which bid shall be rejected.
The envelope shall bear the tender number, name of work and the phrase: “Do
Not Open Before (due date & time of opening of tender).

(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.

(iv) Sealed pass-phrases used for encryption of electronic bid parts.

Scanned copies of the above documents (which ever applicable) are to be


mandatorily uploaded by the bidder in their online Technical bid part (1 st
electronic Envelope i.e. Technical Envelope) on e-tender portal failing which the
tender bid shall be archived unopened / rejected on e-tender portal at bid
opening stage:

Moreover, Originals of Bank Instruments such as DD or EMBG towards Tender


Fee, EMD/Bid Security respectively (if not submitted through e-payment
mode),shall be submitted by bidder on any date before or within 5 days after bid
opening date to AGM (MMT) BSNL, C.O. 2nd Floor, Bharat Sanchar Bhawan,
Janpath, New Delhi-110001 in a sealed envelope bearing the Tender number,
Name of work, failing which the tender bid (if already opened on basis of
scanned copies uploaded in 1st electronic Envelope i.e. Technical
Envelope) shall be rejected

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.

4. Evaluation of the Proposals:


4.1 As per clause 1.0 of Section 4-B
5. Delivery Schedule
5.1 As per clause 3.0 of Section 5B

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. BharatNet Phase-I&II O&M Philosophy:-

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.

2.4. Site Survey:

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.

2.5. Firm Work Order:


Based on the site survey reports and finalized BoQ approved by BharatNet BA Head
(Firm Work Orders). The Contractor shall carry out the work as per the firm work
orders. However, BharatNet BA Head can also issue indicative work order for works to
start which can be modified on actual basis on completion of work. Work orders to be
given in such a way that all the GPs affected in a particular route are covered.
However, payment may be released in part also if some of the GPs in the Work Order
are not being attended due to ROW issues and/or Force Majeur conditions. All the
work orders of the block may be issued sequentially or simultaneously distributed in
such a way that the whole block is covered in one go so that the PMA is able to
achieve maximum output and shifts the resources from the `block to other block after
completing all the works of that block. Further the Work Orders in the whole Circle may
be issued approximately @ 20% of the anticipated work per month. The exemption in
penalty to be given during the Rainy months of July, August, September and other
ROW affected cases in addition to specified force majeure conditions.
AWO will be issued by corporate office. Based on the AWO, concerned BSNL Circle
will sign an agreement with the successful bidder as per the tender terms and
conditions. Indicative /Firm route wise work order is, as the case may be, will be
issued by concerned circle within the AWO quantities.

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

1.0 SPECIAL TECHNICAL CONDITIONS

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

1.HDPE: As per TEC GR No. TEC/GR/FA/CDS-008/04/AUG-19 with latest amendments,


if any.
2. SJC: As per GR No. TEC/GR/TX/OJC-002/03/APR-2010, with latest amendments if
any.
3. BJC: As per GR No. TEC/GR/TX/OJC-002/03/APR-2010, with latest amendments if
any.
4. FDMS: As per TEC GR No. GR/FDM-01/02. APR 2007 with Amendment Dated
02.05.2012, with latest amendments if any.
5. SPLITTERS 1:2: As per TEC GR No. TEC/GR/TX/OPT-001/01/ APRIL-12, with latest
amendments if any.
6. SPLITTERS 1:4: As per TEC GR No. TEC/GR/TX/OPT-001/01/ APRIL-12 with latest
amendments.
7. SPLITTERS 1:8: As per TEC GR No. TEC/GR/TX/OPT-001/01/ APRIL-12 with latest
amendments.

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)”

GR No. TEC/GR/TX/ORM-01/04 Specification for Raw Material used in


SEP.09 Manufacturing of Cables
GR No. GR/OFT-01/03. APR 2006 Tools for installation & Operating the OFC & for
assembly of the OF Splice Closures.
GR No. G/CBD-01/02. NOV 94 Drum specifications for Cable ends
GR No. TEC/GR/TX/OJC-002/03/APR- Specifications for Splice Closure for Optical Fiber
2010 Cable

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)

PART I – TECHNICAL SPECIFICATIONS

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).

2.0 Functional Requirement:


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 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 shallbe
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 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
Page 23 of 212
manufacturing defects.
2.7 It is mandatory that Optical Fibre Cable supplied in an offered lot 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. The rodent resistance is an important requirement for the cable. The
manufacturer shall give an undertaking to this effect.

3.0 Technical Requirements of Optical Fibres:-

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)

3.2 Geometrical Characteristics:-

3.2.1 MFD : 8.8-9.8 µm


3.2.2 Cladding Diameter : 125 µm ± 1.0 µm 3.2.3
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: 245 µm ± 10 µm double UV cured acrylate.
(Shall be measured on un coloured fibre)

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 Transmission Characteristics:-

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.

(c) Fibre attenuation after cabling


i) At 1310 nm : ≤ 0.36 dB/km
ii) At 1550 nm : ≤ 0.23 dB/Km
iii)At 1625 nm : ≤ 0.26 dB/Km

(d) Water Peak Attenuation after cabling


At 1383nm ± 3nm : ≤ Value at 1310 nm
Fiber attenuation at 1490 nm is covered in the range given before cabling.
Fiber attenuation after cabling at 1490 nm may be considered as per TEC
GR referred in the tender. Attenuation at 1383 nm may be ignored.

3.3.2 Dispersion:-

(a)Total Dispersion ps/nm.km


i) In 1285-1330 nm band : ≤ 3.5
ii)In 1270-1340 nm band : ≤ 5.3 ps/nm. Km
iii)At 1550 nm. : ≤ 18.0 ps/nm. Km
iv)At 1625 nm : ≤ 22.0 ps/nm. Km
Note: The dispersion in the 1250 nm–1625 nm band shall be measured on
un-cabled fibre at an interval of 10nm and the test results shall be submitted.
(b) Polarization mode dispersion at 1310 & 1550 nm
i) Fibre : ≤ 0.2 ps/√ km
ii) Cabled Fibre : ≤ 0.3 ps/√ 'km
Note: Measurement on un-cabled fibre may be used to generate cabled fibre
statistics and correlation established.
(c) Zero Dispersion Slope : ≤ 0.092 ps/(nm 2 Km)
(d) Zero dispersion wave length range : 1300 -1324 nm

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 Mechanical Characteristics:-

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)

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)

3.5 Material Properties:-

3.5.1 Fibre Materials:-

(a) The substances of which the fibres are made: To be indicated by


manufacturer
(b) Protective material requirement:
(i) The physical and chemical properties of the material used for the fibre
primary fibre coating and for single jacket fibre.
(ii) The best way of removing protective coating material : To be indicated by
the manufacturer
(c) Group refractive Index of fibre : To be indicated by the manufacturer.

Note: The manufacturer shall indicate the variation in group refractive index of
fibre during bulk production.

3.6 Environmental Characteristic of Fibre (Type test):-

3.6.1 Operating Temperature (Test Method IEC – 60793 – 1-52)


Temperature Dependence of Attenuation : - 60°C to+85°C
Induced Attenuation at 1550 nm at -60°C to +85° C : ≤0.05 dB/km
3.6.2 Temperature – Humidity Cycling (Test method /EIA/TIA-455-73)
Induced Attenuation at 1550 nm at -10°C to +85°C : ≤ 0.05 dB/km and 95%
relative humidity.
3.6.3 Water Immersion23°C (Test method IEC- 60793 – 1 -53)
Induced Attenuation at 1550 nm due to Water Immersion at 23 ± 2°C: ≤ 0.05
dB/km
3.6.4 Accelerated Aging (Temperature) 85°C (Test method IEC- 60793 – 1- 51)
Induced Attenuation at 1550 nm due to Temperature Aging at 85 ± 2°C:≤ 0.05
dB/km
3.6.5 Retention of Coating Color (Test method IEC- 60793 – 1 - 51)
Coated Fiber shall show no discernible : 30 days at 85°C
with change in color, when aged for95% Humidity and relative humidity.20 days
in 85°C dry heat.
Page 26 of 212
3.7 Primary coating Test:-

(a) Fourier Transform Infrared Spectroscopy (FTIR) Test:


To be tested to check the curing level of coating on the surface of natural fibre.
The curing level shall be better than 90%.
(b) Adhesion Test:
To be tested by using soaked (Solvent) tissue paper for ten strokes unidirectional
on 10 cm length of fibre. No coating shall be observed on the tissue paper after
testing.

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

3.8.9 Glass Reinforcement: 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 Colour Coated 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 20
Kg 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.
3.8.10 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 than 1.6mm .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. Anti termite dopant shall be added in the
outer sheath to resist termite attack on the cable.
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):
I. Density
II. Melt flow index
III. Oxidative Induction time
IV. Carbon black content
V. Carbon black dispersion
VI. ESCR
VII. Moisture content
VIII. Tensile strength and elongation at break
IX. Absorption Coefficient
X. Brittleness Temperature
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 clauses
of the Technical specifications of the OF cable, it is to be clarified that the HDPE

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.

4.0 Mechanical Characteristics and Tests on Optical Fibre Cable:


(Note: All observations are to be taken at 1310nm and 1550nm wavelengths)
4.1 Tensile Strength Test:
Objective: This measuring method applies to optical fibre cables which are tested at a
particular tensile strength in order to examine the behaviour of the attenuation as a
function of the load on a cable which may occur during installation.
Method: IEC 60794-1-2-E1.
Test Specs: The cable shall have sufficient strength to withstand a load of value T (N)
=9.81 x 2.5 W Newton or 2670 N whichever is higher (Where W-mass of 1 Km of cable
in Kg). The load shall be sustained for 10 minutes and the strain of the fibre monitored.
Requirement: The load shall not produce a strain exceeding 0.25% in the fibre and
shall not cause any permanent physical and optical damage to any component of the
cable. The attenuation shall be noted before strain and after the release of strain. The
change in attenuation of each fibre after the test shall be ≤ 0.05 dB both for 1310 nm
and 1550 nm wavelength.
4.2 Abrasion Test:
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
Test Specs: The cable surface shall be abraded with needle (wt. 150 gm) having
diameter of 1 mm with 500 grams weight (Total weight more than 650 gms) No. of
cycles 100 Duration : One minute (Nominal)
Requirement: There shall be no perforation & loss of eligibility of the marking on the
sheath.
4.3 Crush Test (Compressive Test):
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand crushing.
Method: IEC 60794-1 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 Sec. The
Page 31 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 l310 nm and 1550 nm wavelength.
4.4 Impact Test:
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand impact.
Method: IEC 60794-1-2-E4.
Test Specs: The cable shall have sufficient strength to withstand an impact caused by
amass 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 hall 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≤0.05dB both
for1310 nm and 1550 nm wavelength.
4.5 Repeated Bending:
Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand repeated bending.
Method: IEC 60794-1-2-E6.
Test Specs: The cable sample shall be of sufficient length (5 m minimum) 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
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.

4.6 Torsion Test:


Objective: The purpose of this test is to determine the ability of an optical fibre cable to
withstand torsion.
Method: IEC 60794-1-2-E7.
Test Specs: The length of the specimen under rest shall be 2 meters and the load shall
be100 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
Page 32 of 212
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
withstand 10 such 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.

4.7 Kink Test:


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: IEC 60794-1-2-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 ≤ 0.05 dB both for 1310nm &
1550 nm wavelength.

4.8 Cable Bend Test:


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: IEC 60794-1-2-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
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 for1310 nm and 1550 nm wavelength. Sheath shall not show any cracks visible to
the naked eye when examined whilst still wrapped on the mandrel.

4.9 Temperature Cycling (Type Test):


Objective: To determine the stability behaviour of the attenuation of a cable subjected
to temperature changes which may occur during storage, transportation and usage.
Method: IEC 794-1-2-F1 (To be tested on Standard cable length &drum i.e 2Km. ±
5%)
Test Specs: The permissible temperature range for storage and operation will be from-
20°C to +70°C. The rate of change of temperature during the test shall be 1oC per
minute approx. The cable shall be subjected to temperature cycling for 12 Hrs. at each
temperature as given below:
TA2 temp. : - 20°C
Page 33 of 212
TA1 temp. : - 10°C.
TB1 temp. : + 60°C.
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 ≤ 0.05 dB for
1310 nm and 1550 nm wave length respectively for the entire range of temperature.

4.10 Cable aging Test (Type Test):

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.

4.11Water Penetration Test (Type Test):

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.

4.12Test of Figure of 8 (Eight) on the cable (Type Test):

Objective: Check of easiness in formation of figure of 8 of the cable during installation


in the field.
Test Method: 1000 meter of the cable shall be uncoiled from the cable reel and shall be
arranged in figure of 8 (eight) shape. The diameter of each loop of the figure of 8 shall
be maximum 2 meters.
Requirement: It shall be possible to make figure of 8 of minimum 1000 meters of the
cable uncoiled from the cable reel without any difficulty. No visible damage shall occur.

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.

4.14Static Bend test (Type Test):

Objective: To check the cable under Static bend.


Method: As per the clause no 4.8 of the GR alternatively as per ASTM D790.
Test Specs: The cable shall be subjected to static bend test. The optical fibre cable
shall be bend on a mandrel having a Diameter of 10 D (D is diameter of the cable).
Requirement: The change in attenuation of the fibre after the test shall be<0.05 dB for
1310, 1550 nm and 1625nm wavelengths. Sheath shall not show any cracks visible to
the naked eye when examined whilst still wrapped on the mandrel.

4.15Cable Jacket Yield Strength And Ultimate Elongation:

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

where Lo = Length of tube under test.


D = Outside dia of loose tube.
d = Inside dia of loose tube.

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.

4.18 Check of easy removal of sheath:


Objective: Check of the easy removal of sheath of the fiber optic cable by using normal
sheath removal tool.
Procedure: To check easy removal, the sheath shall be cut in circular way and the
about300 mm length of the sheath should be removed in one operation. It should be
observed during sheath removal process that no undue extra force is applied and
no component part of the cable is damaged. One should be able to remove the sheath
easily.

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.

PART II – GENERAL REQUIREMENTS

5.0 Engineering Requirements:


5.1 Cable Marking:
5.1.1 A long lasting suitable marking shall be applied in order to identify this cable from
other cables. The cable marking shall be imprinted (indented). The marking on the
cable shall be indelible of durable quality and at regular intervals of one meter
length. The accuracy of the sequential marking must be within -0.25% to +0.5% of
the actual measured length. The sequential length markings must not rub off
during normal installation and in life time of optical fibre cable. The total length of
the cable supplied shall not be in negative tolerance.
5.1.2 The marking shall be in contrast colour over the black HDPE Sheath (jacket) and
shall be one by hot foil indentation method. The colour used must withstand the
environmental influences experienced in the field.
5.1.3 The type of legend marking on O.F. cable shall be as follows:
1. Company LOGO
2. Legend containing internationally acceptable Laser symbol
3. Type of Fibre – G.652 D
4. Number of Fibres
5. Type of cable
6. Year of manufacture
7. Sequential length marking
8. User’s Identification: User Identification Marking on the cable shall be "BSNL"
and BSNL logo shall also be used.
9. Cable ID
5.2 Cable Ends:
5.2.1 Both cable ends (the beginning end and end of the cable reel) shall be sealed and
readily accessible. Minimum 5 meter of the cable of the beginning end of the reel
shall accessible for testing. Both ends of the cable shall be kept inside the drums
and shall be located so as to be easily accessible for the test. The drum
(conforming to GR No. G/CBD-O1/02 Nov. 94 and subsequent amendment)
should be marked to identify the direction of rotation of the drum. Both ends of
cable shall be provided with cable pulling (grip) stocking and the anti-twist
device(free head hook). The wooden drums shall be properly treated against
termites and other insects during transportation and storage. The manufacturer
shall submit the methodology used for the same.
5.2.2 An anti twist device (Free head hook) shall be provided, attached to both the ends
of the cable pulling arrangement. The arrangement of the pulling eye and its
coupling system along with the anti twist system shall withstand the prescribed
tensile load applicable to the cable.
5.3 The nominal drum length

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

5.4 Colour coding in OF Cables


5.4.1 The colorant applied to individual fibres shall be readily identifiable throughout the
lifetime of the cable and shall match and conform to the Munsell Colour Standards
(EIA-359-A) and also IEC Publication 304 (4).
5.4.2 Color Coding Scheme
When the loose tubes are placed in circular format, the marking to indicate the
loose tube no. "1" shall be in blue colour followed by loose tube no.2 of orange
and so on for other tubes as per the colour scheme given below and complete the
circular format by placing the dummy /fillers at the end. Depending upon the
number of fibres in a loose tube (which depends on the cable capacity), the fibres
are serially chosen from the column no. II of the following table-1. Last fibre in a
tube shall be of natural color, while the rest of fibres are colored.

Table -1: Colour Coding scheme of the Optical Fibre & Loose tube

No. of Fibers/Buffer tube Fiber identification Loose tube identification


I II III
1 Blue Blue
2 Orange Orange
3 Green Green
4 Natural Brown
5 Slate
6 White

Page 39 of 212
Colour coding of Loose Tubes for 24 fibres (Refer Table 1)

6.0 Quality Requirements:


6.1 The cable shall be manufactured in accordance with the international quality standards
ISO 9001-2008 (latest issue) for which the manufacturer should be duly accredited. The
Quality Manual shall be submitted by the manufacturer.
6.2 Raw Material:
6.2.1 The cable shall use the raw materials approved against the GR No.
TEC/GR/TX/ORM-01/04 SEP.09 and the subsequent amendment issued, if any.
6.2.2 Any other material used shall be clearly indicated by the manufacturer. The
detailed technical specifications of such raw materials used shall be furnished by
the manufacturer at the time of evaluation/testing.
6.2.3 The raw materials used from multiple sources is permitted and the source /
sources of raw materials (Type and grade) from where these have been procured
shall be submitted by the manufacturer.
6.2.4 The manufacturer can change the raw material from one approved source to
other approved source with the approval of BSNL. In case of change
ofsource/grade of SM Optical Fibre, the call for fresh evaluation/testing shall be
decided by BSNL.
6.2.5 The raw material used (HDPE black in colour) for outer sheath shall protect the
cable from attack by termite & rodent. The manufacturer shall specify anti-termite
Page 40 of 212
and anti-rodent (optional) additives and submit the detail characteristics of the
material and additives used to make it termite & rodent (optional) proof. The
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 release hydrogen that will affect
the characteristics of optical fibres.
Note: A test certificate from a NABL accredited Lab / Govt laboratory or institute
shall be mandatory.

6.3 Cable Material Compatibility:


Optical fibre, buffers/core tubes, and other core components shall meet the
requirements of the compatibility with buffer/core tube filling material(s) and/or water-
blocking materials that are in direct contact with identified components within the cable
structure (This shall be tested as per clause no. 6.3.4 of Telecordia document GR-20-
CORE issue 2, July 1998).
Note: The tests may be conducted in house (if facility exist) or may be conducted at
CACT or any NABL accredited Lab / Govt. laboratory.

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

1. GR No. TEC/GR/TX/ORM-01/04 Specification for Raw Material used in


SEP.09 manufacturing of OF Cables.
2. GR No. GR/OFT-01/03. APR 2006 Tools for installation & Operating the OFC
&for assembly of the OF Splice Closures.
3. GR No. G/CBD-01/02. NOV 94 Drum specifications for Cable ends.

4. GR No. TEC/GR/TX/OJC- 002/03/APR- Specifications for Splice Closure for Optical


2010 Fibre Cable

OTHER STANDARDS (EIA/IEC/Bell Core/CISPR/ISO etc.)

Page 44 of 212
List of Abbreviations

ASTM - American Society for Testing Materials AISI - American Iron and Steel Institute

BIS - Bureau of Indian Standards

FRP - Fibre Reinforced Plastic

HDPE - High Density Polyethylene

IEC - International Electro Technical Commission

IS - Indian Standards

ISO - International Standard Organizations

KV - Kilo Volt

MFD - Mode Field Diameter

OF - Optical Fibre

QA - Quality Assurance

QM - Quality Manual

RMS - Route Mean Square

UV - Ultra Violet

Page 45 of 212
Sub-Section B

GENERIC REQUIREMENT FOR 48F/96F/288F METAL FREE RIBBON OPTICAL FIBER


CABLE WITH DOUBLE HDPE SHEATH (G.652.D Fiber) AND ACCESSORIES

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.

GR No. TEC/GR/TX/ORM-001/05DEC-17 Specification for Raw Material used in


manufacturing of OFC Cables.
GR No. GR/OFT-01/03.APR2006 Tools for installation & Operating the OFC
& for assembly of the OF Splice Closures.
GR No. G/CBD-01/02.NOV94 Drum specifications for Cable ends
GR No. TEC/GR/TX/OJC-002/03/ APR- Specifications for Splice Closure for
2010 Optical Fibre Cable

OTHER STANDARDS (EIA/IEC/Bell Core/CISPR/ISO etc.)

6.1 ITU-TG.652D ITU-T Recommendations


6.2 GR-20-COREIssue4,2013 Generic Requirement for Optical Fibre
Cable (Bell Core)

6.3 IEC811-5-1, IEC794-1-2-E1 Test Methods for Optical Fibres


IEC794-1-2-E2, IEC794-1-2-E3
IEC794-1-2-E4, IEC794-1-2-E7,
IEC794-1-2-E10, IEC794-1-E11
IEC 794-1-2-F1, IEC794-1-2-F3,
IEC794-1-2-F5, IEC60793-1-30
IEC60793-1-31 IEC60793-1-32
IEC60793-1-33 IEC60793-1-34
IEC60793-1-47, EC60793-1-51,
IEC60793-1-52, IEC-60793-1-53
IEC-60793-2-50,

6.4 EIA598-C Colour Standard


6.5 EIA 455-104, EIA/TIA-455-181, Test Method for Optical Fibre
EIA/TIA-455-73

6.6 ISO 175, Test Methods for Optical Fibres International


ISO9001-2000 Quality Management System

6.7 FOTP-89,FOTP-181 Test Methods

6.8 ASTM D-566, ASTM D-790 ASTMD- Test Methods


1248,ASTMD-4565

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.

2.0 Functional Requirement:

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.

3.0 Technical Requirements of Optical Fibres:


Single Mode Optical Fibre used in manufacturing optical fibre cables shall be as per
ITU- TRec.G.652.D.The specifications of optical fibres are mentioned below:

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 Transmission Characteristics:

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

(b) Water Peak Attenuation


before cabling Between1380-1390nm : Valueat1310nm
Note:
I. Attenuation in the band 1380-1390 nm 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
test.
II. Sudden irregularity in attenuation shall be less than 0.1dB
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.

(c) Fibre attenuation after cabling


I. At1310nm : 0.36dB/km
II. At1550nm : 0.23dB/Km
III. At1625nm : 0.26dB/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

Note: The dispersion in the1250nm–1625nm band shall be measured on un-


cabled fibre at an interval of 10nm and the test results shall be submitted.

(b) Polarization mode dispersion at 1310&1550nm


i) Fibre : 0.2ps/km
ii)Cabled Fibre : 0.3ps/km
Note: Measurement on un-cabled fibre may be used to generate cabled fiber
statistics and correlation established.

(c) Zero Dispersion Slope : 0.092ps/(nm2Km)


(d) Zero dispersion wavelength range : 1300-1324nm

3.3.3 Cut off wavelength for fibres used in cables:1320nmMax.


Note: The above cut off wavelength is w.r.t. 2M sample length of fibre.

3.3.4 Cable Cut off wavelength : 1260nmMax.

3.4 Mechanical Characteristics:

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)

3.5 Material Properties:

3.5.1 Fibre Materials:


(a) The substances of which the fibres are made: To be indicated by the
manufacturer
(b) Protective material requirement:
(i) The physical and chemical properties of the material used for the fibre primary
requirement of fibre coating coating and for single jacket fibre. Stripping force as
Page 49 of 212
per clause No. 3.4.2
(ii) The best way of removing protective: To be indicated bythe coating material
Manufacturer
(c) Group refractive Index of fibre: To be indicated by the manufacturer
Note: The manufacturer shall indicate the variation in group refractive index of
fibre during bulk production.

3.6 Environmental Characteristic of Fibre (Type test):

3.6.1 Operating Temperature (Test Method IEC–60793–1-52)


Temperature Dependence of Attenuation : 60C to +85 C
Induced Attenuationat1550nmat-60Cto+85 C : 0.05dB/km
3.6.2 Temperature – Humidity Cycling(Test method/EIA/TIA-455-73)
Induced Attenuation at1550nm at-10Cto+85C: 0.05dB/km and 95% relative
humidity.
3.6.3 Water Immersion23°C(Test method IEC-60793–1-53)
Induced Attenuation at 1550 nm due to Water Immersionat23± 2°C: 0.05dB/km
3.6.4 Accelerated Aging(Temperature) 85°C (Test method IEC-60793–1-51)
Induced Attenuation at 1550 nm due to Temperature Aging at85 2C: 0.05dB/km
3.6.5 Retention of Coating Color(Test method IEC-60793–1- 51)
Coated Fiber shall show no discernible:30days at 85°C with change in color, when
aged for 95% Humidity and then Relative humidity.20 days in 85C dry heat.

3.7 Colour Qualification and Primary coating Test:


3.7.1 Colour Qualification Test:
(a) MEK Rub Test (Methyle Ethyl KetoneTest):
To be tested by using soaked (Solvent) tissue paper for ten strokes
unidirectionalon10cm length of fibre. No colour traces shall be observed on the
tissue paper after testing.
3.7.2 Water immersion Test (Type Test):
To be tested for coloured fiber for 30days. After the test Colour qualification,
Attenuation measurement & Strippability test are to be taken.
3.7.3 Primary coating Test:
(a) Fourier Transform Infrared Spectroscopy (FTIR)Test:
To be tested to check the curing level of coating on the surface of natural fibre.
The curing level shall be better than 90%.
(b) Adhesion Test:
To be tested by using soaked (Solvent) tissue paper for ten strokes
unidirectionalon10cm length of fibre. No coating shall be observed on the Tissue
paper after testing.

3.8 Ribbon Structure:


3.8.1 A group of primary coated fibres shall be arranged in ribbon structure. The fibres in
the structure shall be parallel and shall not cross over each other along the entire
length of the ribbon. The dimensions of 6 fibres ribbon shall be as per the Bell Core
document no. GR-20-Core issue 4, 2013 with latest version and as given below:
3.8.2 Ribbon Dimensions:
The maximum dimensions of fibre ribbon shall be as follows and the cross section
geometry of the fibre ribbon shall be as shown in the following figure

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.

3.8.4 Ribbon mechanical properties:-


3.8.4.1Ribbon Macro-bend
Change in attenuation when wrapped on a 60mm:≤0.05dB diameter mandrel
for100 turns at 1310 & 1550 nm
3.8.4.2 Ribbon Compression Resistance
Change in attenuation when subjected:≤0.05dB to a compressive load of 500 N
at1310nm & at1550nm.
3.8.4.3 Ribbon Torsion Resistance
Change in attenuation (At1310nm&1550nm):≤0.05dB

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

TYPICAL STRUCTURAL DRAWING FOR 96 FIBRE OF DRY CORE CABLE

TYPICAL STRUCTURAL DRAWING FOR 288 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:

Sl.No. No.of Fibres Multi Loose type


a. 48Fibres 4 tubes and1Filler 2 ribbon per tube
b. 96Fibres 4 tubes and1Filler 4 ribbon per tube
c. 288Fibres 8 tubes6 ribbon per tube

(Type approval for a cable shall be issued depending on the no. of fibres in the cable)

3.9.3 Strength Member:-

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

3.9.9 Glass Reinforcement: 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 Rodin the
centre at cable core. These flexible strength members shall be Non-waterblocking
type. The use of Solid Rigid FRP Rod(s) is mandatory in Optical Fibre cable
design. Impregnated Colour Coated 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.

3.9.10 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.

3.9.12CableWeight: The nominal cable weight shall be as per annexure–I.

3.9.13 RIP Cord:


Four suitable ripcords shall be provided in the cable, which shall be used to open
the both HDPE sheath of the cable. Two ripcords shall be placed diametrically
opposite to the each other at below the outer Jacket & two ripcords shall be placed
at 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 for outer sheath and suitable ripcord for inner sheath) shall be properly
waxed to avoid wicking action and shall not work as water carrier.
The ripcords used in the cable shall be readily distinguishable from any other
components utilized in the cable construction.

4.0 Mechanical Characteristics and Tests on Optical Fibre Cable:


(Note: All observations are to be taken at1550nm wavelengths. Change in attenuation
value at1550nm to be taken after conducting all mechanical tests.)

4.1 Tensile strength Test:


Objective: This measuring method applies to optical fibre cables which are tested at a
particular tensile strength in order to examine the behaviour of the attenuation as a
function of the load on a cable which may occur during installation.
Method: IEC60794-1-2-E1.
Test Specs: The cable shall have sufficient strength to withstand a load of value T(N) =
3000 Newton . The load shall be sustained for 10 minutes and the strain of the fibre
monitored.
Requirement: The load shall not produce a strain exceeding 0.25% in the fibre and
shall not cause any permanent physical and optical damage to any component of the
cable. The attenuation shall be noted before strain and after the release of strain. The
change in attenuation of each fibre after the test shall be ≤ 0.05 dB both for 1310 nm
and 1550 nm wavelength.

4.2 Abrasion Test:

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.

4.3 Crush Test (Compressive Test):

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.

4.4 Impact Test:

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.

4.5 Repeated Bending:

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.

4.6 Torsion Test:

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.

4.7 Kink Test:

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.

4.8 Cable Bend Test:

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.

4.9 Temperature Cycling(Type Test):

Objective: To determine the stability behaviour of the attenuation of a cable subjected


to temperature changes which may occur during storage, transportation and usage.
Method:IEC60794-1-2-F1(To be tested on Standard cable length & drum i.e
2Km.±10%)
Test Specs: The permissible temperature range for storage and operation will befrom-
20°Cto+70°C.The rate of change of temperature during the test shall be1°C per minute
approx. The cable shall be subjected to temperature cycling for 12 Hrs. at each
temperature as given below:

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.

4.10 Cable aging Test (Type Test):

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.

4.11 Water Penetration Test(Type Test):

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.

4.12 Test of Figure of 8(Eight) on the cable (Type Test):

Objective: Check of easiness in formation of figure of 8 of the cable during installation in


the field.
TestMethod:1000 meter of the cable shall be uncoiled from the cable reel and shall be
arranged in figure of 8(eight) shape. The diameter of each loop of the figure of 8 shall be
maximum 2 meters.
Requirement: It shall be possible to make figure of 8 of minimum1000meters of the
cable uncoiled from the cable reel without any difficulty. No visible damage shall occur.

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.

4.14 Static Bend test(Type Test):

Objective: To check the Cable under Static Bend.


Method: As per the clause no4.8 of the GR alternatively as per ASTMD790.
Test Specs: The cable shall be subjected to static bend test. The optical fibre cable
shall be bend on a mandrel having a Diameter of 10 D (D is diameter of the cable).
Requirement: The change in attenuation of the fibre after the test shall be≤0.05
dB for 1310nm and 1550nm wavelengths. Sheath shall not show any cracks visible to
the naked eye when examined whilst still wrapped on the mandrel.

4.15 Cable Jacket Yield Strength and Ultimate Elongation:

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:

Where Lo=Length of tube under test.


D = Outside dia of loose tube.
d = Inside dia of loose tube.

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.

(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.

4.17 Ribbon Dimension Measurements test (Type Test):

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.

4.18 Ribbon Resistance to Twist (Robustness)test (Type Test):

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.

4.19 Ribbon Residual Twist (Flatness) Test (Type Test):

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.

4.20 Ribbon Separation Test (Type Test):


Objective:
(i) To check the separation of individual fibres, separation of sub-unit of fibres and mid
span separation from a fibre ribbon.
(ii) To check the retention of sufficient colorant for identification for any 2.5 cm length of
fibre after separation for individual and sub-unit of fibres.

Tests to be conducted for:

Separation of any single fibre or a multi-fibre subgroup by a tool or by hand from a


ribbon for a length of 1 meter. Mid span separation from a 2 meter sample, separated
close to middle for at least 0.5 meter (both single fibre and the three fibre sub – units) for
un-aged ribbon.

Requirement: The un-aged ribbon of minimum length of a0.3meter (1.0foot) of an


individual fibre and a sub group of three fibres shall be separated from the ribbon
without breaking the fibres or damaging the fibre coating. The force required to perform
separation shall not exceed4.4N. The area at the separation shall not show any damage
to the fibre coating when examined under 5X magnification.

Retention of the Colour and Fibre Identification after separation.

Requirement: Individual fibre colour identification shall be maintained after the


separation test. It shall retain sufficient colorant that any 2.5cm length is readily
identifiable.
Removal of Ribbon matrix material to access individual fibres.

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.

4.22Ribbon Macro-bend Performance

Objective: To check the macro-bend performance of a ribbon.


Method: One hundred turns of ribbon are wound around a 60 mm diameter ribbon and
the loss increase at 1310 nm & 1550 nm shall be measured.
Requirement: The change in attenuation of the fibre shall be≤0.05dB,for1310 nm and
1550 nm wavelengths.

4.23 Torsion Resistance of the ribbon Test (Type Test):

Objective: To check the torsion resistance of the ribbon.


Method: One meter length of ribbon is twisted to through five revolutions of 360° and
measurement is taken.
Requirement: The change in attenuation of the fibre shall be≤0.05dB,for1310 nm and
1550 nm wavelengths.

4.24 Crush Resistance of Ribbon (Type Test):

Objective: To check the crush resistance of the ribbon.


Method: A 50 mm² sample is subjected to a load of 500 N and the attenuation
measurement taken for both 1310 nm & 1550 nm wavelengths.
Requirement: The change in attenuation of the fibre shall be≤0.05dB,for1310 nm and
1550 nm wavelengths.

4.25 Drainage Test for Loose Tube and Drip test on the cable (Type Test):

Drainage Test for loose Tube Sample Size: 30 cm tube length.


Test procedure:
1. Cut the tube length to 40cm.
2. Fill the tube with the tube filling gel ensuring that there are no air bubbles and the
tube is completely full.
3. Place the filled tube in a horizontal position on a clean work top and cut 5 cm from
either end so that the finished length of the sample is 30 cm.
Page 62 of 212
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).
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. At the end of the 24 hrs period the beaker is checked and weighed to see if there is
any gel in the beaker.
Results:
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.

Drip test on the cable


Objective: The purpose of this test is to determine the ability of jelly in theO.F. cable to
withstand a temperature of 70degree C.
Method: Take a sample of 30cm.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
24hours 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.

4.26 Check of easy removal of sheath:


Objective: Check of the easy removal of sheath of the fiber optic cable by using
normal sheath removal tool.
Procedure: To check easy removal, the sheath shall be cut in circular way and the
about 300 mm length of the sheath should be removed in one operation. It should be
observed during sheath removal process that no undue extra force is applied and no
component part of the cable is damaged. One should be able to remove the sheath
easily.

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.

4.28 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
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.

PART II–GENERAL REQUIREMENTS

5.0 Engineering Requirements:

5.1 Cable Marking:


5.1.1 A long lasting suitable marking shall be applied in order to identify this cable from
other cables. The cable marking shall be imprinted (indented). The marking on the
cable shall be indelible of durable quality and at regular intervals of one meter
length. The accuracy of the sequential marking must be within -0.25% to +0.5% of
the actual measured length. The sequential length markings must not rub off
during normal installation and in life time of optical fibre cable. The total length of
the cable supplied shall not be in negative tolerance.
5.1.2 The marking shall be in contrast colour over the black HDPE Sheath(jacket)and
shall be one by hot foil indentation method. The colour used must withstand the
environmental influences experienced in the field.
5.1.3 The type of legend marking on O.F. cable shall be as follows:
1. Company Legend
2. Legend containing telephone mark & international acceptable Laser symbol
3. Type of Fibre–G.652.D
4. Number of Fibres
5. Type of cable
6. Year of manufacture
7. Sequential length marking
8. User’s Identification
9. Cable ID

5.2 Cable Ends:


5.2.1 Both cable ends (the beginning end and end of the cable reel) shall be sealed and
readily accessible. Minimum 5 meter of the cable of the beginning end of the reel
shall accessible for testing. Both ends of the cable shall be kept inside the drums
and shall be located so as to be easily accessible for the test. The drum
Page 64 of 212
(confirming to GR No. G/CBD-O1/02 Nov. 94 and subsequent amendment) should
be marked to identify the direction of rotation of the drum. Both ends of cable shall
be provided with cable pulling (grip) stocking and the anti twist device (free head
hook). The wooden drums shall be properly treated against termites and other
insects during transportation and storage. The manufacturer shall submit the
methodology used for the same
5.2.2 An anti twist device (Free head hook) shall be provided, attached to the both the
ends of the cable pulling arrangement. The arrangement of the pulling eye and its
coupling system along with the anti twist system shall withstand the prescribed
tensile load applicable to the cable.

5.3 The nominal drum length:


5.3.1 Length of OF Cable in each drum shall be 2Km±10%/4Km±10%/8Km±10% / 10Km
±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 &1550nm
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

5.4 Colour coding in O.F. Cables:


5.4.1 The colorant applied to individual fibres shall be readily identifiable throughout the
lifetime of the cable and shall match and conform to the Munsell Colour Standards
(EIA- 598-C).
5.4.2 Colour Coding Scheme:
When the loose tubes are placed in circular format, the marking to indicate the
loose tube no. "1" shall be in blue colour followed by loose tube no.2 of orange and
so on for other tubes as per the colour scheme given below and complete the
circular format by placing the dummy /fillers at the end.

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

No. Of Fibers / Buffer Fiber identification in Loose tube identification III


tube I Ribbon II
1 Blue Blue
2 Orange Orange
3 Green Green
4 Brown Brown
5 Slate Slate
6 White White

5.4.3 Identification of Ribbon:

No.of fibre in a No.of No. of Fiber Per


Cable Tubes Ribbon per Ribbon Marking on Ribbon
Tube
4 Tubes Individual Ribbon shall be printed
48Fibres 1 Filler 2 6 with respective number as 1, 2.
Individual Ribbon shall be printed
288Fibres 8 Tubes 6 6 with respective number as 1, 2,
3, 4, 5, 6.

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).

6.0 Quality Requirements:


6.1 The cable shall be manufactured in accordance with the international quality standards
ISO9001-2008 (latest issue) for which the manufacturer should be duly accredited. The
Quality Manual shall be submitted by the manufacturer.
6.2 Raw Material:
6.2.1 The cable shall use the raw materials approved against the GR No.
TEC/GR/TX/ORM-01/04SEP.09 and the subsequent amendment issued, if any.
6.2.2 Any other material used shall be clearly indicated by the manufacturer. The
detailed technical specifications of such raw materials used shall be furnished by
the manufacturer at the time of evaluation/testing.
6.2.3 The raw materials used from multiple sources is permitted and the source / sources
of raw materials (Type and grade) from where these have been procured shall be
submitted by the manufacturer.
6.2.4 The manufacturer can change the raw material from one approved source to other
approved source with the approval of QA wing of purchaser. In case of change of
source/grade of SM Optical Fibre, the call for fresh evaluation/testing shall be
decided by QA wing of purchaser.
6.2.5 The raw material used (HDPE black in colour) for outer sheath shall protect the
cable from attack by termite & rodent. The manufacturer shall specify anti-termite
and anti-rodent (optional) additives and submit the detail characteristics of the
material and additives used to make it termite & rodent (optional) proof. The

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.

6.3 Cable Material Compatibility:


Optical fibre, buffers/core tubes, and other core components shall meet the
requirements of the compatibility with buffer/core tube filling material(s) and/or
water-blocking materials that are in direct contact with identified components within
the cable structure (This shall be tested as per clause no. 6.3.3 of Telecordia
document GR-20-CORE issue 4, 2013.

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.

SN Parameter Unit 48FRibbon 96FRibbon 288FRibbon


Fibre cable Fibre cable Fibre Cable
1 FRPR od EAA Coated mm 2.5+0.1/-0.0 3.0+0.1/-0.0 3.5+0.1,-0.0
2 FRP Up-coating thickness mm 0 0 2.0±0.1
3 Tube ID(min) mm 2.6 3.0 3.3
4 Tube OD mm 3.4±0.2 4.0±0.2 4.5± 0.2
5 No of fibre/ribbon No 6 6 6
6 No of Ribbon in a tube No 2 4 6
7 Colour of fibre per Ribbon BL,OR,GR,BR BL,OR,GR,BR BL,OR,GR,BR,
, SL,WH , SL,WH SL,WH
8 No of loose tubes No 4with2 4 with 4 8 with 6
Ribbons Ribbons Ribbons
9 Colour of loose tubes BL,OR,GR,BR BL,OR,GR,BR BL,OR,GR,BR,
SL,WH,RD,BK
10 No of dummy cord No 1 1 0
11 Tube strand in glay over mm >200 >400 >500
length
12 Inner Sheath mm 0.9 0.9 0.9
Thickness(min)
13 Qty. Of Impregnated Glass Kg 27 27 29
roving (min.)
14 Outer Sheath mm 1.5 1.5 1.5
Thickness(min)
15 Cable diameter mm 16.0+1.0 17.8±1.0 23± 1.0
16 Cable weight Kg/km 185±8% 230±8% 385±8%
17 Cable to be designed to % 0.1 0.1 0.1
Fibre strain value of.
18 Cable to be tested at % 0.25 0.25 0.25
defined
Load for fibre strain value of

Note: The manufacturer shall submit the design calculations which shall be cross
checked.

Page 68 of 212
List of Abbreviations

ASTM -American Society for Testing Materials


AISI -American Iron and Steel Institute

BIS -Bureau of Indian Standards

BSNL -Bharat Sanchar Nigam Limited

FRP -Fibre Reinforced Plastic

HDPE -High Density Polyethylene

IEC -International Electro Technical Commission

IS -Indian Standards

ISO -International Standard Organizations

KV -Kilo Volt

MFD -Mode Field Diameter

OF -Optical Fibre

QA -Quality Assurance

QM -Quality Manual

RMS -Route Mean Square

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

Fiber Distribution Management System Type – III-B (Indoor- for GP)


TEC GR Reference - GR/FDM-01/02 APR 2007.

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

3. Schematic diagram for Spare Cable Box Type 2 (Gram Panchayat)

4. Fiber Distribution Management System Type – III-B (Indoor- for GP)


1. Material – Glass Reinforced Polyester/Plastic, 3mm minimum thickness.
2. Size – Diameter 0.78 meter x Height 0.19 meter.
3. Cover – Assembly with 4 Nos. Retainer Screws.
4. Installation – Wall Mount using M8 Expansion Bolts.
5. Cable Entry/Exit – 2 Nos. + 2 Nos. Cable Diameter 15-22m.

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.

NOTE for (a) & (b):


Regarding supplies, only type approved OF Cable as per specifications under section
IV-C of tender document shall be accepted, for which the TAC/ TSEC will have to be
obtained within the lead time period of one month from the date of issue of APO to
bidder. TSEC / TAC of previous BBNL / BSNL tenders as mentioned in (a) above will
be acceptable for supplies also subject to the source of raw material to be the same as
that in the BSNL/BBNL tenders mentioned above and subject to validity of the TSEC
during the entire delivery schedule meeting the same specifications. The bidder shall
submit an Undertaking, for compliance to this requirement, with his bid. The OF Cable
is to be supplied only after Quality tests from BSNL QA.

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.

2.0 OF CABLE LAYING APPROACH


2.1 On the basis of the survey reports done by CONTRACTOR and further approved by
BSNL, routes for OF cable laying shall be finalized. Road Cutting Permission shall be
obtained from road and rail authorities for laying the Optical Fiber Cable along the
finalized roads and at rail / road crossing along the route. Generally, O.F. Cable may
preferably be laid straight as far as possible along the road near the boundaries, away
from the burrow pits. When the O.F. Cable is laid along the National Highways, Cable
should run along the road land boundary or at a minimum distance of 15 meters from
the center line of the road where the road land is wider as the OFC carries high
capacity traffic and is planned for about 25 to 30 years of life. It is essential that the
cable is laid after obtaining due permission from all the concerned authorities to avoid
any damage (which may result in disruption of services / revenue loss) and shifting in
near future due to their planned road widening works. For obtaining RoW BSNL will
facilitate the CONTRACTOR.
2.2 In special cases where it may be necessary to avoid burrow pits or low lying areas, the
Cable may be laid underneath the shoulders at a distance of 0.6 meter from the outer
edge of the road embankment provided the same is located at least 4.5 meters away
from center line of road.

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.

3.1.1 Rocky soil.


The terrain which consists of hard rocks or boulders where blasting/ chiseling is
required for trenching such as quartzite, granite, basalt in hilly areas and RCC
(reinforcement to be cut through but not separated) and the like.
3.1.2 Non Rocky soils
This will include all types of soil- soft soil/hard soil/Murrum i.e. any strata, such as
sand, gravel, loam, clay, mud, black cotton murrum, shingle, river or nullah bed
boulders, soling of roads, paths etc. (All such soils shall be sub-classified as
kachcha soil) and hard core, macadam surface of any description (water bound,
grouted tarmac etc.), CC roads and pavements, bituminous roads, bridges,
culverts (All such soils shall be classified as Pucca soils)

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.

4.3 Specifications of Materials to be used


4.3.1 PLB HDPE Duct
Optical Fiber Cables should be pulled though Permanently Lubricated HDPE
Duct of 40mm/33 mm size conforming to the specifications as per TEC GR No.
TEC/GR/TX/CDS-008/03/MAR- 11 with latest Amendments. The Ducts shall be
blue in colour and have the identification markings as per TEC GR wherein BSNL
logo shall be marked as BSNL’s name.
4.3.2 PLB HDPE Duct Accessories
(a) Push fit Coupler
Page 75 of 212
Push Fit couplers shall be used for coupling PLB HDPE ducts/coils. The
specifications of the couplers shall be as per TECGR no TEC/GR/TX/CDS-
008/03/Mar11 with latest amendments.
(b) PP Rope
Should confirm to TEC GR No.TEC/GR/TX/CDS-008/03/MAR-11 with latest
Amendments. However, this is optional and CPSUs may use the same on need
basis. The PP rope can be ordered along with the PLB duct as required. In this
case PP ropes drawn through the HDPE/PLB pipes/coils and safely tied to the
end caps at either ends with hooks to facilitate pulling of the OF cables at a later
stage. The rope used is 3 strands Polypropylene Para Pro rope having yellow
colour and size of 6 mm diameter. It should have a minimum breaking strength of
550 kgs. The length of each coil of rope should be 5 meter more than the
standard length of duct(or as ordered) and it should conform to (i) BS 4928 Part-II
of 1974 (ii) IS 5175 of 1982. It should be of special grade and should have ISI
certificate mark. It should be manufactured out of industrial quality Polypropylene.
(c) End Cap
End Cap shall be used for sealing the ends of the empty ducts, prior to
installation of the OF Cable and shall be fitted immediately after laying the duct to
prevent the entry of any dirt, water, moisture, insects/rodents etc. It should
confirm to TEC GR No. TEC/GR/TX/CDS-008/03/MAR- 11with latest
amendments. The ends of the PLB HDPE ducts/coils laid in the manholes should
be closed with End Caps. The End Caps used should be suitable for closing
40mm/33mm PLB HDPE ducts/coils. A suitable arrangement should be provided
in the End Cap to tie PP Rope. (See figure-1 for details)
(d) Cable sealing Plug
This shall be used to seal the end of the ducts perfectly, after the OF cable is
pulled in the duct. For pulling the cable through the ducts, it is necessary to
provide manholes at that location and also at bends and corners wherever
required. The ends of the PLB HDPE ducts/coils are closed with Cable sealing
Plugs. The End Plugs used should be suitable for closing 40mm/33mm PLB
HDPE ducts/coils. The Cable sealing plug shall confirm to TEC GR No.
TEC/GR/TX/CDS- 008/03/MAR-11 with latest amendments.(Wherever blowing
technique is used for laying OF Cable, at the discretion of the CPSUs concerned,
the hand holes/manholes required for accessing the cable during cable laying
can be at longer distances depending upon requirement.)

5.0 Material for Providing Additional Protection


5.1 RCC Full Round Pipes: Reinforced cement concrete pipes (spun type) coupled with
RCC collars sealed with cement mortar used to provide additional protection to PLB
HDPE Ducts/coils at lessor depths should be of full round, NP-2 class and size 100
mm (internal diameter), conforming to IS standard 458-1988 with latest amendments.
The pipes should have a nominal length of 2 meters.
5.2 The RCC collars should be properly sealed using cement mortar 1:3 (1:53 grade
cement of reputed brand, 3: fine sand without Impurities). If case of long spans, every
third joint will be embedded in a concrete block of size 60 cm (L) x 40cm (W) x 25 cm
(H) of 1:2:4 cement concrete mix (1: cement, 2: coarse sand, 4: stone aggregate of 20
mm nominal size) so that the alignment of RCC pipes remain firm and intact. Also,
both ends of RCC pipes spans will be sealed by providing concrete block of size 40
Page 76 of 212
cm (L) x 40 cm (W) x 25 cm (H) of 1:2:4 cement concrete mix to avoid entry of rodents.
5.3 RCC Split Pipes: The split Reinforced cement concrete pipes (spun type) with in-built
collars are used to provide additional protection to PLB HDPE Ducts/coils should be of
100mm internal dia.(Spotted), Class--NP-3, Thickness: 25mm, Length: 2 Meters with
inbuilt collaret one end, Conforming to ISI Specification IS: 458, 1988 with latest
amendment
5.4 G.I. Pipes: G.I. pipes should be of medium duty class having inner diameter of
50mmandshould conform to specifications as per IS 554/1985 (revised up to date) IS
1989 (Part- I), 1900 Sockets (revised up to date) & IS 1239 (Part-II) 1992 (revised up
to date).
5.5 DWC Pipes: Use of normal duty DWC (Double walled corrugated) HDPE pipe
confirming to TEC GR no.GR/DWC-34/01 Sep.2007 with latest amendments shall be
preferably utilized as first choice for protection of Optical Fiber Cable instead of GI
pipes. The DWC pipes used shall be of size 75/61mm as per table 2 of the said TEC
GR.
5.6 M.S. Weld Mesh: The PLB HDPE Ducts can also be protected by embedding it in
concrete of size of 25 cm x25 cm reinforced with MS weld mesh. The MS weld mesh
used should be of 50 mm x 100mm size, 12 SWG, 120 cm in width in rolls of 50m
each. One meter of MS weld Mesh caters to approx. 3 meters of concreting (See
figure ‘2’ for details). The strength of RCC/CC is dependent on proper curing,
therefore, it is imperative that water content of CC/RCC mix does not drain out into the
surrounding soil. In order to ensure this, the RCC/CC work should be carried out by
covering all the sides by yellow PVC sheets of weight not less than 1 kg per 8 sqm to
avoid seepage of water into the soil.
5.7 Joint Chamber: The Joint chamber shall be provided at every joint location to keep
the OF cable joint well protected and also to house extra length of cable which may be
required in the event of faults at a later date. The Joint chamber shall be of pre-cast
RCC type as per construction specification. Brick chamber can also be made with prior
permission of BSNL.
5.8 Rubber Bush: To prevent entry of rodents into PLB HDPE DUCTS, the ends of PLB
HDPE DUCTS are sealed at every manhole and joint using rodent resistant hard
rubber bush (cap) after optical Fiber cable is pulled. The rubber bush should be
manufactured from hard rubber with grooves and holes to fit into 40 mm PLB HDPE
DUCTS pipe, so that it should be able to prevent the entry of insects, rodents, mud,
and rainwater into the PLB HDPE DUCTS pipe. It should conform to TEC GR with
latest amendments. (See Figure-3)
5.9 Route/Joint Indicator: The Route/Joint indicators are co-located with each
manhole/joint chamber. In addition Route indicators are also to be placed where route
changes direction like road crossings etc. Either RCC/Pre-cast or Stone based route
indicators can be used. The detailed specification and design of the same shall be as
per construction specification. Generally, Stone Route indicators shall be used for the
BharatNet Project.

6.0 EXACAVATION OF TRENCHES


6.1 Trenching
6.1.1 Location and Alignment of the Trench: In built up areas, the trench will normally
follow the foot-path of the road except where it may have to come to the edge of
the carriage way cutting across road with specific permissions from the
Page 77 of 212
concerned authorities maintaining the road (such permissions shall be obtained
by the department as per MOU signed with respective State Govt.). Outside the
built up limits the trench will normally follow the boundary of the roadside land.
However, where the road side land is full of burrow pits or afforestation or when
the cable has to cross culverts/ bridges or streams, the trench may come closer
to the road edge or in some cases, over the embankment or shoulder of the
Road (permissions for such deviations for cutting the embankment as well as
shoulder of the road shall be obtained). The alignment of the trench will be
decided by a responsible official of the BSNL
6.1.2 Once the alignment is marked, no deviation from the alignment is permissible
except with the approval of BSNL. While marking the alignment only the center
line will be marked and the CONTRACTOR shall set out all other work to ensure
that, the excavated trench is as straight as possible. The CONTRACTOR shall
provide all necessary assistance and labor, at his own cost for marking the
alignment. CONTRACTOR shall remove all bushes, undergrowth, stumps, rocks
and other obstacles to facilitate marking the centre line without any extra
charges. It is to be ensured that minimum amount of bushes and shrubs shall be
removed to clear the way and the CONTRACTOR shall give all, consideration to
the preservation of the trees.
6.1.3 The line-up of the trench must be such that PLB pipe(s) shall be laid in a straight
line, both laterally as well as vertically except at locations where it has to
necessarily take a bend because of change in the alignment or gradient of the
trench, subject to the restrictions mentioned elsewhere.
6.1.4 Line-Up: The line-up of the trench must be such that PLB HDPE Ducts shall be
laid in a straight line except at locations where it has to necessarily take a bend
because of change in the alignment or gradient of the trench, subject to the
restrictions mentioned elsewhere.

6.2 Method of Excavation


6.2.1 In built up areas, the CONTRACTOR shall resort to use of manual labour / HDD
only to ensure no damage is caused to any underground or surface installations
belonging to other public utility services and/or private parties.
6.2.2 However, along the Highways and cross country there shall be no objection to
the CONTRACTOR resorting to mechanical means of excavation, provided that
no underground installations existing the path of excavation, if any, are damaged.
6.2.3 There shall be no objection to resort to horizontal boring to bore a hole of
required size and to push through G.I. Pipe (50 mm ID) through horizontal bore at
road crossing or rail crossing or small hillocks etc.
6.2.4 All excavation operations shall include excavation and ‘getting out’. ‘Getting out’
shall include throwing the excavated materials at a distance of at least one meter
or half the depth of excavation, whichever is more, clear off the edge of
excavation. In all other cases ‘getting out’ shall include depositing the excavated
materials as specified.
6.2.5 In Rocky strata excavation shall be carried out by use of electro mechanical
means like breakers/ jack hammers or by blasting wherever permissible with
express permission from the competent authority. If blasting operations are
prohibited or not practicable, excavation in hard rock shall be done by chiseling /
jack hammers.
Page 78 of 212
6.2.6 Trenching shall as far as possible be kept ahead of the laying of pipes.
CONTRACTOR shall exercise due care that the soil from trenching intended to
be loose for back filling is not mixed with loose debris. While trenching, the
CONTRACTOR should not cause damage to any underground installations
belonging to other agencies and any damage caused should be made good at
his own cost and expense.
6.2.7 Necessary barricades, night lamps, warning board and required watchman shall
be provided by the CONTRACTOR to prevent any accident to pedestrians or
vehicles. While carrying out the blasting operations, the CONTRACTOR shall
ensure adequate safety by cautioning the vehicular and other traffic. The
CONTRACTOR shall employ sufficient man-power for this with caution boards,
flags, sign writings etc.
6.2.8 The CONTRACTOR should provide sufficient width at the trench at all such
places, where it is likely to cave in due to soil conditions without any extra
payment. A minimum free clearance of 15 cm should be maintained above or
below any existing underground installation. No extra payment will be made
towards this. In order to prevent damage to PLB HDPE DUCTS over a period of
time, due to the growth of trees, roots, bushes, etc., the CONTRACTOR shall cut
them when encountered in the path of alignment of trench without any additional
charges.
6.2.9 In large burrow pits, excavation may be required to be carried out for more than
165 cm in-depth to keep gradient of bed less than 15 degrees with horizontal. If
not possible as stated above, alignment of trench shall be changed to avoid
burrow pit completely.

6.3 Depth and Size of the Trench


The depth of the trench from top of the surface shall not be less than 165 cm unless
otherwise relaxation is granted by BSNL under genuine circumstances.
In rocky terrain, less depth shall be allowed only in exceptional circumstances with
additional protection where it is not possible to achieve the normal depth due to harsh
terrain/ adverse site conditions encountered. This shall be done only with the approval
of the BSNL. This shall be properly documented. In all cases, the slope of the trench
shall not be less than 15 degrees with the horizontal surface. The width of the trench
shall normally be 45 cm at the top & 30 cm at the bottom.
In case, additional pipes (HDPE/GI/RCC Pipes) are to be laid in some stretches, the
same shall be accommodated in this normal size trench.
When trenches are excavated in slopes, uneven ground and inclined portion, the lower
edge shall be treated as top surface of land and depth of trench will be measured
accordingly. In certain locations, such as uneven ground, hilly areas and all other
Places, due to any reason whatsoever it can be ordered to excavate beyond standard
depth of 165 cm to keep the bed of the trench as smooth as possible. Near the
culverts, both ends of the culverts shall be excavated more than 165 cm to keep the
gradient less than 15 degree with horizontal. For additional depth in excess of 165 cm,
no additional payment shall be applicable.
If excavation is not possible to the minimum depth of 165 cm, as detailed above, full
facts shall be brought to the notice of the BSNL in writing giving details of location and
reason for not being able to excavate that particular portion to the minimum depth.
Approval shall be granted by the BSNL in writing under genuine circumstances. The
Page 79 of 212
decision of the BSNL shall be final and binding on the CONTRACTOR. All the
relaxations granted as specified above shall be dealt with as per the laid down norms
and procedure of BSNL.
6.3.1 Dewatering: The CONTRACTOR shall be responsible for all necessary
arrangements to remove or pump out water from trench. The CONTRACTOR
should survey the soil conditions encountered in the section and make his own
assessment about dewatering arrangement that may be necessary. No extra
payment shall be admissible for this.
6.3.2 Wetting: Wherever the soil is hard due to dry weather conditions, if watering is to
be done for wetting the soil to make it loose, the same shall be done by the
CONTRACTOR. No extra payment shall be admissible for this.
6.3.3 Blasting: For excavation in hard rock, where blasting operations are considered
necessary, the CONTRACTOR shall obtain approval of the BSNL in writing for
resorting to blasting operation. The CONTRACTOR shall obtain license from the
BSNL for undertaking blasting work as well as for obtaining and storing the
explosive as per the Explosive Act, 1884 as amended up to date and the
explosive Rules, 1983. The CONTRACTOR shall purchase the explosives fuses,
detonators, etc. only from a licensed dealer. Transportation and storage of
explosive at site shall conform to the aforesaid Explosive Act and Explosive
Rules. The CONTRACTOR shall be responsible for the safe custody and proper
accounting of the explosive materials. Fuses and detonators shall be stored
separately and away from the explosives. BSNL or his authorized representatives
shall have right to check the Contractor’s store and account of explosives. The
contractor shall provide necessary facilities for this.
The CONTRACTOR shall be responsible for any damage arising out of accident
to workmen, public or property due to storage, transportation and use of
explosive during blasting operation. Blasting operations shall be carried out under
the supervision of a responsible authorized agent of the CONTRACTOR (referred
subsequently as agent only), during specified hours as approved in writing by the
BSNL. The agent shall be conversant with the rules of blasting. All procedures
and safety precautions for the use of explosives drilling and loading of explosives
before and after shot firing and disposal of explosives shall be taken by the
CONTRACTOR as detailed in IS: 4081 safety code for blasting and related
drilling operation.
6.3.5 Trenching Near Culverts/ Bridges: The PLB HDPE Ducts shall be laid in the
bed of culvert at the depth not less than 165 cm protected by RCC pipes as
decided by BSNL. Both ends of culverts shall be excavated more than 165 cm in
depth to keep the gradient of not less than 15 degree with horizontal. The bed of
trench should be as smooth as possible.
6.3.5 While carrying out the work on bridges and culverts, adequate arrangement for
cautioning the traffic by way of caution boards during day time and danger lights
at night shall be provided. In case of small bridges and culverts, where there is a
likelihood of their subsequent expansion and remodeling, the cable should be laid
with some curve on both sides of the culvert or the bridge to make some extra
length available for readjustment of the cable at the time of reconstruction of
culvert or the bridge.

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.

In case of protection by concreting at site, the nominal dimension of concreting shall


be 250 mm x250 mm section. Cement Concrete Mixture used shall be of 1:2:4
composition i.e. 1:53 grade Cement of a reputed company, 2: Coarse Sand, 4: Graded
Coarse Stone aggregate of 20 mm nominal size, reinforced with MS weld mesh. As
the RCC is cast at site, it is imperative to ensure that special care is taken to see that
proper curing arrangements are made with adequate supply of water. The
CONTRACTOR shall invariably use mechanical mixer at site for providing RCC
protection, to ensure consistency of the mix.

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.

A bed of cement concrete mixture of appropriate width and 75 mm thickness shall be


laid on the PVC sheet, before laying PLB HDPE ducts. The PLB HDPE Ducts shall
then be laid above this bed of concrete. After laying the PLB HDPE Ducts, MS weld
mesh is wrapped around and tied and concrete mix is poured to form the cross
sectional dimensions as instructed by the BSNL.

The strength of RCC is dependent on proper curing therefore, it is imperative that


water content of RCC mix does not drain out into the surrounding soil. Portions where
cement concreting has been carried out shall be cured with sufficient amount of water
for reasonable time to harden the surface. After curing, refilling of the balance depth of
the trench has to be carried out with excavated 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

7.1 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 BSNL. Of late the
bridge construction authorities are providing channel ducts on the footpaths on the
bridges for various services. The RCC/DWC/ G.I. Pipes can be laid in these ducts for
pulling cables. However, for laying cables on existing bridges, where duct arrangement
does not exist, one of the following methods may be adopted.
7.1.1 In case of the Bridges/Culverts, where there are no ducts and where the cushion
on the top of the Arch is 50 cm to 100 cm or more, G.I. Pipe (Carrying PLB HDPE
pipe and cable) may be buried on the top of the Arch adjoining the parapet wall,
by digging close to the wheel guards. Every precaution shall be taken to see that
no damage occurs to the arch of the culvert. After burying the GI pipe, the
excavated surface on the arch shall be restored.
7.1.2 Where the thickness of the Arch is less than 50 cm, the pipe must be buried
under the wheel guard masonry and the wheel guard rebuilt.
7.1.3 If neither of the two methods is possible, the G.I. Pipes/GI Troughs must be
clamped on the parapet wall with the clamps. If necessary, the pipes may be
taken through the parapet wall at the ends where the wall diverges away from the
road.

Methods cited in above clauses should be carried out under close supervision of Road
authorities.

The surface to be concreted should be thoroughly cleaned and levelled before


concreting. At both ends of the Bridges/Culverts, where the GI Pipes /GI Troughs slope
down and get buried, the concreting should be extended sufficiently to ensure that no
portion of the GI Pipes/GI Troughs is exposed as approved by the BSNL to protect the
pipe/trough from any possible externally caused damage.

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.

8.0 Back Filling and Dressing of the Trench


Provided that the PLB HDPE pipes have been properly laid in the trench at the
specified depth, the back filling operation shall follow as early as practicable. The earth
used for filling shall be free from all roots, Grass, shrubs, vegetation, trees, saplings
and any other kind of garbage or pebbles. The back filling operation shall be
performed in such a manner so as to provide firm support under and above the pipes
and to avoid bend or deformation of the PLB HDPE pipes when the pipes get loaded
with the back filled earth.

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.

9.0 Restoration of Road Surface


Road restoration work to be made with bituminous macadam for semi grouting 50 mm
thick and premix carpet surfacing 25 mm thick over the grouted surface (total up to 75
mm thick) including supply of asphalt etc. to evenly match the road, including
consolidation and rolling as per standard specification of DSR 1997

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.

10.0 CABLE PULLING AND JOINING/SPLICING

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.

11.0 Construction of Jointing Chamber:


The joint chambers are 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. Jointing chambers are to be prepared at the Fiber Point of Interconnect
(FPIO) or normally at distance of every 2 km. Actual location of jointing chamber
depends on length of cable drum and appropriateness of location for carrying out
jointing work. The location is finalized by BSNL.

The jointing chambers are constructed by way of fixing pre-cast RCC chambers/Brick
Chambers and covers as per the instructions from BSNL.

11.1Pre cast RCC chamber


For fixing pre cast RCC chamber, first a pit of size 2 m x 2 m x 1.8 m depth shall be
required to be dug. Pre cast RCC chamber shall consist of three parts (i) round base
Page 85 of 212
plate of 140 cm diameter and 5 cm thickness in two halves (ii) full round RCC joint
chamber with diameter of 120 cm and height of 50 cm and thickness of 5 cm (iii) round
top cover will be in two halves with diameter of 140 cm and thickness of 5 cm having
one handle for each half in centre and word “BSNL OFC” engraved on it.(See figure
‘4’). After, fixing the pre-cast RCC joint chamber, 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.
11.2 Brick Chamber
For constructing brick chamber, first a pit of size 2m x2 mx1.8 m depth is shall be
required to be dug, then, base of the chamber shall be made using concrete mix of

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

12.0 Fixing of Route Indicators / Joint Indicators


Pits shall be dug 500 cm to 1000 cm towards jungle side at every Manhole and
Jointing chamber for fixing of Route/Joint Indicator. In addition, Route Indicators are
also required to be placed where O.F. Cable changes directions like road crossing etc.

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:

8. For Joint Indicator: Grey colour


9. For Route Indicator: Blue colour
10. For BSNL OFC & Nos: White colour.

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.

13.3Joint Location Diagram


This diagram will show
1. Geographical location of all the joints.
2. Depth of Joint Chamber covers from ground level
3. Type of chamber (Brick/Pre-cast)
4. Length of O.F. Cable kept inside the joint chamber from either direction. This
shall be prepared on A-4 sheets of 80 GSM.

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.

1. Name of the State/District/Block


2. Name of the Panchayats connected
3. Name of the BSNL with logo
4. Name of the CONTRACTOR
5. Date of commencement of work
6. Date of completion of work
For each Block 1 sets of above mentioned document shall be submitted to BSNL.

14.0 SAFETY PRECAUTIONS


14.1Safety Precautions when excavating or working in excavations close to electric cables
The Officer in charge (BSNL) of the work should get full information from Electricity
undertaking regarding any electric cables, which are known or suspected to exist near
the proposed excavation and unless this is done, excavation should not be carried out
in the section concerned. The electricity undertaking should be asked to send a
representative and work should be preceded with close consultation with them.

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.

14.2 Electric shock-Action and treatment :


Free the victim from the contact as quickly as possible. He should be jerked away
from the live conductors by dry timber, dry rope or dry clothing. Care should be taken
not to touch with bare hands as his body may be energized while in contact. Artificial
respiration should begin immediately to restore breathing even if life appears to be
extinct. Every moment of delay is serious, so, in the meanwhile, a doctor should be
called for.

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.

14.4 Danger from falling material


Care should be taken to see that apparatus, tools or other excavating implements or
excavated materials are not left in a dangerous or insecure position so as to fall or be
knocked into the trench thereby injuring any workman who may be working inside the
trench.

14.5 Care when working in Excavations


Jumping into a trench is dangerous. If it is deep, workmen should be encouraged to
lower themselves. Workers should work at safe distance so as to avoid striking each
other accidentally with tools. If the walls of the trench contain glass bits, corroded
wire or sharp objects they should be removed carefully. If an obstruction is
encountered, it should be carefully uncovered and protected if necessary. If an
obstruction is encountered, it should be carefully uncovered and protected if
necessary. Care must be taken to see that excavated material is not left in such a
Page 89 of 212
position that it is likely to cause any accident or obstruction to a roadway or
waterway. If possible the excavated material should be put between the workmen
and the traffic without encroaching too much on the road.

14.6 Danger of cave in


When working in deep trenches in loose soil, timbering up/shoring the sides will
prevent soil subsidence. The excavated material should be kept at sufficient distance
from the edge of the trencher pit. Vehicles or heavy equipment must not be permitted
to approach too close to the excavation.
When making tunnelled opening, it should be ensured that the soil is compact
enough to prevent cave in even under adverse conditions of traffic. Extra care should
be taken while excavating near the foundations of buildings or retaining walls. In such
cases, excavation should be done gradually and as far as possible in the presence of
the owners of the property.

14.7 Protection of Excavations


Excavations in populated areas, which are not likely to be filled up on the same day
should be protected by barriers or other effective means of preventing accidents and
the location of all such openings must in any event be indicated by red flags or other
suitable warning signs. During the hours from dusk to dawn, adequate number of red
warning lamps should be displayed. Supervisory officers should ensure that all
excavations are adequately protected in this manner as serious risk and
responsibility is involved. Notwithstanding adoption of the above mentioned
precautions, works involving excavations should be so arranged as to keep the
extent of opened ground and the time to open it to a minimum.

14.8 Precautions while working on roads


The period between half an hour after sun-set and half an hour before sunrise, and
any period of fog or abnormal darkness may also be considered as night for the
purpose of these instructions, for the purpose of providing the warning signs.

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.

If the excavation is extensive, sufficient notice to give adequate warning of the


danger, should be displayed consciously not less than 1.25 m above the ground and
close to the excavation. Where any excavation is not clearly visible for a distance of
25m to traffic approaching from any direction or any part of the carriage way of the
Page 90 of 212
road in which the excavation exists, a warning notice should be placed on the kerb or
edge of all such roads from which the excavation or as near the distance as is
practicable but not less than 10 m from the junction of an entering or intersecting
road in which the excavation exists. All warnings, in these should have a red
background and should be clearly visible and legible. All warning lamps should
exhibit a red light, but white lights may be used in addition to facilitate working at
night. Wherever required a passage for pedestrians with footbridge should be
provided. At excavations, cable drums, tools and all materials likely to offer
obstructions should be properly folded round and protected.

14.9 Traffic Control

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.

14.10 Work along Railway Lines


Normally all works at Railway crossing is to be done under supervision of the railway
authorities concerned, but it is to be borne in mind that use of white, red or green
flags by the Departmental staff is positively forbidden to be used when working along
a railway line as this practice may cause an accident through engine drivers
mistaking them for railway signals. When working along double line of railway, the
men should be warned to keep a sharp look on both the “UP” and “DOWN” lines to
avoid the possibility of any accident when train pass or happen to cross one another
near the work spot.

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.

14.11.2 Method of using


The safest explosive is the Gelatin and electric detonator. Gelatin is in the form
of a stick. Electric detonator is a type of fuse used for firing the explosive
electrically. Holes are made at suitable intervals on rocky terrain or boulders
either by air compressor or by manual chipping. The depth of the hole should
be 2 to 3 ft. Fill up the hole with small quantity of sand upto 6”. . First the
electric detonator is to be inserted into the Gelatin and the Gelatin is to be
inserted into the holes keeping the + ve and - ve wirings of electric detonators
outside the holes. Again refill the holes with sand. These +ve and-ve insulated
wires of detonator are than extended and finally connected to an EXPLODER
kept at a distance of not less than 100 m.
Now the explosive is ready for blasting. But, before connecting wires to
exploder for blasting, all necessary precautions for stopping the traffic, use of
red flags, exchange of caution signals, etc. should be completed and only then
Exploder should be connected and operated.

14.11.3 Operation of exploder (IDL schaffler type 350 type exploder)


The type 350 blasting machine consists of a bearing block with blasting
machine system and the explosion proof light- alloy injection moulded housing.
The exploder is held with the left hand. The twist handle is applied to the drive
pin, clapped with the right hand turned in the clock wise direction in continuous
measurements at the highest speed from the initial position until it reached to a
stop. At this stage an indication lamp will glow. When the indication lamp glows,
“press button switch’ should be pressed. This will extend the electric current to
detonator and Gelatin will be detonated. The rock will be blasted out of the
trench. Number of holes can be blasted in a single stroke by connecting all
such detonators in series connection and finally to the exploder. After blasting,
again mazdoors are engaged on the work to clear the debris. It the result of the
first blasting is not satisfactory, it should be repeated again on the same place.

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.

The explosives so delivered or dispatched shall in no case exceed the quantity,


which the person to whom they are delivered or dispatched is authorized to
possess with or without a license under these rules.
No person shall receive explosives form any person other than the holder of a
license granted under these rules. No person shall receive from or transfer
explosives to any person for a temporary storage or safe custody in a licensed
premise unless prior approval is obtained from the Chief Controller.
A person holding license for possession of explosives granted under these
rules shall store the explosives only in premised specified in the license.

14.12.2 Protection from Lightening During Storing


Every magazine shall have attached there to one or more efficient lightening
conductors designed and erected in accordance with the specification laid down
in Indian Standard Specifications No.2309 as amended from time to time. The
connections to various parts of earth resistance of the lightening conductor
terminal on the building to the earth shall be tested at least once in every year
by a qualified electrical engineer or any other competent person holding a
certificate of competency in this behalf from the State Electricity Department. A
certificate showing the results of such tests and the date of the last test shall be
hung up in conspicuous place in the building.

14.12.3 Precautions during thunder-storm


When a thunder- storm appears to be imminent in the vicinity of a magazine or
store house every person engaged in or around such magazine and store
house shall be withdrawn to a safe distance from such magazine or store house
and the magazine and store house shall be kept closed and locked until the
thunder storm has ceased or the threat of it has passed.

14.12.4 Maintenance of records


Every person holding a license granted under these rules for possession, sale
or use of explosives shall maintain records in the prescribed form and shall
produce such record on demand to an Inspection Officer.

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.

14.12.6 Storage of explosives in excess of the licensed quantity


The quantity of any kind of explosives kept in any licensed magazine or store
house shall not exceed the quantity entered in the license against such kind of
explosives. No explosives in excess of the licensed quantity shall be stored in
the magazine or store house unless a permit in this behalf is obtained from the
licensing authority by a letter or telegram.

14.12.7 Precautions to be observed at Site


The electric power at the blasting site shall be discontinued as far as
practicable before charging the explosives. No work other than that associated
with the charging operations shall be carried out within 10 meters of the holes
unless otherwise specified to the contrary by the licensing authority.
When charging is completed, any surplus explosive detonators and fuses shall
be removed from the vicinity of the hole and stored at a distance which should
prevent accidental detonation in the event of a charge detonating prematurely
in any hole. The holes which have been charged with explosive shall not be left
unattended till the blasting is completed. Care shall be taken to ensure that fuse
or wires connected to the detonation are not damaged during the placing of
stemming materials and tamping.

14.12.8 Suitable warning procedure to be maintained


The licensee or a person appointed by the licensee to be in charge of the use of
explosives at the site sha ll lay down a clear warning procedure consisting of
warning signs and suitable signals and all persons employed in the area shall
be made fully conversant with such signs and signals.

14.12.9 Precautions to be observed while firing


The end of the safety fuse (if used in place of a detonator should be freshly cut
before being lighted. The exploders shall be regularly tested and maintained in
a fit condition for use in firing. An exploder shall not be used for firing a circuit
above its rated capacity. The electric circuits shall be tested for continuity
before firing. All persons other than the shot-firer and his assistant, if any, shall
be withdrawn from the site before testing the continuity.
For the purpose of jointing, the ends of all wires and cables should have the
insulation removed fora maximum length of 5 cm. and should, then be made
clear and bright for a minimum length of 2.5 cm. and the ends to be joined
should be twisted together so as to have a positive metal contact.
Then these should be taped with insulation to avoid leakage when in contact
with earth. In case of blasting with dynamite or any other high explosive, the
position of all the bore holes to be drilled shall be marked in circles with white
paint. These shall be inspected by the Contractor’s agent. Bore holes shall be
Page 94 of 212
of a size that the cartridge can easily pass down. After the drilling operation, the
agent shall inspect the holes to ensure that drilling has been done only at the
marked locations and no extra hole has been drilled. The agent shall then
prepare the necessary charge separately for each bore hole. The bore holes
shall be thoroughly cleaned before a cartridge is inserted. Only cylindrical
wooden tamping rods shall be used for tamping. Metal rods or rods having
pointed end shall never be used for tamping. One cartridge shall be placed in
the bore hole and gently pressed but not rammed down. Other cartridges shall
then be added as may be required to make up the necessary charge for the
bore hole. The top most cartridge shall be connected to the detonator which
shall in turn be connected to the safety fuses of required length. All fuses shall
be cut to the length required before being inserted into the holes. Joints in fuses
shall be avoided.
Where joints are unavoidable, a semi-circular niche shall be cut in one piece
inserted into the niche. The two pieces shall then be wrapped together with
string. All joints exposed to dampness shall be wrapped with rubber tape.

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.

14.12.10 General Precautions


For the safety of persons red flags shall be prominently displayed around the
area where blasting operations are to be carried out. All the workers at site,
except those who actually ignite the fuse, shall withdraw to a safe distance of at
least 200 metre from the blasting site. Audio warning by blowing whistle shall
Page 95 of 212
be given before igniting the fuse.
Blasting work shall be done under careful supervision and trained personnel
shall be employed. Blasting shall not be done within 200 meters of an existing
structure, unless specifically permitted by the BSNL in writing.

14.12.11 Precautions against misfire


The safety fuse shall be cut in an oblique direction with a knife. All saw dust shall
be cleared form inside of the detonator. This can be done by blowing down the
detonator and tapping the open end. No tools shall be inserted into the detonator
for this purpose. If there is water present or if the borehole is damp, the junction
of the fuse and detonator shall be made water tight by means of tough grease or
any other suitable material. The detonator shall be inserted into the cartridge so
that about one-third of the copper tube is left exposed outside the explosive. The
safety fuse just above the detonator shall be securely tied in position in the
cartridge. Waster proof fuse only shall be used in the damp borehole or when
water is present in the borehole. If a misfire has been found to be due to
defective fuse, detonator or dynamite, the entire consignment from which the
fuse, detonator or dynamite was taken shall be got inspected by the BSNL or his
authorized representative before resuming the blasting or returning the
consignment.

14.12.12 Precaution against stray currents


Where electrically operated equipment is used in locations having conductive
ground or continuous metal objects, tests shall be made for stray current to
ensure that electrical firing can proceed safely.

15.0 ALLIED ACTIVITIES


15.1 Storing/Warehousing of Materials: CONTRACTOR will be responsible for storing and
warehousing of all the material and accessories, but not limited to, supplied by him at
his own cost. No storing/warehouse shall be provided by BSNL.
15.2 Transportation of Materials: The CONTRACTOR shall be responsible for
transporting the materials, to be supplied by the BSNL or otherwise to execute the
work under the contract, to site at his/ their own cost. The costs of transportation are
subsumed in the standard quoted Rates and therefore no separate charges are
payable on this account.
15.3 Disposal of Empty Cable Drums: The CONTRACTOR shall be responsible to
dispose of the empty cable drums after laying of the cables. The cost of various sizes
of empty cable drums recoverable from the CONTRACTOR will be fixed taking into
account the prevailing market rates.
15.3.1It shall be obligatory on part of the CONTRACTOR to dispose of the empty cable
drums at his/their level and the amount fixed for various empty cable drums shall
be recovered from the bill for the work for which the drum (s) was/were issued or
from any other amount due to the CONTRACTOR or the Security Deposit.
15.3.2 The CONTRACTOR shall not be allowed to dump the empty cable drums in
Govt. /Public place which may cause inconvenience to the BSNL / public. If the
CONTRACTOR does not dispose of the empty cable drums within 3 days of
becoming it empty, the BSNL shall be at liberty to dispose-off the drums in any
manner deemed fit and also recover the amount fixed in this contract from the
Page 96 of 212
bill/security deposit/ any other amount due to the CONTRACTOR.
15.4 Supply of Materials: There are some materials (Accessories) other than as mention
in BoQ required to be supplied by the CONTRACTOR for execution of work under
this contract like Bricks, Cement, Wire Mesh and Steel for protection, etc., besides
using other consumables which do/don’t become the part of the asset. The
CONTRACTOR shall ensure that the materials supplied are of best quality and
workmanship and shall be strictly in an accordance with the specifications.
15.5 Social Auditing: While carrying out the execution work of cable/Eqpt. ,videography
may be carried out on sample basis for duration of 15 to 30 minutes per Gram
Panchayat which may also involve the local people of the Gram Panchayats and
villages including the Gram Panchayat Pradhan (If possible) and same may be
submitted in a form of CD along with the documentation sets for information.
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.

Page 97 of 212
Figure 1

HDPE END CAPS

66.0
58

4
4

4
4
5 5
0 0
4
0 7
7

SECTION ON A.B FRONT


ELEVATIO
58 N

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

Page 100 of 212


Figure 5

RCC Route Indicator

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:

1. Minimum depth of burial in general shall be 1.65m


2. In rocky/ hilly area (including Murrum & soil mixed with stone or soft rock)
depth of burial shall be 1.2m at the minimum.
3. In case of utility where depth is 90 to 120 cm then DWC protection is to be
used in normal/mix soil case.
4. In some areas where the depth is 60cm, in those cases reinforced concrete
casing of 4"(Four inch) round should be provided.
5. For hard strata/rock soil layer for 60 to 90 cm cases DWC with wire mess
and PCC is to be used. However, for depth relaxation photograph (with
GPS) proof and justification is required.
6. Above ground installation of ducts shall be limited to culvert and bridge
crossings only. At such locations, ducts shall be installed inside GI pipe or
HDPE DWC pipes with metal sheet protection (GI sheet wrapping) of
appropriate size (4” to 6”) suitable for number of ducts to be installed.
7. Trenching depth under no circumstances shall be less than 30cms.
Trenching work in soft/hard rock patches are to be achieved using rock
breakers or any other method deemed fit.
The relaxation by the competent authority prescribed below shall be
obtained giving reasons for not achieving standard depth;

Minimum Powers delegated for Relaxation, For


Size/Type of Standard acceptable depth up to
Cable Depth cms. Depth without Designated BSNL Designated BSNL
Relaxation Officer -1 (PMU) Officer -2 (State
Head)
30% As per latest EI
OFC 165 90% 80% and latest
instructions with
protection

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;

Depth between Reduction in rates Rate Payable


<165cm. to > 150cm. 5% of approved rates 95% of the approved rates
for the achieved depth
<150cm. to > 130cm. 12.5% of approved rates 87.5% of the approved
rates for the achieved depth
<130cm. to > 100cm. 25% of approved rates 75% of the approved rates
for the achieved depth

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

8.1 Specification for GIS Mapping


1. Accuracy: Meter level accuracy (1 to 3 meters)
a. 50% collection of Lat/Long should be up to 2 Meters accuracy
b. 95% collection of Lat/Long should be up to 3 Meters accuracy.
2. Format: . SHP format with mapping on GCS projection system with WGS 84
datum.
3. Base Map for Validation: NIC Base map.
4. Codification and Layer structure will be provided by BBNL/BSNL/NIC.
However, the shape files for OLT, ONT, Joints, Splitter, Route Indicators,
OFC, FPOI (if existing fiber of BSNL is being used), Landmarks layers are to
be prepared. Details of these layers are as given below:

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.

1. Uploading of geo tagged site images of designated locations of specified


size e.g. 500 Kb. The Mobile App of BBNL/BSNL/NIC can also be used
wherever required. Photos taken from site shall be optimized by the tool itself
as per requirement.
2. Calibration: PON OTDR readings (To be provided by BSNL) for calibration
on each end of OLT, Splitter, Joint and ONT along with the coil length on each
side.
3. Interval of readings: The coordinates of landmarks like Culverts, Bridges /
nallah, water bodies, cross roads, railway crossing, flyovers and public places
like temples/mosques, bus-stop, PHC, Post office, School/College, shops,
Police Stations, Banks, Tourist Spots, Hospitals, etc. to be captured along
with the route indicators (RI), cable joints, splitter etc. along the cable routes.
One additional reading in the middle of the two manholes / RI should be
recorded in the already laid network. Recordings are necessarily to be made
at every fibre turn, bend along the route, road/railway crossing, culverts,
Page112of132
diversion etc. Sufficient recordings at short intervals on the curvature of the
route shall be made such that it should be mapped on GIS properly.
4. Overhead or Underground alignment type of execution (HDD, OT, Aerial
etc.)
5. Location of various assets like FPOI/SJC/BJC. OLT, ONT, Manholes, Joint
Chambers, Splitter, FTBs FDMS route indicators etc. with geo – tagged
images.
6. Count of terminated and spare fibers, loop, make and size of cable deployed,
Optical test results for each fiber with the help of already recorded data by
BSNL and its fiber laying contractors. Port wise fiber built up and termination
details. PON OTDR readings of FPOIs, Splitter and ONTs.
7. Route marker details: Cement/electronic Route Marker (Lat-Long) details
Route Marker identification.
8. Road features: Length, width and type (RCC, Kuchha, pakka etc.). Variation
in width of road in meters taking offset from the center of the road may be
obtained from ABDs already available with BSNL.
9. Other operators/ utility: Presence of underground OFC of other operators,
utility pipes, transmission cable etc. to be captured wherever possible.
10. RoW: Railway authority, NH, Forest authority and any other authority limits
along with OFC path shall be obtained from existing ABDs available with
BSNL.
11. For point feature like poles, Sewerage man holes, other utility chambers,
transformers, bore well etc. shall be captured as a point.
12. For all utilities above ground viz. Poles, Manholes and telecom nodes like
BTS and Telephone exchanges etc. details shall be recorded in a corridor of
50 m (25 m on either side of the road center line or ROW of road whichever is
more).
13. To and/or from direction to village, town, city etc. shall be recorded for all
roads.
14. The Geo Coordinates of all road KM stones shall be recorded and shown
using symbol provided.
15. The Geo Coordinates of all property boundaries with in the corridor shall be
recorded and shown in drawing.
16. Collection of data (Custodianship of GPON equipment, location of school,
college, hotels, post office, other Govt. Offices, key contacts in GP etc.) in
each Gram Panchayat and other important locations. Contact numbers of all
the above Offices to be obtained.

Note: All the asset location on ground is to geo-tagged in either five


photographs (one close-up and four from different directions covering road
part and also landmarks, if visible) OR to be captured or videography (zoom&
wide angle)to be taken so as to identify the exact point later on. There will be
a practical situation where the route indicators will be found missing. In such
situation a play card with the notional assets no. available RID/ABD to be
placed on the identified point

8.2 Process of uploading of GIS data and verification


1. Engineering Survey of BSNL OLT location and routes from BSNL FPOI to
respective ONTs in Gram Panchayats (GP) where cable is already laid or
being laid.
Page113of132
2. Uploading of block wise / OLT wise data on GIS platform. BBNL/NIC shall
provide base maps for uploading and optimizing the captured data and
information including fibre built up and termination details.
3. Validation of uploaded data shall be done in three stages:
a. First stage: The contractor shall upload and verify the block wise data
in the tool. NIC shall provide its base map to the contractor for
validating and normalization of data.
b. Second stage: Second level validation shall be done by BSNL/BBNL
State units.
c. Third Stage: Third level validation shall be done by BBNL/BSNL/NIC.
4. If the data correction is required at any of the stage mentioned above, the
same may be sent to the previous stage for necessary correction. The
contractor shall correct and upload the data again.
5. The contractor may edit/correct the data uploaded by them and submit for
validation for next stage. After submission of data to next stage, the editing
feature shall be freezed for contractor. The editing window shall be re-opened
for contractor if some data correction is required at later stages.

8.3 Guidelines for data uploading and validation:


a) Registration of Users:
1. Contractor: The Contractor User is allotted a set of OLTs from a block
and is allowed to edit the features only within those OLTs. The
Contractor User is created by entering their details such as User
Name, Password, Name, Address, E-Mail, selecting the State, District
and Block from drop down lists, and by selecting the OLTs from a list
within which he/she is allowed to edit.
2. BSNL: BSNL shall validate the data uploaded by the Contractor and
after BSNL approval the data shall be forwarded to BSNL BA for next
stage validation. The BSNL State Users shall be created by selecting
the State from a drop down list and entering their other details.
3. NIC: The State User of NIC makes observations on the validations
made by BSNL State User. The NIC State User is also created by
selecting the State from a drop down list and entering their other
details.

b) Uploading and Editing of Data:


The editing module is available for the respective editing users, and the
workflow of the module is as follows:
1. The editor will be prompted to select an OLT from a drop down list
of all the OLTs that are allotted to that particular user.
2. Secondly, the user will choose any one of the following layers to
upload, from a drop down list: OLT, ONT, Splitter, Joint, OFC,
FPOI, RI and Landmark.
3. On selecting the layer for upload, the user can now upload a shape
file using the upload form provided in the module.
4. On uploading the shape file, the data will be checked to see if the
selected OLT has features in that particular layer based on OLT
code, if there are features present, those features will be purged
from the layer, and the newly uploaded data will be added to the
layer.
Page114of132
NIC User
a. The user shall select any one of the layers (OLT, ONT, Splitter,
Joint, OFC, RI, and
b. A grid showing a list of the features that has been validated by
BSNL State User for that particular layer is displayed.
c. The grid has the following fields,
 User Name of the Editing User who added the feature
 Time Stamp of when the feature was added.
 Layer Important fields used to identify the feature.
 “Observations” Button.
NIC User shall accept or reject the request based on his
observations. If NIC user accepts the data, the uploaded data
shall be considered correct and approved for future use. If NIC
User rejects the data, on clicking “Observations”, the NIC User
can enter the observations he/she has made for that particular
feature and sent it back for necessary corrections.

8.4 As-Built Documentation:


ABD has to be prepared using two sets of information:
(i) Physical OFC asset details and locations in respect of locations /
asset visited for capturing GIS data during scope of work as this
tender.
(ii) Remaining data as per documentations / details made available to
bidder w.r.t. to old PFC laid The documentation consisting of the
following shall be prepared Block to ONTs at Gram Panchayat
based on the data collected for the GIS mapping. The As-Built shall
be an essential part of the documentation process and shall ensure
easy maintenance of the OFC route. This can be prepared using the
existing RID/ABD/L-14/ MB/ PoN diagram etc. The 10 M reading can
be captured from these documents. The OLT/ ONT/ FPOI/ Joint/
Splitter/ RIs/ Landmark are being captured as point asset and OFC
is being captured as line asset can be used for preparing this
document. The As-built documentation shall be separately prepared
for each Block.
The As-Built will contain the following details:
1. Cable Details
Make and Size of the cable
2. Joint Details
(a) Location of Joint Chamber (Lat/ Long details in decimal degree
format up to six-digit precision)
(b) Depth of Joint Chamber Cover from ground level
(c) Details of cable stack at each joint chamber
3. Route Marker Details

a. Location of Route Marker Cement / Electronic (Lat/ Long details in


decimal degree format up to six-digit precision)
b. Route Marker Identification details
4. OFC Alignment Details
a. Offset of cable from centre of the road at every 10 meter (Details to
Page115of132
be captured from HDD Graph / Measurement book)
b. Details of crossings (road / rail / nala etc) should be provided
c. Depth profile of cable at every 10 Meter (Details to be captured from
HDD Graph / Measurement Book
d. Details of protection with type of protection (Details to be captured
from BSNL provided input)
e. Locations of culvert and bridges with their lengths and scheme of
laying of HDPE / PLB pipe thereon
5. OLT Details
a. Name
b. Code
c. Block
d. District
e. State
f. Make
g. PON Ports
h. Power
i. Earthing
j. FDMS
k. L14 Diagram
6. ONT Details
a. Name
b. Code
c. Block
d. District
e. State
f. Parent OLT
g. Make
h. Ports
i. FTB
j. Power etc
7. Landmark Details
a. Important landmarks to facilitate locating the cable position in future
to include important buildings such hospital, religious places, petrol
pumps, educational institutes, government offices, commercial
complex, major residential complex / building etc
8. Road Feature Details
a. Road feature to be captured as per below
b. Electric Pole / Transformer
c. Telephone Pole
d. Utility Manhole
e. KM Milestone
f. Street Pole / Lamp Post
g. Median
h. Divider
i. Large Tree
j. Utility Box
9. Readings should invariably be recorded at every bend on the road,
road/railway crossings, culverts, diversion etc. at every 5 meters.
10. For all the linear features, geo coordinates shall be recorded at every
Page116of132
turning point.
11. To and/or from direction to village, town, city etc. shall be recorded for all
roads.
12. All the road KM stones shall be recorded and shown in drawing using
symbol provided.
13. All the property boundaries with in the corridor shall be recorded and
shown in drawing.

14. Three point’s references need to be shown for every joint


chamber/Pull through Chamber/Manholes.
15. Collection of data (Custodianship of GPON equipment in each Gram
Panchayat).
16. All the diagrams shall bear the signatures of the contractor and the
project manager as a proof of accuracy of the details. The diagrams
shall be bound in A- 3 size book with cover. The cover sheets shall
be laminated and should have the following details.
17. Name of the Project Organization.
18. Name of the OFC Link with ID.
19. Name of the Contractor.
20. Name of Survey Contractor Rep as part of Acceptance Test.
21. Name of BSNL Rep as part of Acceptance Test.
22. Date of commencement of work.
23. Date of completion of work.
24. For each block 2 sets of documents shall be submitted.
25. RoW: Railway authority, National Highway, Forest Authority and any
other authority limit along with OFC path shall be captured in the As-
Built Map (Details will be provided in BSNL ancillary input data)
26. Submission of ‘As Built Drawings (ABDs)’ in GIS format (Shape
Format) of OFC connectivity from BSNL Exchange (Block OLT
location) to respective ONTs in Gram Panchayats (GP), Routes data
in hard copy (A3 for grids) as well as soft copy. Each sheet shall
record maximum 200 to 250 M
27. of the route length.
28. NIC/BSNL shall provide on line tool for uploading the captured data
and information.
29. As Built Drawings (ABDs) shall be uploaded in the GIS platform
through on line tool provided by NIC/ BBNL/BSNL in GIS format
(Shape File, .shp).
30. Codification of all BharatNet assets as per BBNL / BSNL / NIC
coding instructions.

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

5 OFC (288F) Estimated Qty (Kms) 250 190 170 163 93 90 89 8 10

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

O/D FDMS (48F)


10 (Supply/installation/Splicing Estimated Qty 4541 3555 3300 3200 1,663 1,657 1,651 545 559
@ Rs 1500/joint

O/D FDMS (96F)


11 (Supply/installation/Splicing Estimated Qty 795 610 590 560 325 319 316 124 13030
@ Rs 1500/joint

O/D FDMS (288F)


12 (Supply/installation/Splicing Estimated Qty 1182 880 824 814 26 22 21 65 77
@ Rs 1500/joint

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.

3.0 COST OF BIDDING


3.1 The bidder shall bear all costs associated with the preparation and submission of
the bid. The Purchaser will, in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.

4.0 DOCUMENTS REQUIRED


4.1 The works required to be executed by agency; bidding procedures and contract
terms and conditions are prescribed in the Bid Documents. The contents of the Bid
documents are specified in the covering letter.
4.2 The Bidder is expected to examine all instructions, forms, terms and specifications
in the Bid Documents and clarifications/ amendments/ addenda, if any. Failure to
furnish all information required as per the Bid Documents or submission of the bids
not substantially responsive to the Bid Documents in every respect will be at the
bidder’s risk and may result in rejection of the bid.

5.0 CLARIFICATION OF BID DOCUMENTS


5.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify
the Purchaser through Email only as indicated in the Section-1 of Bid document.
The Purchaser shall respond in writing to any request for the clarification of the Bid
Documents, which it receives by the due date specified in Bid. Copies of the query
(without identifying the source) and clarifications by the shall be uploaded on BSNL
tender website &CPPP portal as corrigendum, for all the prospective bidders.

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.

6.0 AMENDMENT OF BID DOCUMENTS


6.1 The Purchaser may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective bidder, may modify bid documents by
amendments prior to the date of submission of Bids with due notification to
prospective bidders.
6.2 The amendments shall be notified in writing by corrigendum through e-tendering
portal to all prospective bidders.
6.3 In order to afford prospective bidders a reasonable time (min. 7 days) to take the
amendment into account in preparing their bids, the purchaser may, at its
discretion, extend the deadline for the submission of bids suitably.

7.0 DOCUMENTS COMPRISING THE BID


The bid prepared by the bidder shall ensure availability of the following
components:
7.1 Documentary evidence establishing that the bidder is eligible to bid and is qualified
to perform the contract if its bid is accepted in accordance with the clause 2 & 10.

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

8.0 BID FORM


8.1 The bidder shall complete the bid form and appropriate Price Schedule furnished in
the Bid Documents, indicating the services to be provided to purchaser.

9.0 BID PRICES


9.1 The bidder shall give the total composite price inclusive of all taxes. A bid submitted
with an adjustable price quotation will be treated as non-responsive and rejected. The
basic unit price and all other components of the price need to be individually
indicated against the Material/services it proposes to supply under the contract as
per the price schedule given in Section 9(B). The offer shall be firm in Indian
Rupees. No Foreign exchange will be made available by BSNL.
9.2 Prices indicated in the Price Schedule shall be entered in the following manner:
(a) The Basic Unit price of the Material/services, Taxes and any other Levies /
Charges
alreadypaidorpayablebythecontractorshallbequotedseparatelyitemwise.
(b) The contractor shall quote as per price schedule given in Section IX B for all
the items given in schedule of requirement.
9.3 A bid submitted with an adjustable price quotation will be treated as non-responsive
and rejected.
9.4 The prices quoted by the bidder shall be in sufficient detail to enable BSNL to arrive
at the price of equipment/ system offered.
9.5 The price approved by BSNL for execution of works will be inclusive of taxes as
mentioned in clause 9.1 subject to other terms and condition as stipulated in clause
12 of Sec. III of Bid- document.

10.0 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY &QUALIFICATION

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

11.0 DOCUMENTS ESTABLISHING SERVICE’S CONFORMITY TO BID


DOCUMENTS

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.

12.0 BID SECURITY / EMD:


12.1 The bidder shall furnish, as part of its bid, a bid security/EMD as mentioned in Section-
1 (DNIT).
a) Demand draft/Banker’s cheque drawn in favor of AO(Cash), BSNL C.O. Payable at
Delhi.
b) Bank Guarantee, in format as available in Section 7(A) I, from a scheduled bank
drawn in favor of DGM (MMT), BSNL, Delhi which should be valid for 180 days from
the TENDER opening date. Earnest Money Security may also be submitted in the
form of insurance surety bond as per the format furnished in Section 7 (A) (II)
c) If a Bidder is awarded work by BSNL and if they withdraw or modify their bids during
period of validity, do not accept AWO/APO/LoI, etc, EMD will be forfeited & in case
of MSE bidders they will be suspended/ debarred/ banned from any further work/
contract by BSNL for one year from the date of issue of such order.

12.2 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.

13.0 PERIOD OF VALIDITY OF BIDS


13 .1 Bid shall remain valid for period specified in clause 2 of Tender Information. A bid valid
for a shorter period shall be rejected by the purchaser being non-responsive.
13.2 In exceptional circumstances, the purchaser may request the consent of the bidder for
an extension to the period of bid validity. The request and the response thereto shall
be made in writing. The bid security provided under clause 12 shall also be suitably
extended. The bidder may refuse the request without risk of forfeiture of its bid
security. A bidder accepting the request and granting extension will not be permitted to
modify its bid.

14.0 FORMAT AND SIGNING OF BID


14.1 The bidder shall submit his bid, online (in case of e-tendering) & through sealed
envelopes physically (in case of tenders with manual bidding process), complying all
eligibility conditions, other terms and conditions of tender document to be read along
with the clarifications and amendments issued in this respect. All the documents must
be authenticated, using Digital Signature (in case of e-tendering) & by hand signatures
(for manual bidding process), by the authorized person. The letter of authorization
shall be indicated by written power-of-attorney accompanying the bid.
Note: The Purchaser may ask the bidder(s) to supply, besides original bid, additional
copy of bids as required by him.
14.2 The bid shall contain no interlineations, erasures or overwriting except as necessary to
correct errors made by the bidder in which case such corrections shall be signed by
the person or persons signing the bid. All pages of the original bid, except for un-
amended printed literatures, shall be digitally signed by the person or persons signing
the bid.
14.3 Power of Attorney:
a) The power of Attorney should be submitted and executed on the non-judicial stamp
paper of appropriate value as prevailing in the concerned states(s) and the same be
attested by a Notary public or registered before Sub-registrar of the state(s)
concerned.
b) The power of Attorney be executed by a person who has been authorized by the
Board of Directors of the bidder in this regard, on behalf of the Company/ institution/
Body corporate. A copy of resolution authorizing the concerned person by the Board
of Director to execute power of attorney shall be attached.
c) In case of the bidder being a firm, the said Power of Attorney should be executed by
all the partner(s) in favour of the said Attorney. A copy of the Partnership deed (first,
last and relevant pages) duly attested by all partners shall be attached.
d) Attestation of the specimen signatures of authorized signatory by the Company’s/
firm’s bankers shall be furnished. Name, designation, Phone number, mobile
number, email address and postal address of the authorized signatory shall be

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

16.0 SUBMISSION OF BIDS


16.1 Bids must be submitted by the bidders on or before the specified date & time indicated
in Clause 7 of Section-I i.e. DNIT.
16.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by
amending the Bid Documents in accordance with clause 6 in which case all rights and
obligations of the purchaser and bidders previously subject to the deadline will
thereafter be subjected to the extended deadline.
16.3 The bidder shall submit its bid offer against a set of bid documents purchased by him
for all or some of the systems/ equipment as per requirement of the Bid Documents.
He may include alternate offer, if permissible as per the bid. However, not more than
one independent and complete offer shall be permitted from the bidder.
17.0 LATE BIDS
17.1 No bid shall be accepted either online by E-Tender Portal or physically in case of
manual bidding process after the specified deadline for submission of bids prescribed
by the purchaser.

18.0 MODIFICATION AND WITHDRAWAL OF BIDS


18.1 The bidder may modify, revise or withdraw his bid after submission prior to deadline
prescribed for submission of bid.
18.2 The bidder’s modification, revision or withdrawal shall have to be online and digitally
authenticated (in case of e-tendering) & physically (in case of manual bidding process)
as per clause 15.
18.3 Subject to clause 20, no bid shall be modified subsequent to the deadline for
submission of bids.

19.0 OPENING OF BIDS BY PURCHASER


19.1 The purchaser shall open bids online (in case of e-Tenders) in the presence of the
authorized representatives of bidders online (in case of e-Tenders) or physically
present (in case of e-Tenders as well as manual bidding process) who chose to
attend, at time & date specified in Clause 7 of DNIT (Section-1) on due date.
The bidder’s representatives, who are present, shall sign in an attendance register.
Authority letter to this effect shall be submitted by the authorized representatives of
bidders before they are allowed to participate in bid opening (A Format is given in
enclosed in Section-7 C).
19.2 A maximum of two representatives of any bidder shall be authorized and permitted to

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.

20.0 CLARIFICATION OF BIDS


20.1 To assist in the examination, evaluation and comparison of bids, the purchaser may, at
its discretion ask the bidder for the clarification of its bid. The request for the
clarification and the response shall be in writing. However, no post bid clarification at
the initiative of the bidder shall be entertained.
20.2 If any of the documents, required to be submitted along with the technical bid is found
wanting, the offer is liable to be rejected at that stage. However the purchaser at its
discretion may call for any clarification regarding the bid document within a stipulated
time period. In case of noncompliance to such queries, the bid will be out rightly
rejected without entertaining further correspondence in this regard.

21.0 PRELIMINARY EVALUATION

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.

23.0 CONTACTING THE PURCHASER


23.1 Subject to Clause 20, no bidder shall try to influence the Purchaser on any matter
relating to its bid, from the time of the bid opening till the time the contract is awarded.
23.2 Any effort by a bidder to modify its bid or influence the purchaser in the purchaser’s bid
evaluation, bid comparison or contract award decision shall result in the rejection of
the bid.

24.0 PLACEMENT OF ORDER


24.1 BSNL shall consider placement of work orders for commercial services only on those
eligible bidders whose offers have been found technically, commercially and financially
acceptable. The purchaser reserves the right to counter offer price(s) against price(s)
quoted by any bidder.
24.2 BSNL reserves the right for the placement of order of entire tendered quantity/services
on the bidder with the lowest evaluated price.

25. PURCHASER’S RIGHT TO VARY QUANTITIES


25.1 BSNL reserves the right to increase or decrease up to 50% of the quantity of
goods and services specified in the schedule of requirements without any change in
the unit price or other terms and conditions at the time of award of contract.
25.2 BSNL also reserves the right for placement of additional order or up to 100% of
the additional quantities of goods and services contained in the running tender/
contract within a period of twelve months from the date of acceptance of first APO in
the tender at the same rate or a rate negotiated (downwardly) with the existing venders
considering the reasonability of rates based on prevailing market conditions and the
impact of reduction in duties and taxes etc and supplies to be obtained within delivery
period scheduled afresh.

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.

28.0 SIGNING OF CONTRACT


28.1 The issue of Purchase/work order shall constitute the award of contract on the
bidder.
28.2 Upon the successful bidder furnishing performance Bank Guarantee pursuant to
clause 27, the Purchaser shall discharge the bid security in pursuant to clause 12,
except in case of L-1 bidder, shall be released only after finalization of ordering of
complete tendered services in pursuance to clause no. 24.4 & 27.3 of this section.

29.0 ANNULMENT OF AWARD


Failure of the successful bidder to comply with the requirement of clause 27 & 28 shall
constitute sufficient ground for the annulment of the award and the forfeiture of the bid
security in which event the Purchaser may make the award to any other bidder at the
discretion of the purchaser or call for new bids.

30.0 QUALITY ASSURANCE REQUIREMENTS


30.1 The material used in this tender should be supplied by vendor/ OEM having valid
TSEC/TAC approved .

31.0 REJECTION OF BIDS


31.1 While all the conditions specified in the Bid documents are critical and are to be
complied, special attention of bidder is invited to the following clauses of the bid
documents. Non-compliance of any one of these shall result in outright rejection of the
bid.
31.1.1 Clauses 12.1, 12.2 & 13.1 of Section- 4 Part A: The bids will be rejected at
opening stage if Bid security is not submitted as per Clauses 12.1 &12.2 and bid
validity is less than the period prescribed in Clause 13.1 mentioned above.
31.1.2 Clause 2 & 10 of Section-4 Part A: If the eligibility condition as per clause 2 of

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.

32.0 BSNL's RIGHT TO DISQUALIFY


32.1 BSNL reserves the right to disqualify the bidder for a suitable period who habitually fail
to execute/ complete the works in time. Further, the bidders whose works do not
perform satisfactory in the field in accordance with the specifications may also be
disqualified for a suitable period as decided by BSNL.

33.0 BSNL's RIGHT TO BAN BUSINESS DEALINGS


33.1 BSNL reserves the right to ban business dealings with a bidder for suitable period in
case of sufficient grounds.
34.0 NEAR-RELATIONSHIP CERTIFICATE
34.1 The bidder should give a certificate that none of his/ her near relative, as defined

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

S. Defaults of the bidder / vendor. Action to be taken


No.
A B C
Submitting fake / forged i) Rejection of tender bid of respective Vendor.
ii) Banning of business for 3 years which
a) Bank Instruments with the bid to implies barring further dealing with the vendor
meet terms & condition of tender in for procurement of Goods & Services including
respect of tender fee and/ or participation in future tenders invited by BSNL
EMD/PBG; for 3 years from date of issue of banning order.
b) Certificate for claiming exemption iii) Termination/ Short Closure of PO/WO, if
in respect of tender fee and/ or EMD; issued. This implies non-acceptance of further
and detection of default at any stage supplies / work & services except to make the
from receipt of bids till award of already received material work/ complete work
APO/ issue of PO/WO. in hand.
iv) EMD will be forfeited if submitted PBG is
found to be fake/ forged.

Note :- Payment for already received supplies/ completed work shall be made as per
terms & conditions of PO/ WO.

1(b) Submitting fake / forged documents


towards meeting eligibility criteria
such as experience capability,
supply proof, registration with Goods
and Service Tax, Income Tax
departments etc. and as supporting
documents towards other terms &
conditions with the bid to meet terms
& condition of tender

(i) If detection of default is prior to i) Rejection of Bid &


award of APO ii) Forfeiture of EMD.
iii) 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.
(ii) If detection of default after issue i) Cancellation of APO,
of APO but before receipt of PG/ SD ii) Rejection of Bid &
(DD, BG etc.) iii) Forfeiture of EMD.
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.

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.

S. No. Defaults of the bidder / vendor. Action to be taken


A B C
4.1 Failure to supply and/ or Commission i) Termination of PO/ WO.
the equipment and /or execution of the ii) Under take purchase/ work at the risk &
work at all even in extended delivery cost of defaulting vendor.
schedules, if granted against PO/ WO. iii) Recover the excess charges if incurred
from the PG/ SD and outstanding bills of
the defaulting Vendor.

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.

8 If the vendor is declared bankrupt or i) Termination/ Short Closure of the PO/


insolvent or its financial position has WO.
become unsound and in case of a ii) Settle bills for the quantity received in
limited company, if it is wound up or it correct quantity and quality if pending items
is liquidated. do not affect working or use of supplied
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. (continues to page 173)

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.

a) in spite of order of Arbitrator. i) Termination of contract, if any.


ii) Banning of business for 3 years which
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.

10. iii) Take legal recourse i.e. filing recovery


con-td. suite in appropriate court.
b) in spite of Court Orders. i) Termination of contract, if any.
ii) Banning of business for 3 years which

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

12 The following cases may also be


considered for Banning of business:

(a) If there is strong justification for


believing that the proprietor, manager,
MD, Director, partner, employee or
representative of the vendor/ supplier
has been guilty of malpractices such as i) Banning of business for 3 years which
bribery, corruption, fraud, substitution implies Barring further dealing with the
of tenders, interpolation, vendor for procurement of Goods &
misrepresentation with respect to the Services including participation in future
contract in question. tenders invited by BSNL for 3 years from
(b) If the vendor/ supplier fails to date of issue of banning order.
execute a contract or fails to execute it
satisfactorily beyond the provisions of
Para 4.1 & 4.2.
© If the vendor/ supplier fails to submit
required documents/ information,
where required.
(d) Any other ground which in the
opinion of BSNL is just and proper to
order for banning of business dealing
with a vendor/ supplier.

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.

1.0 Evaluation and Number of Successful Bidders:


1.1 Ranking of packages is based on estimated cost i.e. package with highest estimated
cost is ranked 1st and other packages are ranked in descending order of estimated
values.
1.2 Any Bidder may bid in one or more packages or even for all the packages.
1.3 BSNL shall determine whether each Qualification (Techno-commercial) Bid is
responsive to the requirements of the tender in respect of participated packages. A
Qualification (Techno-commercial) Bid shall be considered responsive if it is found to
be complete as per the requirement of the tender, is unconditional and is accompanied
by all the required documents.
1.4 The financial bids of only those bidders shall be opened which are found to be
responsive for participated packages.
1.5 For the purpose of ordering against this tender, BSNL intends to limit the number of
technically and commercially responsive bidders to One (1) in each package from the
list of such bidders arranged in increasing order of their evaluated prices in the
respective package starting from the lowest. Among all technically & commercially
qualified bids in the respective packages, the lowest evaluated price will be termed as
L1 price and the bidder quoting L1 price as L1 bidder.
1.6 A bidder bidding in more than 2 packages shall be technically qualified for all the
packages if he/she meets the cumulative eligibility conditions for Turn Over and
Experience.
1.7 Bidder Companies/Firms having any common Directors/Partners shall not be awarded
works for FMA (to be invited) and PMA, both in same package. Further, sub-
contracting of work by PMA to FMA or vice-versa also shall not be permitted.
1.8 The condition of maximum allotment of two packages shall also be applicable to such
bidders having any common Directors/ Partners.
1.9 Separate package wise e-tenders will be called. However, in order to avoid replication
of efforts by bidder, participating in more than one packages, the Bidder will be
required to upload all documents for meeting all eligibility criteria (cumulatively) and
other documents required to substantiate his technical qualification for all the
participated packages & agreement with the terms & conditions of tender only once i.e.
in the e-tender for the package with highest rank (as per Section-I). In other
participated e-tenders, bidder will only upload a declaration for the packages
participated and for considering all the documents (except EMD & Bid Form and any
other document which is specific to that package) as uploaded in the package with
highest rank towards eligibility criteria and other documents required to substantiate
his technical qualification for that package.
1.10 The technical bid of all packages will be opened but the financial bids of all technically
responsive bidders shall be opened for only two packages with highest ranks, initially.

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.

2.0 Integrity Pact: As per format 7 (E)

3.0 E-reverse auction: Not applicable for this tender

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.

3. Searching of Tender Documents


3.1 There are various search options built in the CPP Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID,
Organization Name, Location, Date, Value, etc. There is also an option of advanced
search for tenders, wherein the bidders may combine a number of search parameters
such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to
search for a tender published on the CPP Portal.
3.2 Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3.3 The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk.

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).

2.0 GENERAL CONDITIONS


2.1 BSNL reserves the right to accept or reject any proposal or to annul 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 participant
on the ground of BSNL’s action(s).
22 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

3.0 PATENT RIGHTS


3.1 The supplier shall indemnify the purchaser against all third-party claims of infringement
of patent, trademark or industrial design rights (as mentioned in Annexure 7G) arising
from use of the goods and / or services or any part thereof in Indian Telecom Network.

4.0 PERFORMANCE BANK GUARANTEE


4.1 Selected bidders (including MSEs who are registered with the designated MSME
bodies, like National Small-Scale Industries Corporation etc.) shall furnish Performance
Security in form of Bank Guarantee/ Insurance Surety Bond for an amount equal to 5%
of the value of Advance Purchase / Work order within 14 days from the date of issue
of Advance Purchase Order and before issue of W.O. & signing of the agreement
by the Purchaser. However, if the quoted value is less than BSNL’s internal
estimated cost by 15% or more, the successful bidder shall be required to furnish
Performance security equal to 10% of the APO value instead of 5%. The validity of
the PBG shall be 2 years.

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.

5.0 SUSPENSION, REVOCATION OR TERMINATION OF AGREEMENT:


5.1 BSNL reserves the right to suspend the operation of this agreement, at any time, due to

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.

7.0 TRAININGTO BSNL STAFF


DELETED

8.0 DOCUMENTS REQUIRED FOR CLAIMING PAYMENTS:


8.1 For claiming this payment the following documents are to be submitted to the paying
authority.
a) Invoice clearly indicating break up details of composite price i.e. Basic, Goods
and Services Tax (GST), any other Duties and Taxes, etc.
b) QA Inspection Certificate of the material used (as applicable).
c) Proof of completion of work (AT certificate).
d) E-way bill as prescribed in the GST law in case of movement of goods (if
applicable).
e) Proof of payment of GST, if applicable.
f) Timely uploading of correct and necessary information on GSTN portal is
mandatory as prescribed in GST compliances.
Note :- 1) If the supplier fails to furnish necessary supporting documents i.e. GST
invoice / Customs invoices etc. and also fails to upload the information on
GSTN in respect of the Duties/taxes for which input tax credit is available, the
amount pertaining to such Duties/Taxes will be deducted from the payment
due to the supplier.
2) Tax amount will be paid to the supplier only after supplier declares the
details of the invoices in its return in GSTR-1 and GSTR-3B uploaded by the
supplier and the same is reflected in GSTR-2A of BSNL on GSTN portal.
3) TDS/TCS shall be deducted att he prescribed rate, if any (as the case may
be).
4) BSNL can adjust/ forfeit Bank Guarantee obtained from the supplier
against any loss of input tax credit to BSNL on account of supplier’s default.
5) In case BSNL has to pay GST on reverse charge basis, the supplier would
not charge GST on its invoices. Further, the supplier undertakes to comply
with the provisions of GST law as may be applicable.

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.):

9.0 CHANGES IN WORK ORDERS


9.1 The purchaser may, at any time, by a written order given to a supplier, make changes
within the general scope of the contract in any one or more of the following:
9.1.1 Designs or specifications, where services to be provided under the contract are to
be specifically signed for the Purchaser;
9.1.2 The services to be provided by the supplier.
9.2 If any such change causes an increase or decrease in the cost of, or the time required
for the execution of the contract an equitable adjustment shall be made in the contract
price or delivery schedule, or both, and the contract shall accordingly be amended. Any
proposal by the supplier for adjustment under this clause must be made within thirty
days from the date of the receipt of the change in order.

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.

11.0 DELAYS IN THE SUPPLIER’S PERFORMANCE


11.1 Delivery and performance of the services shall be made by the Contractor in
accordance with the time schedule specified by the purchaser in its work order. In
case the services are not completed in the stipulated delivery period, as indicated in
the Work Order, purchaser reserves the right to short-close/ cancel this work order.
The cancellation/ short-closing of the order shall be at the risk and responsibility of the
supplier and purchaser reserves the right to purchase balance period services at the
risk and cost of the defaulting vendors.
11.2 Delay by the Supplier in the performance of its delivery obligations shall render the
Contractor liable to any or all of the following sanctions:
11.2.1 Forfeiture of its PBG,
11.2.2 Imposition of penalties, and/ or
11.2.3 Short closure of the contract in part or full and/ or termination of the contract for
default.
11.3 If at any time during the performance of the contract, the supplier encounters condition
impending timely delivery and performance of services, the supplier shall:
11.3.1 Promptly notify to the Purchaser in writing the fact of the delay, its likely duration
and its cause(s). As soon as practicable after receipt of the supplier’s notice, the
purchaser shall evaluate the situation and may at its discretion extend the period

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.

12.0 FORCE MAJEURE


12.1 If, at any time, during the continuance of this contract, the performance in whole or in
part by either party of any obligation under this contract is prevented or delayed by
reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage,
fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of
God (hereinafter referred to as events) provided notice of happenings of any such
eventuality is given by either party to the other within 21 days from the date of
occurrence thereof, neither party shall by reason of such event be entitled to terminate
this contract nor shall either party have any claim for damages against other in respect
of such non-performance or delay in performance, and deliveries under the contract
shall be resumed as soon as practicable after such an event come to an end or cease
to exist, and the decision of the Purchaser as to whether the deliveries have been so
resumed or not shall be final and conclusive. Further that if the performance in whole
or part of any obligation under this contract is prevented or delayed by reasons of any
such event for a period exceeding 60 days, either party may, at its option, terminate
the contract.
12.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall
be at liberty to take over from the Supplier at a price to be fixed by the purchaser,
which shall be final, all unused, undamaged and acceptable materials, bought out

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.

14.0 TAX INDEMNITY CLAUSE:


14.1 BSNL has the right to recover Input Tax Credit loss suffered by it due to any mis-
declaration on invoice by the supplier.
15.0 ARBITRATION:
15.1 ARBITRATION (Applicable in case of supply orders/Contracts with firms, other
than Public Sector Enterprise) (Not applicable in cases valuing less than Rs. 5
lakhs)
Except as otherwise provided elsewhere in the contract, if any dispute, difference,
question or disagreement arises between the parties hereto or their respective
representatives or assignees, in connection with construction, meaning, operation,
effect, interpretation of the contract or breach thereof which parties unable to settle
mutually, the same shall be referred to Arbitration as provided hereunder:
i) A party wishing to commence arbitration proceeding shall invoke Arbitration Clause by
giving 60 days’ notice to the designated officer of the other party. The notice invoking
arbitration shall specify all the points of disputes with details of the amount claimed to
be referred to arbitration at the time of invocation of arbitration and not thereafter. If the
claim is in foreign currency, the claimant shall indicate its value in Indian Rupee for the
purpose of constitution of the arbitral tribunal.
ii) The number of the arbitrators and the appointing authority will be as under:
Claim Number of Appointing Authority
amount arbitrators
(excluding
claim for
counter
claim, if any)
Above Rs. 5 Sole Arbitrator to BSNL (Note: BSNL will forward a list containing
lakhs to Rs. 5 be appointed from names of three empaneled arbitrators to the other
crores a panel of party for selecting one from the list who will be
arbitrators of appointed as sole arbitrator by BSNL)
BSNL.

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.

iii) Neither party shall appoint its serving employee as arbitrator.


iv) If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or
withdraws for any reason from the proceedings, it shall be lawful for the concerned
party/arbitrators to appoint another person in his place in the same manner as
aforesaid. Such person shall proceed with the reference from the stage where his
predecessor had left it both parties’ consent for the same; otherwise, this shall proceed
de novo.
v) Parties agree that neither party shall be entitled for any pre-reference or pendente-lite
interest on its claims. Parties agree that any claim for such interest made by any party
shall be void.
vi) Unless otherwise decided by the parties, Fast Track procedure as prescribed in
Section 29 B of the Arbitration Conciliation Act, 1996 for resolution of all disputes shall
be followed, where the claim amount is up to Rs. 5 crores.
[Section 29B] Fast track procedure –
(1) Notwithstanding anything contained in this Act, the parties to an arbitration
agreement, may, at any stage either before or at the time of appointment of the
arbitral tribunal, agree in writing to have their dispute resolved by fast track procedure
specified in sub-section (3).
(2) The parties to the arbitration agreement, while agreeing for resolution of dispute by
fast track procedure, may agree that the arbitral tribunal shall consist of a sole
arbitrator who shall be chosen by the parties.
(3) The arbitral tribunal shall follow the following procedure while conducting arbitration
proceedings under sub-section (1):-
(a) The arbitral tribunal shall decide the dispute on the basis of written pleadings,
documents and submissions filed by the parties without oral hearing;
(b) The arbitral tribunal shall have power to call for any further information or
clarification from the parties in addition to the pleadings and documents filed by
them;
(c) An oral hearing may be held only, if, all the parties make a request or if the
arbitral tribunal considers it necessary to have oral hearing for clarifying certain
issues;
(d) The arbitral tribunal may dispense with any technical formalities, if an oral
hearing is held, and adopt such procedure as deemed appropriate for
expeditious disposal of the case.
(4) The award under this section shall be made within a period of six months from the
date the arbitral tribunal enters upon the reference.
(5) If the award is not made within the period specified in sub-section (4), the provisions
of sub- sections (3) to (9) of Section 29 A shall apply to the proceedings.
(6) The fees payable to the arbitrator and the manner of payment of the fees shall be
such as may be agreed between the arbitrator and the parties.]
vii) The arbitral tribunal shall make and publish the award within time stipulated as under:

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.

17. GENERAL GUIDELINES:-


17.1 “The General guidelines as contained in Chapter 5, 6 and 8 of General Financial Rules
as amended from time to time on works, procurement of goods and services and
contract management respectively may also be referred to as guiding principles”.

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.

20.0 Implementation Management:


Successful Bidder shall detail the implementation methodology to be employed by
Successful Bidder considering the scope of the work to be carried out as part of
this tender.

21.0 TERMINATION FOR DEFAULT


21.1 BSNL may, without prejudice to any other remedy for breach of contract, by
written notice of default, sent to the Contractor, terminate this contract in whole or
in part
(d) If the Contractor fails to deliver any or all of the goods& services
within the time period(s) specified in the contract, or any extension
thereof granted by BSNL pursuanttoclause15;
(e) if the Contractor fails to perform any other obligation(s) under the Contract;
and
(f) if the Contractor, in either of the above circumstances, does not
remedy its failure within a period of 15 days (or such longer period as
BSNL may authorize in writing) after receipt of the default notice from
BSNL.
(g) If the SLA is less than 90% consecutively for 3 months or less than 70% for
one month.
21.1 In the event BSNL terminates the contract in whole or in part pursuant to
para18.1BSNLmay procure, upon such terms and in such manner as it deems
appropriate, works similar to those undelivered and the Contractor shall be liable
to BSNL for any excess cost for such similar works. However, the Contractor shall
continue the performance of the contract to the extent not terminated.

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.

22 TERMINATION (INSLOVENCY &CONVENIENCE)


22.1 Termination for Insolvency: BSNL may at any time terminate the Contract by
giving written notice to the Contractor, without compensation to the Contractor. If
the Contractor becomes bankrupt or otherwise insolvent as declared by the
competent court provided that such termination will not prejudice or affect any right
of action or remedy which has accrued or will accrue thereafter to BSNL.
22.2 Termination for Convenience: BSNL, may, by prior written notice sent to the
contractor at least03 months in advance, terminate the Contract, in whole or in
part at any time for its convenience. The notice of termination shall specify that
termination is for BSNL’s convenience, the extent to which performance of work
under the Contract is terminated, and the date upon which such termination
becomes effective.

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

Page 159 of 212


Section 5 Part B

SPECIAL CONDITIONS OF THE CONTRACT

1. Acceptance testing of the routes


1.1. The AT shall be done route wise.
1.2. The Contractor shall be responsible for making the required optical power
available for making the GPs UP.
1.3. Compilation of the Measurement Book needs to be on real time basis while
the work is being carried out. The BSNL BharatNet FT/NEs should
progressively check the same and correct the discrepancies, if any,
simultaneously so that further time on the same can be avoided at the time
of invoice preparation.
1.4. Uploading of Depth Photographs: BSNL officials responsible for
verification of MB shall take the photographs of the depth measurement
being done at every 100 m in case of open trench work and at the entry /
exit points in case of HDD method using BharatNet GIS App and upload
the same on GIS platform.
1.5. The details noted by the Contractor in the notebooks will be entered in the
proper MB format in the computer on weekly basis and shared with BSNL.
These should be checked by BSNL progressively so that as soon as the
work of the route is complete, the MB is also ready.
1.6. Depth AT and other tests/ observations to be done while the work is being
executed. The contractors should ensure proper recording of all the details
like drum Nos, duct roll numbers and length of shots etc.
1.7. Once splicing is completed and Manholes installed, the Final end to end fibre
AT to be conducted only through OTDR.

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

Page 160 of 212


approvals is a joint responsibility and both the contractor and BSNL
BharatNet BA heads shall coordinate ROW approval activities in such
a way that these are obtained in time bound manner. Log Book/
Record may be maintained and signed by both the parties for the
activities being performed by them.
6. The payment of RoW charges can either be made in advance or
reimbursement would be done on actual basis for RoW cases of
Central Agencies such as NHAI, Railways & Forest. The Contractor
and State Heads shall jointly take a decision on the mode of payment
in such a way that the approval of RoW and execution of work is not
affected on account of this. RoW for land areas in States is free of cost
from State Government’s as part of NOFN project.
7. BharatNet BA Head shall relax the penalties on delay due to ROW
permissions.
8. During the process of execution, the Contractor shall be responsible for
resolving all the disputes arising out of damages caused to the public
utilities and infrastructure of private operators/ public including payment
of compensation, if any.
9. Reinstatement charges based on the standard SOR rates of the
District/ State authorities, if any, shall be payable by BSNL.
2. Quality Assurance and Testing
2.1. The supply shall be accepted only after Quality Assurance tests are carried
out by BSNL QA Circle.
2.2. In case of any Quality issue, the contractor shall be required to replace the
defective/inferior material, in full, by good material duly passed by QA.
2.3. The successful bidder shall pay the required QA charges to QA Circle and
will get the reimbursement on completion of work.
2.4. The successful bidder shall obtain clearance from CGM(BharatNet-O&M) for
all the tender SOR items. The same should have valid Type Approval
Certificate (TAC) from Telecom Engineering Centre (TEC), New Delhi or
Technical Specification Evaluation Certificate (TSEC) from Quality
Assurance Circle, BSNL, Bengaluru, against the respective technical
specifications of this RFP. However, TAC/TSEC obtained against any
previous tender of BSNL/BBNL shall be acceptable for supply against this
tender and no re-validation against this tender shall be required.
2.5. The contractor can offer the material for QA for the estimated quantities
progressively based on the purchase order without waiting for route wise
work orders. BSNL QA Circle shall accept the same and do the QA based on
the clearance of the make and model from CGM (BharatNet-O&M)..

3. Time for completion of the work:

6.1 The key milestone periods as anticipated by BSNL are:

Page 161 of 212


S. Timeline for Penaltie
Deliverable Remarks
No. completion s*
Issuance of Award of N.A. On selection of the Contractor,
1. Contract (Purchase T0 Award of Contract (Purchase
order) Order) is issued
N.A. Submission of survey report,
Site Survey* (To be
T0+1 Month Note: Based on approved site
carried out
2. simultaneously with for Site survey, bidder shall provide
OFC laying where Survey Route-wise detailed Bill of
survey is completed) Quantity (BoQ) and total cost of
Work (Route wise)
0.5 % per Installation, Commissioning of
week for the work and testing report
10 weeks verified by authorised officer of
and 0.7 BBNL and approved by State
% per Head BBNL.
week for Successful bidder is expected to
next 10 complete 20% of the estimated
3 Months
week of work as indicated in the tender
from the
the on month to month basis.
date of
Completion of Route uncomple
3. issuance of
wise work ted Route
Route wise
wise
Firm work
works
order
with a
capping
at 12% of
the
uncomple
ted Route
wise cost
ABD 10% As Build Diagram (ABD report),
submission payment GIS Mapping certified by
within 4 shall be authorised officer of BBNL and
ABD submission, weeks from released accepted by BBNL State Head
Shape File the date of only after
4.
submission and GIS A/T and GIS
Mapping of Routes another 2 Mapping
weeks as per
thereafter for para B.4
GIS mapping (2). If the

Page 162 of 212


S. Timeline for Penaltie
Deliverable Remarks
No. completion s*
of route wise same is
work not
complete
d within 6
weeks of
A/T, this
milestone
payment
shall be
forfeited.

* 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.

4. Action & penalty for damage of existing underground utilities:

Extreme caution should be taken by bidder to avoid any damage to existing


underground utilities. However following actions and penalty will be applicable on
bidder if any damage happens, despite precautions
(a) Damage of other underground utility provider / Other telecom operator Cables:
Immediate restoration to the satisfaction of other utility provider / operator on
full cost of bidder, else payment of penalty as per demand note by other utility
provider / operator within due period is to be directly paid by successful bidder.
In case, delay in penalty payment beyond permitted time, BBNL may recover
penalty amount (and penal interest demanded by other utility provider /
operator, if any) from the bills of successful bidder.

(b) Damage BBNL OFC damage:

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.

Page 163 of 212


5. Payment Terms :-

5 (A) Payments shall be released only on satisfactory acceptance of the


deliverables for each Task as per the following schedule:

S. Activity/Task (a) Payments as per Documentary Evidence (c)


N. Milestone (b)
1. On completion of 80% of the PLB Duct Uploaded video length of
Route wise Trenching and 50% of T&L cost network or
& Duct Laying. (Adhoc payment) Certificate of Duct Laying
Stage-1 Work by designated Officer of
BSNL BharatNet BA.
2. Completion of route 90% cost of OFC&PLB, A/T Certificate along with
wise work order laying/ 90% cost of T&L, 90% Required Optical Power
replacement work. cost of other items and availability at the ONT end
QA Charges minus testing report verified by
adhoc payment made authorized officer of
at stage-1 BharatNet BA and approved
by BharatNet BA Head.
3. ABD Submission in 10% of the route wise As Build Diagram (ABD
Shape format with Work Order Value report), GIS Mapping
successful GIS accepted by BharatNet BA
mapping Head
Note :
 All payments shall be released after certification of Delivery and
implementation Milestones by BharatNet BA designated officer.
 All Payments shall be made in Indian Rupees Only and shall be subject to
provisions of penalties clauses.
 Payment shall be released by BharatNet BA against the invoices raised by
Contractor within 30 calendar days on providing all the relevant documents
timely and are complete in all reference
 All payments shall be made through RTGS only.
 Payments should be subject to deductions of any amount for which the
Contractor is liable under the RFP conditions. Further, all payments shall be
made subject to deduction of TDS (Tax deduction at Source) as per the
current Income-Tax Act/GST.
5 (B) Mobilization Advance:-
The present PMAs are facing cash flow problem having invested
in the procurement of material and deployment of resources and
not being able to convert the same in terms of invoicing and
financial progress. It is therefore proposed to make provision for
mobilization advance as under:

Page 164 of 212


(i) 5% of the AWO amount can be availed as mobilization advance
on submission of 110% PBG of the mobilization advance amount.

(ii) The mobilization advance shall be adjusted by deducting 10%


of the value of each invoice from the payable amount during 180
days from the date of disbursement of the mobilization advance.

The PMA shall deposit the balance unadjusted amount of


mobilization advance at the end of 180 days period, within 15
days failing which the same shall be deducted from the next
invoices to be paid or from the PBG.

(iii) The PMA can avail another 5% mobilization advance after


completion of 50% end to end work with the adjustment
provisions as 2.3.2 above.

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.

7. Audit and Security services


7.1. The Contractor shall be required to provide comprehensive support to BBNL
during the Third Party Audit and Security Audit etc. The Contractor shall be
responsible in getting the required readiness built in the network during audit
for security solutions.
7.2. BSNL reserves the right to inspect, monitor and assess the progress and
performance of the project either itself or through another designated
Contractor as it may deem fit, throughout the course of the Contract. BBNL
may demand and upon such a demand being made, BBNL shall be provided
with any document, data material or any other information which it may
require, to enable it to assess the progress of the project.
7.3. BSNL shall also have the right to conduct, either itself or through another
Contractor as it may deem fit, an audit to monitor the performance of the
Contractor of its obligations/ functions in accordance with the standards

Page 165 of 212


committed to or required by BSNL and the Contractor undertakes to
cooperate with and provide to BSNL or any other Contractor appointed by
USOF (DoT)/BSNL, all documents and other details as may be required by
them for this purpose.

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.

9. Term and Extension of Contract


9.1. The term of this Contract shall be initially for a period of 12 months from the
date of issue of Purchase Order.
9.2. BSNL shall reserve the sole right to grant any extension to the term above
mentioned against the request of Contractor and shall notify in writing to the
Contractor within 15 days of the request, whether it shall grant the Contractor
an extension of the term. The decision to grant or refuse the extension shall
be at BBNL’s discretion. Accordingly, the Bank Guarantee of the same
amount shall be extended up to extended period of the Contract, if required.
9.3. Additional period up to 04 Weeks for the implementation period (BSNL
reserves the right to extend the Contract with the Contractor).
9.4. Where BSNL is of the view that no further extension of the term be granted
to the Contractor, BSNL shall notify the Contractor of its decision at least 3
(three) months prior to the expiry of the Term. Upon receipt of such notice,
the Bidder shall continue to perform all its obligations hereunder, until such
reasonable time beyond the Term of the Contract within which, BSNL shall
either appoint an alternative Contractor or create its own infrastructure to
operate such Services as are provided under this Contract. BSNL shall make
payment for work executed for the extended period post contract expiry.
9.5. BSNL, if required can extend the contract for a further period of 1 year for
additional works (upto 50% of the contract value) identified. The rates, terms
and conditions of the contract during the extension period shall remain
same.

Page 166 of 212


SECTION-6

UNDERTAKING & DECLARATION

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.

b) The Bidder hereby covenants and declares that:


1. All the information, Documents, Photo copies of the Documents/
Certificates enclosed along with the Tender offer are correct.
2. If anything is found false and/or incorrect and/or reveals any
suppression of fact at any time, BSNL reserves the right to debar our
tender offer/ cancel the LOI/ Purchase/ work order if issued. In addition,
BSNL may debar the bidder from participation in its future tenders.

Date: ………….................…
…………………………………
Signature of Bidder
Place: …………...............… Name of Bidder
…………………....…………….
Along with date & Seal

Page 167 of 212


6 (B) –NO NEAR-RELATIONSHIP CERTIFICATE:
7
(Format of the Certificate to be given as per the clause 34.4 of Section-4 Part-A by
the bidder in respect of status of employment of his/ her near relation in BSNL)
I…………..s/o…….……r/o……………..hereby certify that none of my relative(s) as
defined in the tender document is/are employed in BSNL unit as per details given in
tender document. In case at any stage, it is found that the information given by me is
false/ incorrect, BSNL shall have the absolute right to take any action as deemed
fit/without any prior intimation to me.”
Or

*Following are the details of near relatives working the tender inviting Unit.

Name of the Office & section


S. No. Name of the Relative Designation
where working

* Strike off whichever is not applicable.

Signature of the Proprietor/ Partners/ Directors of the tenderer


entity
With date and seal

Page 168 of 212


6 (c) Certificate to be submitted by Bidders
( On Company’s Letter Head)

Certificate to be submitted by Bidders (On Company’s Letter Head)

Reference 1 : BSNL Tender Enquiry No…………………………………………..……


issued on …………………………..

Reference 2: Department of Expenditure Office Memorandums (OMs) No.


7/10/2021-PPD (1) Dated 23.02.2023.

I, in capacity of authorized signatory of M/s…………………(----Name of the


company--) having Regd. office
at……………………………………………………………………………. being a
participant bidder in BSNL T.E cited at reference 1 above, do hereby declare that I
have read and understood all the clauses regarding Restrictions under Rule 144(xi)
of the General Financial Rules (GFRs) 2017 on grounds of Defense of India and
National Security issued vide OM cited at reference 2 above, on procurement from
bidders from a country or countries which shares a land border with India. It is
declared that we fulfil all the requirements in this regard and are eligible to be
considered for the Tender Enquiry under reference 1 above.

*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.

* Strike off whichever is not applicable.

Further, we undertake that we will also abide by all the requirements of cited OMs
during the entire contract period.

(Nameof the authorized signatory)


Signature
Designation in Company
Seal / Stamp of Company

Counter signed by Company Secretary/ Legal Head of the Company with seal /
stamp.

Page 169 of 212


SECTION- 7

PROFORMAS
7(A) (I) For the BID SECURITY/ EMD Guarantee:
(To be typed on Rs.100/- non-judicial stamp paper)

Sub: Bid Security/EMD guarantee.

Whereas M/s …………….................………………R/o ……………….................


………….......…………………… (Hereafter referred to as Bidder) has approached us
for giving BankGuarantee of Rs. ……………………/- (hereafter known as the “B. G.
Amount”) valid up to …../……/20….. (hereafter known as the “Validity date”) in
favour of DGM (MMT) BSNL CO, Delhi (Hereafter referred to as BSNL) for
participation in the tender of work of ……………………………………………..vide
tender no. ………………………………….
Now at the request of the Bidder, We …………………………………..............……
Bank....................................................................................………Branchhaving……
………… ….............................................................………………… ..........
.......................(Address) and Regd. office address
as…….....................................................................… .............…………………………
……… ……… ……………(Hereinafter called ‘the Bank”) agrees to give this
guarantee as hereinafter contained:
2. We the Bank do hereby undertake to pay the amounts due and payable under
this guarantee without any demur, merely on a demand from the BSNL stating that
the amount claimed is due by way of loss or damage caused to or would be caused
to or suffered by the BSNL by reason of breach by the said bidder(s) of any of terms
or conditions contained in the said Agreement or by reason of the bidder (s) failure to
perform the said Agreement. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the Bank under this
guarantee where the decision of the BSNL in these counts shall be final and binding
on the bank. However, our liability under this guarantee shall be restricted to an
amount not exceeding the “B. G. Amount”.
3. We undertake to pay to the BSNL any money so demanded notwithstanding
any dispute or disputes raised by the bidder(s) in any suit or proceeding before any
court or tribunal relating thereto our liability under this present being absolute and
unequivocal. The Payment so made by us under this bond shall be valid discharge of
our liability for payment there under and the bidder(s) shall have no claim against us
for making such payment.
4. We the Bank further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the
said agreement and that it shall continue to be enforceable till all the dues of the
BSNL under or by virtue of the said Agreement have been fully paid and its claims
satisfied or discharged or till BSNL Certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said bidder(s) and
accordingly discharge this guarantee. Unless a demand or claim under this
guarantee is made on us in writing or before the expiry of Validity date from the date

Page 170 of 212


hereof, we shall be discharged from all liability under this guarantee thereafter.
5. We the Bank further agree with the BSNL that the BSNL shall have the fullest
liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said bidder(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the BSNL against the
said bidder(s) and to forbear or enforce any of the terms and conditions relating to
the said agreement and we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Bidder(s) or for any
forbearance, act or omission on the part of the BSNL or any indulgence by the BSNL
to the said bidder(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. Notwithstanding anything herein contained ;
(a) The liability of the Bank under this guarantee is restricted to the “B. G.
Amount” and it will remain in force up to its Validity date specified above.
(b) The guarantee shall stand completely discharged and all rights of the BSNL
under this Guarantee shall be extinguished if no claim or demand is made on us in
writing on or before its validity date.
7. In case BSNL demands for any money under this bank guarantee, the same
shall be paid through banker’s Cheque in favour of “AO (Cash) BSNL CO” payable at
New Delhi.
8. The Bank guarantees that the below mentioned officer who have signed it on
behalf of the Bank have authority to give this guarantee under its delegated power.
9. E-payment may be preferred. Accordingly, in case of E-payment to be made
for BG encashed, Bank shall transfer the amount to bank account as intimated by
BSNL to Bank at that time.
10. The encashment / renewal of the guarantee will not be denied on grounds of
change in the constitution of the bank or the contractor(s) / supplier(s) / Purchaser.
Place: ……………………………
Date: …………………………..
(Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: ……………….
Name of the Bank officer: ……………………………..
Designation:……………………………………
Complete Postal address of Bank: ……………………
......................................................................................
Telephone Numbers……………………………..
Fax numbers………………………………

Page 171 of 212


Section 7 A (II)

FORMAT FOR BID SECURITY IN FORM OF INSURANCE SURETY BOND


(To be submitted on non-judicial stamp paper of appropriate value)

Insurance Surety Bond for Bid Security


Whereas M/s …………………………… R/o ……………… …………
……………………………………… (Hereafter referred to as Principal) has
approached us for giving a Suretyof Rs. ……………………/- (hereafter known as the
“Surety Amount”) valid up to …../……/ 20….. (hereafter known as the “Validity
date”) in favour of …………….(e.g. DGM (MMT) BSNL CO, Delhi )(Hereafter
referred to as BSNL) for participation in the tender of work
of…………………………………………….. vide tender no.
………………………………….
Now at the request of the Principal, We ...................... Insurance Company
Limited,registered under the Insurance Act, 1938, with its Corporate office,
…………………………………………….and Registered/Head Office
…………………………………………………………………………………… (the
“Surety”) to transact the business of Surety Insurance under the powers
conferred under Section 14 (2) (i) of IRDA Act, 1999 & IRDA Guidelines
issuedvide IRDAI/NL/GDL/SIC/01/01/2022 3rd January, 2022, agreed to give this
Surety Bond by way of performance guarantee as hereinafter contained:
2. We, the Surety, do hereby undertake to pay the amounts due and
payable under this Surety without any demur, merely on a demand from the
BSNL stating that the amount claimed is due by way of loss or damage caused to
or would be caused to or suffered by the BSNL by reason of breach by the said
Principal of any of terms or conditions contained in the said tender Agreement or
by reason of the Principal’s failure to honour its bid submitted to perform the said
works. Any such demand made on the Surety shall be conclusive as regards the
amount due and payable by the Surety under this Surety where the decision of
the BSNL in these counts shall be final and binding on the Surety. However, our
liability under this Surety shall be restricted to an amount not exceeding the
“Surety Amount”.
3. We, the Surety, undertake to pay to the BSNL any money so demanded
notwithstanding any dispute or disputes raised by the Principal in any suit or
proceeding before any court or tribunal relating thereto our liability under this
present being absolute and unequivocal. The Payment so made by us under
this bond shall be valid discharge of our liability for payment there under and
the Principal shall have no claim against us for making such payment.
4. We the Surety, further agree that the Surety herein contained shall remain in
full force and effect during the period that would be taken for the performance
of the said tender agreement and that it shall continue to be enforceable till all
the dues of the BSNL under or by virtue of the said tender Agreement have
been fully paid and its claims satisfied or discharged or till BSNL Certifies that
the terms and conditions of the said tender Agreement have been fully and
properly carried out by the said Principal and accordingly discharge this
Surety. Unless a demand or claim under this Surety is made on us in writing or
before the expiry of Validity date from the date hereof, we shall be discharged

Page 172 of 212


from all liability under this Surety thereafter.
5. We the Surety further agree with the BSNL that the BSNL shall have the fullest
liberty, without our consent and without affecting in any manner our obligations
hereunder, to vary any of the terms and conditions of the said tender
Agreement or to extend time of performance by the said Principal from time to
time or to postpone for any time or from time to time, any of the powers
exercisable by the BSNL against the said Principal and to forbear or enforce
any of the terms and conditions relating to the said tender agreement and we
shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said Principal or for any forbearance, act or
omission on the part of the BSNL or any indulgence by the BSNL to the said
Principal or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have effect of so relieving us.
6. Notwithstanding anything herein contained:
(a) The liability of the Surety under this Surety bond is restricted to the
“Surety Amount” and it will remain in force up to its Validity date specified
above.
(b) The Surety shall stand completely discharged and all rights of the
BSNL under this Surety shall be extinguished if no claim or demand is made
on us in writing on or before its validity date.

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:…………………………………………

Complete Postal address of Insurance Company:


……………………………………………………………..
Telephone Numbers ……………………………..
Fax numbers ………………………………

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.
…………………………………..
………………………………….
………………………………….
………………………………….

Page 173 of 212


7(B) (I)
PROFORMA FOR BANK GUARANTEE
(To be typed on Rs.100/- non-judicial stamp paper)
To,
BHARAT SANCHAR NIGAM LIMITED
Bharat Sanchar Bhawan, Harish Chandra Mathur Lane,
Janpath, New Delhi-110001

In consideration of the BHARAT SANCHAR NIGAM LIMITED (BSNL) having signed


an agreement No. ------------ dated _________ (hereinafter called ‘the said
agreement’) with M/S ---------- (hereinafter called ‘-------’) regarding providing an
platform to BSNL where different content providers can be integrated so as to
provide OTT services to BSNL subscribers (hereinafter called ‘the Service’) to the
subscribers of BSNL as per the terms and conditions contained in the said
agreement, which inter-alia requires the submission of the Bank Guarantee of
Rupees ------- as a security towards the due observance and performance of the
terms & conditions of the said Agreement. We _______________ (indicate the name
and address of the Bank) (hereinafter referred to as ‘the Bank’) at the request of M/s-
---- hereby irrevocably and unconditionally guarantee to BSNL that M/s --------shall
render all activities which may be required to be rendered by M/s------ in connection
with rolling out of the services as mutually agreed and further guarantees that the
service which shall be provided by M/s -------under the said agreement, shall be
actually performed in accordance with terms & conditions of said agreement to the
satisfaction of the BSNL.
2. We, the Bank, hereby undertake to pay BSNL an amount not exceeding Rupees -
----- against any breach of any of the terms & conditions contained in the said
agreement including failure to rollout the services as mutually agreed or to extend
the validity of this guarantee or to give a fresh guarantee in lieu of the existing
one.
3. We, the Bank hereby, absolutely, irrevocably and unconditionally guarantee as
primary obligor and not merely as surety against the payment of an amount of
Rupees -------- to the BSNL to secure due and faithful observance & performance
by M/s---------- of all his obligations under the said agreement.
4. We, the Bank hereby also undertake to pay the amounts due and payable
under this guarantee without any demur, merely on a demand from the BSNL
stating that the amount claimed is due by reason of breach by the said M/s -----
--- of any of the terms & conditions contained in the said agreement or by
reason of M/s-----’s failure to perform any of its obligations under the said
agreement including failure to rollout the services as mutually agreed.
5. We, the Bank, hereby agree that the decision of the BSNL as to whether M/s ---
--has failed to or neglected to perform or discharge his duties and obligations
as aforesaid and/or failed to launch the services as mutually agreed, whether
the service is free from deficiencies and defects and is in accordance with the
terms & conditions of the said agreement or not and as to the amount payable
to the BSNL by the Bank hereunder shall be final and binding on the Bank.
6. WE, THE BANK, DO HEREBY DECLARE AND AGREE that:

(a) The Guarantee herein contained shall remain in full force and effect for

Page 174 of 212


a period of at least forty eight months from the date hereof or any
extension thereof and that it shall continue to be enforceable till BSNL is
satisfied that the terms and conditions of the said agreement have been fully
and properly carried out by the said M/s -----and accordingly discharged this
guarantee.
(b) The BSNL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said agreement or to extend time of performance of
any obligations by the said M/s ------ from time to time or to postpone for
any time or from time to time any of the powers exercisable by the BSNL
against the said M/s ------- and to forbear or to enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved
from our liability by reason of any variation or extension being granted to
the said M/s ------- or forbearance act or omission on the part of the BSNL
or any indulgence by the BSNL to the said M/s ----------- or to give such
matter or thing whatsoever which under the law relating to sureties would
but for this provision, have effect of so relieving us.
(c) Any claim which we have against M/s ------ shall be subject and
subordinate to the prior payment and performance in full of all the
obligations of us hereunder and we will not without prior written consent of
the BSNL exercise any legal right or remedy of any kind in respect of any
such payment or performance so long as the obligations of us hereunder
remains owing and outstanding.
(d) This Guarantee shall be irrevocable and the obligations of us herein shall
not be conditional of any prior notice by us or by M/s --------.
7. We the BANK undertake not to revoke this Guarantee during its currency
except with the previous consent of the BSNL in writing.
8. Notwithstanding anything contained above, our liability, under the Guarantee
shall be restricted to Rupees ------- only and our Guarantee shall remain in
force until 48 (Forty eight) months from the date hereof or any extension
thereof. Unless a demand or claim under this Guarantee is made on us in
writing within this date i.e. all your rights under the Guarantee shall be forfeited
and we shall be released and discharged from all liabilities there under.
9. E-payment may be preferred. Accordingly, in case of E-payment to be made for
BG encashed, Bank shall transfer the amount to bank account as intimated by
BSNL to Bank at that time.
10. The encashment / renewal of the guarantee will not be denied on grounds of
change in the constitution of the bank or the contractor(s) / supplier(s) /
Purchaser.

Dated _________ day of ____, 2024 at _________


(Signed by the authorized signatory of the Bank)
(Please furnish here the full address of the concerned Branch of the Bank along with
the contact telephone numbers of the concerned Bank Official)
In the presence of Witnesses:
1. Signature 2. Signature
Name Name
Occupation Occupation
Address Address
Place Place

Page 175 of 212


Section 7(B) (II)
Performance Guarantee Surety Bond
(To be submitted on non-judicial stamp paper of appropriate value)

To , Surety Bond No : ………………


DGM (MMP) BSNL CO, Surety Bond Issue dt :…
Delhi R/o Bharat Sanchar Bhawan, Surety Bond Amt. :INR………….
Harish Chandra Mathura Lane, Bond Valid upto : ……………
Janpath, New Delhi-110001 Bond Claim Period:……………..

Dear Sir / Madam,


Whereas ……………………….( e.g. AGM (MM) BSNL CO, Delhi R/o MM cell, Bharat
Sanchar Bhawan, Harish Chandra Mathura Lane, Janpath, New Delhi-
110001)(hereafter referred to as BSNL) has issued an APO/AWO no.
…………………………………..Dated………………………awarding the work of
…………………………………………………………………………………………………
…………………………………… (the “Agreement”)to M/s………………………….,
R/o………………………………………………………. (hereafter referred to as
“Principal”) and BSNL has asked Principal to submit a performance guarantee in
favour of ……………………… (e.g. DGM (MMP) BSNL CO, Delhi) of INR
………………………… (hereafter referred to as “Bond Amount”) valid up to
dd.mm.yyyy(hereafter referred to as “Validity Date”)
Now at the request of the Principal, We...................... Insurance Company
Limited,registered under the Insurance Act, 1938, withits Corporate
office,…………………………………………….and Registered/Head Office
…………………………………………………………………………………… (the
“Surety”)to transact the business of Surety Insurance under the powers
conferred under Section 14 (2) (i) of IRDA Act, 1999 & IRDA Guidelines
issuedvide IRDAI/NL/GDL/SIC/01/01/2022 3rd January, 2022, agreed to give this
Surety Bond by way of performance guarantee as hereinafter contained:
2. The Surety do hereby undertake and assure to the BSNL that, if in opinion of
BSNL the Principal in any way fails to observe or perform the terms and conditions of
the Agreement or commits any breach of its obligations there-under, the Surety shall
on demand and without any objection or demur pay to the BSNL such sum or sums
up to an aggregate sum of the Bond Amount or such lesser amount as BSNL may
demand without requiring BSNL to have recourse to any legal remedy that may be
available to it to compel the Surety to pay the same.
3. Any such demand from the BSNL shall be conclusive as regards the liability of
Principal to payt o BSNL or as regards the amount payable by the Surety under this
Surety Bond. The Surety shall not be entitled to withhold payment on the ground that
the Principal had disputed its liability to pay or has disputed the quantum of the
amount or that any arbitration proceeding or legal proceeding is pending between
Principal and BSNL regarding the claim.
4. The liability of the Surety under this Surety Bond is restricted to the Bond Amount
and this Surety Bond shall come into force from the date of its issue and shall remain
in full force and effect up to its Validity date.
5. The Surety further agrees that the BSNL shall have the fullest liberty without the
consent of the Surety and without affecting in any way the liability of the Surety
under this Surety Bond to vary any of the terms and conditions of the Agreement or
to extend the time for the performance contained in the Agreement from any of the

Page 176 of 212


powers exercisable by BSNL against the Principal and to forebear from enforcing
any of the terms and conditions relating to the Agreement and the Surety shall not
be relieved from its liability by reason of such failure or extension being granted to
Principal or through any forbearance, act or omission on the part of BSNL or any
indulgence by BSNL to Principal or any other matter or thing whatsoever which
under the law relating to sureties would but for this provision have the effect of
relieving or discharging the Surety.

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.

Notwithstanding anything contained herein above:


1. Our Liability under this Surety Bond shall not exceed INR ……… (Rupees:
……………………………………………………. Only).
2. This Surety Bond shall be valid upto…………………(Validity date)
3. Further a claim period of 3( three)months from the Validity date of the Surety
Bond is available to make a demand under this Surety Bond. We are liable to
pay the Bond Amount or any part thereof under this Surety Bond only and only
if you serve upon us a written claim or demand on or before ………………..
(Date of claim period if any).
4. At the end of expiry of the Validity Date (including claim period), unless an action to
enforce the claim under this Surety Bond is initiated before the Court or Tribunal on
or before 12 months after the expiry of the Validity Date (including claim period), all
your rights under this Surety Bond shall stand extinguished and we shall be relieved
and discharged from all our liabilities and obligations under this Surety Bond
irrespective of return of original Surety Bond

Place: ……………………………
Date: ………………………….. (Signature of the Surety)

Rubber stamp of the Surety


Authorized Power of Attorney Number: ……………….
Name of the Surety officer: ……………………………..
Designation: ……………………………………
Complete Postal address of Surety: ……………………
………………………………………………………………

Telephone Numbers ……………………………..


Fax numbers ………………………………
Email ID (only 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.
…………………………………..
………………………………….

Page 177 of 212


7© For Letter of Authorization for attending Bid Opening Event.

(To be typed preferably on letter head of the company)

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.

Page 178 of 212


SECTION 7 (D)
Format for Self declaration regarding Local Content (LC)
Date:
I ........................................S/o, D/o, W/o ................................, Resident of
.................................................do hereby solemnly affirm and declare as under:
That I agree to abide by the terms and conditions of Department of
Telecommunications, Government of India issued vide Notification No.
......................................... dated ...................
That the information furnished hereinafter is correct to best of my knowledge and
belief and I undertake to produce relevant records before the procuring entity or any
other authority so nominated by the department of Telecommunications,
Government of India for the purpose of assessing the LC.
Local Content claimed: ……..% age
That the LC for all inputs which constitute the said Telecom Product/Services/Works
has been verified by me and I am responsible for correctness of the claims made
therein.
That in the event of the LC of the Telecom Product/Services/Works mentioned
herein is found to be incorrect and not meeting the prescribed LC norms, based on
the assessment of an authority so nominated by the Department of
Telecommunications, Government of India and I will be liable as under clause 9 (f) of
Public Procurement (Preference to Make in India) Order 2017.
I agree to maintain all information regarding my claim for LC in the Company’s
record for a period of 2 years and shall make this available for verification to any
statutory authorities.
i. Name and details of the Local supplier (Registered Office, Manufacturing unit
location, nature of legal entity)
ii. Date on which this certificate is issued.
iii. Telecom Product/Services/Works for which the certificate is produced.
iv. Procuring agency to whom the certificate is furnished.
v. Percentage of LC claimed.
vi. Name and contact details of the unit of the manufacturer.
vii. Sale price of the product.
viii. Ex-Factory Price of the product.
ix. Freight, insurance and handling
x. Total Bill of Material.
xi. List and total cost value of inputs used for manufacture of the Telecom
Product/Services/Works.
xii. List and total cost of inputs which are locally sourced. Please attach LC certificate
from local suppliers, if the input is not in-house.
xiii. List and cost of inputs which are imported, directly or indirectly.

For and on behalf of ______________________ (Name of Firm/Entity)


Authorized signatory (To be duly authorized by the Board of Directors)
<Insert Name, Designation and Contact No. and date>

Certified by Cost Auditor/ Statutory Auditor

Page 179 of 212


Section 7 (E)
INTEGRITYPACT
Between
Bharat Sanchar Nigam Limited (BSNL) /here in after referred to as “The Principal”
and
………………………………..here in after referred to as “The Bidder/
Contractor”
Preamble
The Principal intends to award, under laid down organizational procedures,
contract/s for -------------------------------------------. The Principal values full
compliance with all relevant laws, rules and regulations, and economic use of
resources, and of fairness and transparency in its relations with its Bidder(s) and
/or Contractor(s).
In order to achieve these goals, the Principal will appoint an Independent
External Monitors (IEMs) who will monitor the tender process and the execution
of the contract for compliance with the principles mentioned above.
Section 1 –Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-
(a) No employee of the Principal, personally or through family members,
will in connection with the tender for, or the execution of a contract,
demand, take a promise for or accept, for self or third person, any material
or immaterial benefit which he/she is not legally entitled to.
(b) The Principal will, during the tender process treat all Bidder(s) with
equity and reason. The Principal will in particular, before and during the
tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential/ al information through which the
Bidder(s) could obtain an advantage in relation to the tender process or
the contract execution.
(c) The Principal will exclude from the process all known prejudiced
persons.
(2) If the Principal obtains information on the conduct of any of its employees
which is a criminal offence under the relevant Anti-Corruption Laws of
India, or if there be a substantive suspicion in this regard, the Principal will
inform its Vigilance Office and in addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder(s)/ Contractor(s)
(1) The Bidder(s)/Contractor(s) commit themselves to take all measures
necessary to prevent corruption. The Bidder(s)/Contractor(s) commit
themselves to observe the following principles during his participation in
the tender process and during the contract execution.
(A) The Bidder(s)/ Contractor(s )will not, directly or through any other
person or firm, offer, promise or give to any of the Principal’s
employees involved in the tender process or the execution of the
contractor to any third person any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during
the execution of the contract.
(B) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any

Page 180 of 212


undisclosed agreement or understanding, whether formal or informal.
This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to introduce cartelization in the
bidding process.
(C) The Bidder(s) /Contractor(s )will not commit any offence under the
relevant Anti- corruption Laws of India; further the Bidder(s)/
Contractor(s) will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information
contained or transmitted electronically and commit any offence under
Indian Penal code (IPC) / Prevention of Corruption (PC)Act.
(D) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name
and address of the Agents/ representatives in India, if any. Similarly the
Bidders/ Contractors(s) of Indian Nationality shall furnish the name and
address of the foreign principal (s),if any.
(E) The Bidder(s)/Contractor(s) will, when presenting their bid, disclose any
and all payments made, is committed to or intends to make to agents,
brokers or any other in connection with the award of the contract.
(F) Bidder(s)/Contractor(s) who have signed the Integrity Pact shall not
approach the Courts while representing the matter to Independent
External Monitors (IEMs) and shall wait for their decision in the matter.
(G) To disclose and transgression with any other company that may
impinge on the anti-corruption principle.
(2) The Bidder(s)/ Contractor(s) will not instigate third persons to commit
offences outlined above or be an accessory to such offences.
Section 3–
Disqualificationfromtenderprocessandexclusionfromfuturecontracts
If the Bidder(s)/ Contractor(s), before contract award or during execution
has committed a transgression through a violation of Section 2, above or in
any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender
process or take action as per the defined procedure in BSNL Procurement
Manual, which is in-force on the date of Publication of tender.
Section 4–CompensationforDamages
(i) If the Principal has disqualified the Bidder(s) from the tender process
prior to the award according to Section 3, the Principal is entitled to
demand and recover the damages equivalent to Earnest Money Deposit/
Bid Security.
(ii) If the Principal has terminated the contract according to Section 3, or if
the Principal is entitled to terminate the contract according to Section 3,
the Principal shall be entitled to demand and recover from the Contractor
the amount equivalent to liquidated damages (LD) of the contract value
or the amount equivalent to Performance Bank Guarantee (PBG) in
addition to any other penalties/ recoveries as per terms and conditions of
the tender.
Section 5–Previoustransgression

Page 181 of 212


(i) The Bidder declares that no previous transgression occurred in the last 3
years with any other Company in any country conforming to the Anti-
corruption approach or with any other Public Sector Enterprise in India
that could justify his exclusion from the tender process.
(ii) If the Bidder makes incorrect statement on this subject, he can be
disqualified from the tender process or action can be taken as per the
defined procedure.
Section 6–Equal treatment of all Bidders/Contractors/Subcontractors
(i) The principal will enter into agreements with identical conditions as this
one with all Bidders/Contractors.
(ii) The Bidder(s)/ Contractor(s) undertake(s) to demand from all
subcontractors, a commitment in conformity with this Integrity Pact.
(iii) The Principal will disqualify from the tender process all bidders who do
not sign this Pact or violate its provisions.
Section -7–Criminal charges against violating bidder(s)/ Contractors/
Subcontractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or
Subcontractor, or of an employee or a representative or an associate of a
Bidder, Contractor or Subcontractor, which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the
same to Chief Vigilance Officer.
Section 8- External Independent Monitor/Monitors
1. Principal appoints competent and credible Independent External Monitor
for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the
obligations under this agreement.
2. The monitor is not subject to instructions by the representatives of the
parties and performs his/her functions neutrally and independently. The
Monitor would have access in all contract documents, whenever required.
It will be obligatory for him/ her to treat the information and documents of
the Bidders/ Contractors as confidential .He/she reports to the CMD
BSNL.
3. The Bidder(s)/Contractor(s) accept that the Monitor has the right to access
without restriction to all Project documentation of the Principal including
that provided by the Contractor. The Contractor will also grant the Monitor,
upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable
to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/ Contractor(s)/
Subcontractor(s) with confidentiality.
Notwithstanding anything contained in this Section , the
Bidder(s)/Contractor(s) shall have no obligation whatsoever to provide any
internal costing mechanisms or any internal financial or commercial data
pursuant to any audit or review conducted by or on behalf of the Principal.
Further, the Bidder(s)/Contractor(s)shall not be required to provide any
data relating to its other customers, or any personnel or employee related
data.
4. The Monitor is under contractual obligation to treat the information and
documents of the Bidders/Contractor(s) /Sub-contractor(s) with
confidentiality. The Monitor has also signed declarations on “Non-

Page 182 of 212


Disclosures of Confidential Information” and of “Absence of Conflict of
Interest”. In case of any conflict of interest arising at a later date, the
Independent External Monitor (IEM) shall inform C MD BSNL and recuse
himself/ herself from that case.
5. The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the Principal
and the Contractor.The parties offer to the Monitor the option to participate
in such meetings.
6. As soon as the Monitor notices, or believes to notice, a violation of this
agreement, he will so inform the Management of the Principal and request
the Management to discontinue or take corrective action, or to take other
relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate
action.
7. The Monitor will submit a written report to the Chairperson of the Board of
the Principal within 4 to 6 weeks from the date of reference or intimation to
him by the ‘Principal’ and, should the occasion arise, submit proposals for
correcting problematic situations.
8. If the Monitor has reported to the CMD of the BSNL, a substantiated
suspicion of an offence under relevant Anti-Corruption Laws of India, and
the BSNL has not, within reasonable time, taken visible action to proceed
against such offence or reported it to the Corporate Vigilance Office ,the
Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.
9. The word ‘Monitor’ would include both singular and plural.
Section 9–Pact Duration
This Pact begins when both parties have legally signed it. It expires for
the
Contract or xx months after the last payment under the contract, and
for all other Bidders 6 months after the contract has been awarded. Any
violation of the same would entail disqualification of the bidders and
exclusion from future business dealings.
If any claim is made/ lodged during this time, the same shall be
binding and continue to be valid despite the lapse of this pact as specified
above, unless it is discharged/determined by CMD, BSNL.
Section 10–Other provisions
1. This agreement is subject to Indian Law. Place of performance and
jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The
arbitration clause provided in the tender document/contract shall not be
applicable for any issue /dispute arising under Integrity Pact.
2. Changes and supplements as well as termination notices need to be made
in writing. Side agreements have not been made.
3. If the Contractor is a partnership this agreement must be, signed by all
partners.
4. Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid .In this case, the parties will
strive to come to an agreement to their original intensions.
5. Issues like Warranty/ Guarantee etc .shall be outside the purview of IEMs.

Page 183 of 212


For the Principal For the Bidder/Contractor
Place… Witness1 …………………………
Date…………………… Witness2:……………………

Page 184 of 212


SECTION 7(F)

INTENTIONALLY LEFT BLANK

Page 185 of 212


SECTION 7 (G)

INTENTIONALLY LEFT BLANK

Page 186 of 212


Section 7(H)

Format for Power of Attorney executed in favour of the Authorized


signatory
[To be executed on stamp paper of appropriate value]
Power of Attorney

Know all men by these presents, We,_ ,having registered office


at _(here in after referred to
as the “Principal”’) do hereby constitute, nominate, appoint and authorize son of
________presently residing who is presently
employed with us and holding the position/designation of our true and lawful
attorney (here in after referred to as the “Authorized Attorney”) to do in our name
and on our behalf, all such acts, deeds and things as are necessary or required in
connection with or incidental to the submission of our proposal in response to the
tender bearing the number
participating in pre-Bid and other conferences and providing information/
responses to the Dy. General Manager (MMT),BSNL CO N Delhi (hereinafter
referred to as the “BSNL”), representing us in all matters before the BSNL, signing
and execution of all contracts and undertakings/declarations consequent to
acceptance of our Proposal and generally dealing with the BSNL in all matters in
connection with or relating to or arising out of our Proposal for the said assignment
and/or upon award thereof to us till the execution of appropriate Agreement/s with
the BSNL.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Authorized Attorney pursuant to and in
exercise of the powers conferred by this deed of Power of Attorney and that all
acts, deeds and things done by our said Authorized Attorney in exercise of the
powers hereby conferred shall always be deemed to have been done by us.

IN WITNESS WHERE OF WE,THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF 2024.
For
(Signature, name, designation and address)
[Please put company seal if required]
[Notarize the signatures]
Witnesses:
1. (Signature, name, designation and address)

Page 187 of 212


SECTION 7 (I)
Format for No Deviation Certificate
To,
Tendering Authority
BSNL

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:

Page 188 of 212


Section 8
Bidder’s profile & Questionnaire
(To be filled in and submitted by the bidder)

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:………………………

5. Name of the sole proprietor/ partners/ Director(s) of Pvt. Ltd Co.:

S. No. Name Father’s Name Designation


1.

2.

3.

4.

5.

6. Name of the person authorized to enter into and execute contract/


agreement and the capacity in which he is authorized (in case of
partnership/ private Ltd company):
……………………………………………………………………………………………………………………
……………..……………………………………………………….

7. Permanent Account No. :………………………………………………………


8. Details of the Bidder’s Bank for effecting e-payments:
(a) Beneficiary Bank Name:………………………………
(b) Beneficiary branch Name:…………………………….
(c) IFSC code of beneficiary Branch……………………..
(d) Beneficiary account No.:……………………………….
(e) Branch Serial No. (MICR No.):………………………...

Page 189 of 212


9. Whether the firm has Office/ works (i.e. manufacture of the tendered
item) in Delhi? If so state its Address
………………………………………………………………………………………………………………
…………………………………………………………
10.GSTN Registration Number(s) of all units/business places of the bidder
vide which he intends to execute the contract, if awarded.

GSTN
1…………………….
GSTN
2……………………
GSTN
3…………………….
and so on”

Place………… Signature of Bidder


……………………..

Page 190 of 212


SECTION-9 Part-A
BID FORM
To, From:

…………………………………. ……………………………….
………………………………………. ……………………………….
<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
.................................................

Page 191 of 212


SECTION-9 Part B
Financial Bid (Part- B)
PRICE SCHEDULE

PRICE BID FORMAT Package 1A -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes Per
3265.6
1 road / bridge crossing, supply of DWC Pipe/ RK X1
75
G. I. Pipe and laying of PLB inside DWC M
Pipe/ G.I. Pipe, wherever required,
obtaining Right-of-Way (RoW) permissions,
Supply, fixing, painting & sign writing of
Route /Joint Indicators; supply and
installation of all the relevant accessories
etc.; end to end testing of dark and lit fibre
for required optical power at ONT and
making over the routes to FMA (As per the
Engineering Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 1503 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 1072 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 298 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Page 192 of 212


Supply of 288F metal free optical fibre
cable with double HDPE sheath (G.652D
Per
5 Fibre) loose tube type along with required 250 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 2575 X6
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 548 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 1633 653200 770776
8 4000
per E.I. No 0 1175760 X8 0
Supply, installation of Joint Closure 24F Per 174650 206087
9 3500 4990
with Splicing as per TEC GR/ E.I. No 00 3143700 X9 00
1 O/D FDMS (48F) Per 251889 X1 297229
5547 4541
0 (Supply/installation/Splicing No 27 4534007 0 34
1 O/D FDMS (96F) Per 440986 793775. X1 520364
5547 795
1 (Supply/installation/Splicing No 5 7 1 1
1 O/D FDMS (288F) Per 655655 X1 773673
5547 1182
2 (Supply/installation/Splicing No 4 1180180 2 4
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10 Rs
+X11+X12)

Total Cost (in words)

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 193 of 212


PRICE BID FORMAT Package 1B -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
2493.
1 / bridge crossing, supply of DWC Pipe/ G. I. RK X1
79
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 1120 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 910 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 230 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 190 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 2030 X6
required accessories as per TEC GR Km
(Annexure-A)

Page 194 of 212


Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 420 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 498800 588584
8 4000 1247
per E.I. No 0 897840 X8 0
Supply, installation of Joint Closure 24F with Per 136080 160574
9 3500 3888
Splicing as per TEC GR/ E.I. No 00 2449440 X9 40
1 O/D FDMS (48F) Per 197195 X1 232691
5547 3555
0 (Supply/installation/Splicing No 85 3549525 0 10
1 O/D FDMS (96F) Per 338367 609060. X1 399273
5547 610
1 (Supply/installation/Splicing No 0 6 1 1
1 O/D FDMS (288F) Per 488136 878644. X1 576000
5547 880
2 (Supply/installation/Splicing No 0 8 2 5
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 195 of 212


PRICE BID FORMAT Package 1C-

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
2279.
1 / bridge crossing, supply of DWC Pipe/ G. I. RK X1
63
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 1135 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 880 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 212 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 170 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 2015 X6
required accessories as per TEC GR Km
(Annexure-A)
Page 196 of 212
Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 382 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 456000 538080
8 4000 1140
per E.I. No 0 820800 X8 0
Supply, installation of Joint Closure 24F with Per 132020 155783
9 3500 3772
Splicing as per TEC GR/ E.I. No 00 2376360 X9 60
1 O/D FDMS (48F) Per 183051 X1 216000
5547 3300
0 (Supply/installation/Splicing No 00 3294918 0 18
1 O/D FDMS (96F) Per 327273 589091. X1 386182
5547 590
1 (Supply/installation/Splicing No 0 4 1 1
1 O/D FDMS (288F) Per 457072 X1 539345
5547 824
2 (Supply/installation/Splicing No 8 822731 2 9
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 197 of 212


PRICE BID FORMAT Package 1D -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes Per
2254.1
1 road / bridge crossing, supply of DWC Pipe/ RK X1
83
G. I. Pipe and laying of PLB inside DWC M
Pipe/ G.I. Pipe, wherever required,
obtaining Right-of-Way (RoW) permissions,
Supply, fixing, painting & sign writing of
Route /Joint Indicators; supply and
installation of all the relevant accessories
etc.; end to end testing of dark and lit fibre
for required optical power at ONT and
making over the routes to FMA (As per the
Engineering Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 1100 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 850 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 210 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre


cable with double HDPE sheath (G.652D
Per
5 Fibre) loose tube type along with required 163 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Page 198 of 212


Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 1950 X6
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 373 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 490800 579144
8 4000 1127
per E.I. No 0 883440 X8 0
Supply, installation of Joint Closure 24F Per 124250 146615
9 3500 3550
with Splicing as per TEC GR/ E.I. No 00 2236500 X9 00
1 O/D FDMS (48F) Per 177504 X1 209454
5547 3200
0 (Supply/installation/Splicing No 00 3195072 0 72
1 O/D FDMS (96F) Per 310632 559137. X1 366545
5547 560
1 (Supply/installation/Splicing No 0 6 1 8
1 O/D FDMS (288F) Per 451525 812746. X1 532800
5547 814
2 (Supply/installation/Splicing No 8 4 2 4
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10 Rs
+X11+X12)

Total Cost (in words)

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 199 of 212


PRICE BID FORMAT Package 2A-

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
1 / bridge crossing, supply of DWC Pipe/ G. I. RK 1991 X1
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 837 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 740 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 324 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 93 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 1568 X6
required accessories as per TEC GR Km
(Annexure-A)

Page 200 of 212


Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 412 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 996 398400 470112
8 4000
per E.I. No 0 717120 X8 0
Supply, installation of Joint Closure 24F with Per 493850 582743
9 3500 1411
Splicing as per TEC GR/ E.I. No 0 888930 X9 0
1 O/D FDMS (48F) Per 922466 X1 108851
5547 1663
0 (Supply/installation/Splicing No 1 1660439 0 00
1 O/D FDMS (96F) Per 180277 324499. X1 212727
5547 325
1 (Supply/installation/Splicing No 5 5 1 5
1 O/D FDMS (288F) Per 25959.9 X1
5547 26
2 (Supply/installation/Splicing No 144222 6 2 170182
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 201 of 212


PRICE BID FORMAT Package 2B -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
1 / bridge crossing, supply of DWC Pipe/ G. I. RK 1971 X1
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 832 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 725 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 316 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 90 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 1561 X6
required accessories as per TEC GR Km
(Annexure-A)

Page 202 of 212


Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 409 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 986 394400 465392
8 4000
per E.I. No 0 709920 X8 0
Supply, installation of Joint Closure 24F with Per 489300 577374
9 3500 1398
Splicing as per TEC GR/ E.I. No 0 880740 X9 0
1 O/D FDMS (48F) Per 919137 X1 108458
5547 1657
0 (Supply/installation/Splicing No 9 1654448 0 27
1 O/D FDMS (96F) Per 176949 318508. X1 208800
5547 319
1 (Supply/installation/Splicing No 3 7 1 2
1 O/D FDMS (288F) Per 21966.1 X1
5547 22
2 (Supply/installation/Splicing No 122034 2 2 144000
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 203 of 212


PRICE BID FORMAT Package 2C -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
1 / bridge crossing, supply of DWC Pipe/ G. I. RK 1946 X1
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
2 loose tube type along with required 831 X2
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 715 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 316 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 89 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Page 204 of 212


Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 1551 X6
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 407 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 973 389200 459256
8 4000
per E.I. No 0 700560 X8 0
Supply, installation of Joint Closure 24F with Per 486850 574483
9 3500 1391
Splicing as per TEC GR/ E.I. No 0 876330 X9 0
1 O/D FDMS (48F) Per 915809 X1 108065
5547 1651
0 (Supply/installation/Splicing No 7 1648457 0 54
1 O/D FDMS (96F) Per 175285 315513. X1 206836
5547 316
1 (Supply/installation/Splicing No 2 4 1 5
1 O/D FDMS (288F) Per 20967.6 X1
5547 21
2 (Supply/installation/Splicing No 116487 6 2 137455
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 205 of 212


PRICE BID FORMAT Package 3A -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes road Per
1925.
1 / bridge crossing, supply of DWC Pipe/ G. I. RK X1
39
Pipe and laying of PLB inside DWC Pipe/ M
G.I. Pipe, wherever required, obtaining
Right-of-Way (RoW) permissions, Supply,
fixing, painting & sign writing of Route
/Joint Indicators; supply and installation of
all the relevant accessories etc.; end to end
testing of dark and lit fibre for required
optical power at ONT and making over the
routes to FMA (As per the Engineering
Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per 1637.
2 loose tube type along with required X2
Km 39
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 65 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 15 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
5 loose tube type along with required 8 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Page 206 of 212


Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per 1702.
6 X6
required accessories as per TEC GR Km 39
(Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 23 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 963 385200 454536
8 4000
per E.I. No 00 6933600 X8 00
Supply, installation of Joint Closure 24F with Per 525000 619500
9 3500 15000
Splicing as per TEC GR/ E.I. No 00 9450000 X9 00
1 O/D FDMS (48F) Per 302311 544160. X1 356727
5547 545
0 (Supply/installation/Splicing No 5 7 0 6
1 O/D FDMS (96F) Per X1
5547 124
1 (Supply/installation/Splicing No 687828 123809 1 811637
1 O/D FDMS (288F) Per X1
5547 65
2 (Supply/installation/Splicing No 360555 64899.9 2 425455
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10+ Rs
X11+X12)

Total Cost (in words)

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 207 of 212


PRICE BID FORMAT Package 3B -

*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]

Trenching and Laying (T&L):


Replacement of damaged OFC and/or
Project Work and/or Repair of One time
OFC faults by Excavation of trench for PLB
pipe laying, PLB pipe laying, Backfilling,
Reinstatement and Compaction after laying
of PLB pipe, Supply of As Built Diagram
(ABD) of constructed OFC Route with GIS
Mapping and Acceptance Testing,
commissioning. The work also includes Per
1688.8
1 road / bridge crossing, supply of DWC Pipe/ RK
75 X1
G. I. Pipe and laying of PLB inside DWC M
Pipe/ G.I. Pipe, wherever required,
obtaining Right-of-Way (RoW) permissions,
Supply, fixing, painting & sign writing of
Route /Joint Indicators; supply and
installation of all the relevant accessories
etc.; end to end testing of dark and lit fibre
for required optical power at ONT and
making over the routes to FMA (As per the
Engineering Instruction).

Supply of 24F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per 1586.8
2 loose tube type along with required X2
Km 75
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 48F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
3 loose tube type along with required 75 X3
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 96F metal free optical fibre cable


with double HDPE sheath (G.652D Fibre)
Per
4 loose tube type along with required 17 X4
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)

Supply of 288F metal free optical fibre


cable with double HDPE sheath (G.652D
Per
5 Fibre) loose tube type along with required 10 X5
Km
accessories as per TEC GR and blowing/
pulling the same. (Annexure-A)
Supply and installation of PLB HDPE
Telecom Duct (40/33mm) along with Per
6 1662 X6
required accessories as per TEC GR Km
(Annexure-A)

Page 208 of 212


Supply and installation of PLB HDPE
Telecom Duct (50/33mm) along with Per
7 27 X7
required accessories as per TEC GR Km
(Annexure-A)
Supply and installation of Joint Chamber as Per 845 338000 398840
8 4000
per E.I. No 0 608400 X8 0
Supply, installation of Joint Closure 24F Per 560000 1008000 660800
9 3500 16000
with Splicing as per TEC GR/ E.I. No 00 0 X9 00
1 O/D FDMS (48F) Per 310077 558139. X1 365891
5547 559
0 (Supply/installation/Splicing No 3 1 0 2
1 O/D FDMS (96F) Per 129799. X1 850909
5547 130
1 (Supply/installation/Splicing No 721110 8 1 .8
1 O/D FDMS (288F) Per 76881.4 X1
5547 77
2 (Supply/installation/Splicing No 427119 2 2 504000
Total Cost
(X1+X2+X3+X4+X5+X6+X7+X8+X9+X10 Rs
+X11+X12)

Total Cost (in words)

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 209 of 212


Section-10
Agreement Proforma

Page 210 of 212


Section-11
Check list of documents to be submitted by the bidder in excel format

Page no and
Claus
S.No Section Particulars of documents to be submitted Documents
e
in Bid

The DD/ banker’s cheque shall be drawn from any “Scheduled


Commercial Bank from public / private sector (excluding co-
operative banks)”in favour of “AO(Cash), BSNL, C.O. New
1 1 2.1 Delhi” and payable at “New Delhi”. In case the bidder submits
Demand Draft as Tender Fee/ Bid Security as mentioned in
DNIT (section-1), the name of the Bidder shall be mentioned in
the DD/Banker’s cheque issued by the bank.
Part A Original copy of bid security in accordance with Section-7A
2 4
12.1 (ii)
The bidders MSE (MICRO &SMALL ENTERPRISES)s) who are
registered with Appropriate Authority are exempted from
payment of Tender Fee. A proof regarding registration of
Part A
3 4 MSE(MICRO & SMALL ENTERPRISES) with Appropriate
12.2
Authority will have to be attached along with the bid. Their
eligibility as per the terms and Conditions of the tender in
question would also be examined.
Scan Copy of “Demand Draft/ Bankers cheque in favour of BHARAT
4 1 2.1 SANCHAR NIGAM LIMITED, drawn on any nationalized / scheduled bank
and payable at New Delhi, shall have to be submitted towards tender fee/
cost of the tender documents as mentioned in Detailed NIT (Section-1)
Declaration that no addition/deletion/ corrections have been made in the
downloaded tender document being submitted and it is identical to the tender
4 1 12 (a) document appearing on E-tender Portal (https://www.etenders.gov.in) and all
amendments /corrigendum/ clarifications issued by BSNL have been taken
into account.
4 2 3.1 vi Integrity Pact
Valid MSE Certificate, if applicable. In case the ownership of
4 2 3.3(i) such MSE Entrepreneurs happens to be from SC/ST
category, proof in this regard also need to be submitted.
Undertaking duly signed by front bidder and its technology/
Part A
consortium partner stating that both of them shall be liable
4 6 Annex
for due performance of the contract jointly and severally.
-A
(not applicable for this tender)
4 2 3.1 xiii Certificate of Incorporation.
Copy of the Articles of Association & Memorandum of
4 Association (applicable) or Partnership deed(not applicable
for this tender), as the case may be
Latest list of Directors on the board of the Company with
4 2 3.1 xv their address (es), contact telephone numbers, Email Ids,
DIN of each director, CIN of the company, etc.

Page 211 of 212


4 Part Board's resolution in favour of authorized signatory issuing
4 14.3 b
A PoA.
Power of Attorney duly notarized on non-judicial stamp
4 Part paper of INR 100/- in favour of authorized signatory &
4 14.3
A authorization for executing the power of Attorney in
accordance with clause 14.3 of Section 4 Part A
4 Part Attestation of the signatures of the authorized signatory by
4 14.3 d
A any scheduled Bank.
Audited Annual Reports of the company along with CA
certification for the last three financial years/ ending 31st
4 1 4 March of the financial year /calendar year. For FY 2023-24, if
financial statement is unaudited then a certificate by
Company’s auditors for turn over , shall be acceptable.
Regarding turnover as required under the eligibility
4 1 4
conditions.
4 1 4 Undertaking in compliance of eligibility clause 4 of DNIT.
The bidder shall furnish the bid security /Earnest Money
4
Deposit as per clause 5 of DNIT.
4 4
Part A An undertaking clearly committing to submit the Bank
27.2 Guarantee within 14 days of signing of the agreement.
Copy of valid PAN Card issued by Income Tax Department
4.2 d
4 1 and Documentary proof of GST Registration Number/(s) of
&e
the Bidder Company / firm.
4 5
19.9.2 Self declaration along with the evidence that the Bidder is
vi not black listed by GST authorities.
No-Near Relationship certificate from all Directors/ Partners
Part A
4 4 of the Company/Firm/LLP in accordance with clause 34 of
34
Section-4 Part-A.
4 1 4.2 c Self declarations that Bidder has not been black-listed by
central/ state governments/ PSUs.
4 4
Part A Clause by Clause compliance as per clause 11.3 of Section-4
11.1 Part-A and a NIL DEVIATION STATEMENT in the format 7(I).
Bidder's Profile & Questionnaire duly filled & signed as per
4 8 A
Section 8.
Undertaking & declaration duly filled & signed as per 6 (A) of
4 6 6A
Section 6
4 9 Part A Tender / Bid form duly filled and signed - Section 9 Part A

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.

Page 212 of 212

You might also like