for BharatNet Phase-II - TCIL [PDF]

Feb 22, 2018 - Appointment of Project Implementation Agency (PIA) for BharatNet Phase-II works to establish optical fibe

3 downloads 5 Views 5MB Size

Recommend Stories


Tender Document For AMC of CCTV Surveillance System at TCIL HQ
And you? When will you begin that long journey into yourself? Rumi

TVM for Web for PDF
The beauty of a living thing is not the atoms that go into it, but the way those atoms are put together.

ksl_thesis changes_final for pdf
Don’t grieve. Anything you lose comes round in another form. Rumi

Download PDF for Printing
Life is not meant to be easy, my child; but take courage: it can be delightful. George Bernard Shaw

[PDF] JavaScript for Kids
When you talk, you are only repeating what you already know. But if you listen, you may learn something

mathinmusic-lesson for PDF
If your life's work can be accomplished in your lifetime, you're not thinking big enough. Wes Jacks

PDF Patterns for Jazz
Be like the sun for grace and mercy. Be like the night to cover others' faults. Be like running water

[PDF] English for Everyone
Happiness doesn't result from what we get, but from what we give. Ben Carson

E5-J for pdf
Don’t grieve. Anything you lose comes round in another form. Rumi

PdF Green for Life
Don't be satisfied with stories, how things have gone with others. Unfold your own myth. Rumi

Idea Transcript


Andhra Pradesh India’s Sunrise State

GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH STATE FIBERNET LIMITED (APSFL) 3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65, Vijayawada – 520001, Andhra Pradesh, India. Email: [email protected]. Ph: 0866-2523216 Andhra Pradesh Fiber Grid – Phase II NIT. No.: APSFL/BBNL/73/2016 Dated: 22/02/2018

Name of Work

Name and Address of the contractor who downloaded the bid documents

Appointment of Project Implementation Agency (PIA) for BharatNet Phase-II works to establish optical fiber network infrastructure in the state of Andhra Pradesh

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Contents 1.

Notice Inviting Tender (NIT) ....................................................................................................................................... 5

2.

Instructions to Bidder .................................................................................................................................................... 8 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 2.27 2.28 2.29 2.30 2.31 2.32

3.

Definitions .................................................................................................................................................................................................................. 8 Contents of Bid Submission and Bid Formats ......................................................................................................................................... 10 Selection Process of Bidder.............................................................................................................................................................................. 14 Cost of Bidding....................................................................................................................................................................................................... 19 Bid Document Structure .................................................................................................................................................................................... 19 Information and instruction to Bidders for e-Tendering ................................................................................................................... 19 Clarification of Bid Documents....................................................................................................................................................................... 20 Amendment of Bid Documents ...................................................................................................................................................................... 20 Offline Submissions ............................................................................................................................................................................................. 20 Bid Form ................................................................................................................................................................................................................... 20 Bid Prices ................................................................................................................................................................................................................. 21 Documents Establishing Conformity to Bid Documents ..................................................................................................................... 21 Bid Security/EMD ................................................................................................................................................................................................ 21 Period of Validity of Bids .................................................................................................................................................................................. 21 Format and Signing of Bid ................................................................................................................................................................................ 21 Sealing and marking of bids............................................................................................................................................................................. 22 Submission of Bids ............................................................................................................................................................................................... 22 Modification and Withdrawal of Bids.......................................................................................................................................................... 23 Opening of Bids by APSFL [Public Online Tender Opening Event (TOE)] .................................................................................. 23 Clarification of Bids ............................................................................................................................................................................................. 24 Contacting the APSFL ......................................................................................................................................................................................... 24 Placement of Purchase Order or Work Order ......................................................................................................................................... 24 Deleted ...................................................................................................................................................................................................................... 24 APSFL’s Right to accept any Bid and to reject any or all bids ........................................................................................................... 24 Issue of Advance Purchase Order ................................................................................................................................................................. 24 Signing of Contract............................................................................................................................................................................................... 24 Performance Security ......................................................................................................................................................................................... 25 Annulment of Award ........................................................................................................................................................................................... 25 Quality Assurance Requirements .................................................................................................................................................................. 25 Rejection of Bids ................................................................................................................................................................................................... 25 Non-relationship certificate ............................................................................................................................................................................ 26 Verification of Documents and Certificates .............................................................................................................................................. 26

General Conditions of Contract ................................................................................................................................ 27 3.1 Interpretation ........................................................................................................................................................................................................ 27 3.2 Information to Bidders ...................................................................................................................................................................................... 27 3.3 Delegation ................................................................................................................................................................................................................ 28 3.4 Communications ................................................................................................................................................................................................... 28 3.5 Contractor’s Risks ................................................................................................................................................................................................ 28 3.6 Insurance ................................................................................................................................................................................................................. 29 3.7 Quality Assurance and Testing ....................................................................................................................................................................... 30 3.8 Force Majeure ........................................................................................................................................................................................................ 31 3.9 The works to be completed by the Scheduled Completion Date ..................................................................................................... 31 3.10 When Contract can be Determined .............................................................................................................................................................. 32 3.11 PIA liable to pay compensation even if action not taken under the above Clause .................................................................. 32 3.12 Delays by APSFL or its authorized agents ................................................................................................................................................. 33 3.13 No waiver of rights .............................................................................................................................................................................................. 33 3.14 Certificate not to affect right of APSFL and liability of PIA ................................................................................................................ 33 3.15 Verification of Measurements of Work Done........................................................................................................................................... 33 3.16 Price Schedule and Payments ......................................................................................................................................................................... 34 3.17 Payment Terms ..................................................................................................................................................................................................... 35 Note 1: All payments shall be released after certification of delivery and implementation milestones by State/State appointed TPA. ..................................................................................................................................................................................................................... 36 3.18 Other Responsibilities of the PIA .................................................................................................................................................................. 36 3.19 Procedure for preparation, processing and payment of bill for works ........................................................................................ 36 3.20 Payments of PIA’s bills through Electronic transfer to Banks.......................................................................................................... 37 3.21 Levy/ Taxes payable by PIA ............................................................................................................................................................................ 38 3.22 Materials to be provided by the PIA ............................................................................................................................................................ 38 3.23 Fall Clause ................................................................................................................................................................................................................ 39

2|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.24 Work to be executed in Accordance with Engineering Instructions and Construction Specifications & Material to be procured as per Technical specifications ........................................................................................................................................................... 39 3.25 Foreclosure of contract due to Abandonment of project ................................................................................................................... 39 3.26 Safety ......................................................................................................................................................................................................................... 40 3.27 Access to the Site for the Contractor ............................................................................................................................................................ 40 3.28 Access to the Site for APSFL ............................................................................................................................................................................ 40 3.29 Settlement of disputes ........................................................................................................................................................................................ 41 3.30 Operations & Maintenance (O&M) Phase .................................................................................................................................................. 41 3.31 Detailed BOQ of Material used by PIA ......................................................................................................................................................... 41 3.32 Action in case work not done as per Engineering Instructions and Construction Instructions ....................................... 42 3.33 Termination for Insolvency ............................................................................................................................................................................. 42 3.34 PIAs subordinate staff and their conduct .................................................................................................................................................. 42 3.35 Changes in firm’s Constitution to be approved ....................................................................................................................................... 42 3.36 Arbitration ............................................................................................................................................................................................................... 42 3.37 PIA to indemnify Govt. against Intellectual Property Rights ............................................................................................................ 42 3.38 Language and measures .................................................................................................................................................................................... 43 3.39 Transfer of title...................................................................................................................................................................................................... 43 3.40 Release of Information ....................................................................................................................................................................................... 43 3.41 Indemnification & Limitation of Liability .................................................................................................................................................. 43 3.42 Jurisdiction .............................................................................................................................................................................................................. 44 3.43 Exit Management .................................................................................................................................................................................................. 44

4.

Project Stakeholders: Roles & Responsibilities ................................................................................................. 45

5.

Project Schedule per package .................................................................................................................................. 49

6.

Scope of Work................................................................................................................................................................. 50 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10

7.

Indicative Architecture ...................................................................................................................................................................................... 50 Key Assumptions .................................................................................................................................................................................................. 52 Network Implementation ................................................................................................................................................................................. 52 Under Ground OFC Laying................................................................................................................................................................................ 64 Engineering Instructions for Installation of Aerial OFC...................................................................................................................... 80 WEDGE Solution ................................................................................................................................................................................................... 81 Installation of Aerial Optical Fiber Cable .................................................................................................................................................... 95 Fibre Monitoring System (FMS).................................................................................................................................................................. 101 Operations and Maintenance ....................................................................................................................................................................... 102 Service Level Agreement hereinafter referred as SLA ...................................................................................................................... 105

Proposed Bill of Materials .......................................................................................................................................108 7.1 7.2

Schedule of Requirement for Supply of Components ....................................................................................................................... 108 Schedule of Requirement for Installation and Commissioning .................................................................................................... 108

8.

Testing and Quality Assurance Process ..............................................................................................................108

9.

Formats...........................................................................................................................................................................112 9.1 9.2 9.3 9.4 9.5 9.6 9.7 9.8 9.9 9.10 9.11 9.12 9.13 9.14 9.15 9.16 9.17 9.18 9.19 9.20

Bid Security Form.............................................................................................................................................................................................. 112 No Deviation Certificate ................................................................................................................................................................................. 113 Total Responsibility Declaration ................................................................................................................................................................ 113 Bid Form ................................................................................................................................................................................................................ 113 Company Profile ................................................................................................................................................................................................ 114 Project Credentials Summary ...................................................................................................................................................................... 114 Project Execution Experience ...................................................................................................................................................................... 114 Detailed Proposed Solution .......................................................................................................................................................................... 115 Project Plan .......................................................................................................................................................................................................... 115 Manpower Plan .................................................................................................................................................................................................. 115 Proposed CVs ...................................................................................................................................................................................................... 116 Summary of Resources Proposed .............................................................................................................................................................. 117 Compliance (Clause by Clause) Certificate............................................................................................................................................. 117 Compliance to Requirement (Technical / Functional Requirements) ...................................................................................... 117 Undertaking for MSME Inclusion ............................................................................................................................................................... 117 Non-Blacklisting Declaration ....................................................................................................................................................................... 117 Manufacturers’ Authorization Form ......................................................................................................................................................... 118 Anti-Collusion Certificate............................................................................................................................................................................... 119 Security / Bank Guarantee ............................................................................................................................................................................ 119 Solvency Certificate .......................................................................................................................................................................................... 120

3|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 9.21 9.22 9.23

10.

Integrity Pact ....................................................................................................................................................................................................... 120 Power of Attorney ............................................................................................................................................................................................. 123 Letter of Authorization for Attending Bid Opening ........................................................................................................................... 123

Annexures......................................................................................................................................................................124

10.1 10.2 10.3 10.4 10.5 10.6 10.7 10.8 10.9 10.10 10.11 10.12

Annexure A: Check List of Documents to be Submitted by the Bidder ..................................................................................... 124 Annexure B: Implementation Planning Guidelines ............................................................................................................................ 124 Annexure C: Field Acceptance Test Schedule for Incremental Optical Fiber Cable ............................................................. 125 Annexure D: End to End Testing of OFC Route .................................................................................................................................... 129 Annexure E: Block wise List of Material actual used by PIA .......................................................................................................... 130 Annexure F: Format Details of Technical Support Centre .............................................................................................................. 130 Annexure G: Details of Fault Rectification Team ................................................................................................................................. 130 Annexure H: Manufacturer Authorization Form ................................................................................................................................. 131 Annexure I: Format for commissioning of Block and Taking over/Making over certificate ........................................... 131 Annexure J: Sample ABD Diagram ........................................................................................................................................................ 133 Annexure K: Master Service Agreement ............................................................................................................................................ 134 Annexure L: List of Abbreviations / Acronyms .............................................................................................................................. 153

4|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 1.

Notice Inviting Tender (NIT)

Tender No: APSFL/BBNL/73/2016

Dated: 22-02-2018

1.

On behalf of Managing Director, Andhra Pradesh State FiberNet Limited (APSFL), online digitally sealed open tenders, on rupee payment basis, are invited from the Bidders in the tendering process through Notice Inviting Tender (NIT) No.-APSFL/BBNL/73/2016 dated 22-02-2018 for “Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II works” under EPC module on turnkey basis. The agency shall be responsible for ● Route Survey for finalization of OFC routes, Stringing of aerial optical cable, OFC laying, Installation testing & commissioning of both OFC network ● Procurement of OFC & accessories as per specified specifications. ● Operation & maintenance (O&M) of both OFC network for 7 years

2.

Accessibility of Tender Document: The tender document to participate in e-Tender shall be available for downloading from 22nd February 2018 at 17:00 Hours onwards from www.apsfl.in and ap-eprocurement website. The Tender document shall not be available for download on or after its submission/ closing date.

3.

DD/Bankers Cheque of an amount of INR 5,00,000/- (Rupees Five Lakhs only) including GST, in favour of Andhra Pradesh State FiberNet Limited drawn on any scheduled bank and payable at Vijayawada, shall have to be submitted towards cost of the tender along with the tender bid, failing which the tender bid will be rejected.

Sale of hard copy of Tender document: As APSFL has decided to use process of e-tendering for inviting this bid, hence the hard copy of the tender will not be available for sale. Summary of work to be performed through EPC vendor on turnkey basis in Andhra Pradesh: The works to be performed by the EPC vendors have been divided in three packages. Sr. No.

Package#

District

Blocks

GPs

OFC Length in Kilometer

A

Guntur

57

1011

4789

2.

Krishna

50

971

4195

3.

Kurnool

54

889

5567

4.

Prakasam

56

1029

5507

5.

West Godavari

48

910

3994

Anantapur

63

1004

6338

7.

Chittoor

66

1364

5562

8.

Cuddapah

51

791

4135

9.

Nellore

46

941

5075

Srikakulam

38

1100

3936

Visakhapatnam

43

926

4298

12.

Vizianagaram

34

922

3815

13.

East Godavari

64

1069

4789

670

12927

62000

1.

6.

10.

B

C

11.

Total

APSFL intends to select one technically and commercially responsive bidder for each package as defined in table ‘A’. The list of such bidders shall be arranged in increasing order of their evaluated prices starting from the lowest for the purpose of ordering against this RFP. The bidder with the lowest evaluated bid value (L1) will have to deploy the network in districts of package A as per table in NIT. The bidder with the second lowest evaluated bid (L2) will have to deploy the network in districts of Package B as per Table in NIT. The bidder with the third lowest evaluated bid (L3) will have to deploy the network in districts of Package C as per Table in NIT. The L2 and L3 bidder have to match the prices of L1 bidder for the defined scope of work. However, APSFL reserves the right to modify the allotment. In the event of any of the eligible bidder(s) not agreeing to the terms of contract or not being considered by APSFL, inter se ranking of the bidders below the aforesaid bidder(s) will be recast to fill up the vacated slot(s). This will be done to ensure that the number of bidders executing the works remains same as earlier.

5|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 4.

Eligibility Criteria:

Please refer section 2 to learn about the Eligibility Criteria and Selection Process. 5.

8.

Bid Security: The Bidder shall furnish separate Bid Security of INR 5 crores (Rupees Five crores only) to bid for, in one of the following ways: a. Demand Draft/Banker’s cheque in favour of Andhra Pradesh State FiberNet Limited payable at Vijayawada and drawn on any scheduled/Nationalized bank. b. Bank Guarantee in the format given in Section 9 of the tender document in favour of Andhra Pradesh State FiberNet Limited payable at Vijayawada from any scheduled/Nationalized bank and valid for 210 days from the date of opening of the tender. Deactivation of Bidders

Vide Ref GO Ms. No.174 – I&CAD dated 1-9-2008, if any successful bidder fails to submit the original hard copies of uploaded certificates/documents, BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, the successful bidder will be suspended from participating in the RFPs on e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting bidder based on the trigger/recommendation by the RFP Inviting Authority in the system. Besides this, APSFL shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the RFP process for execution of the development schemes taken up by the government. Other conditions as per RFP document are applicable. The bidder is requested to get a confirmed acknowledgement from the RFP Inviting Authority a proof of Hardcopies submission to avoid any discrepancy. 9.

Payment of Transaction Fee:

It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a prescribed non-refundable Transaction fee to M/s. APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006. 10. Corpus Fund: As per GO MS No.4, user departments shall collect 0.04% of ECV (estimated project cost) with a cap of Rs. 10,000 (Rupees ten thousand only) for all works with ECV up to Rs.50 Crores, and Rs. 25,000/-(Rupees twenty-five thousand only) for works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform before entering into agreement / issue of purchase orders, towards e-procurement fund in favor of Managing Director, APTS. There shall not be any charge towards e-Procurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs 11. RFP Document: The bidder is requested to download the RFP document and read all the terms and conditions mentioned in the RFP Document and seek clarification, if any, from the RFP Inviting Authority. Any offline bid submission clause in the RFP document could be neglected. The bidder must keep track of any changes by viewing the Addendum/Corrigenda issued by the RFP Inviting Authority from time-to-time in the e-Procurement platform. The Department calling for RFPs shall not be responsible for any claims/issues arising out of this. 12. Bid Submission Acknowledgement: The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the RFP Inviting Authority for processing the bids. The Government of AP is not responsible for incomplete bid submission by users.

a. The bidders may contact the EDT, APSFL Vijayawada for any further information / clarifications on eprocurement.

b. The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., c.

www.eprocurement.gov.in. On registration in the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line. While registering on the e-procurement market place, the bidders need to scan and upload the required documents as per the RFP requirements on to their profile. The e-procurement market place provides an online

6|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II self-service registration facility to all such Contractors who are already registered with respective participating departments for supply of specified goods and services. d. All the bidders shall invariably upload the scanned copies of DD/BG in e-Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the Technical bid evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system and open the price bids of the eligible and responsive bidders. The Department will notify the successful bidder for submission of original hard copies of all uploaded documents and DD/BG towards EMD prior to entering into agreement. e. The bidders shall furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business. 13. Last Date & Time of Submission of Tender Bid: 29-03-2018 by 15:00 Hrs. In case the date of submission (and opening) is declared to be a holiday, the date of submission and 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. 14. Opening of Tender Bids: The tender will be opened at 16:00 Hrs on 29-03-2018 15. Place of opening of Tender bids: APSFL has adopted e-tendering process which offers a unique facility for ‘Public Online Tender Opening Event (TOE)’. APSFL’s Tender Opening Officers as well as authorized representatives of bidders can attend the Public Online Tender Opening Event (TOE) from their offices. 16. The Bidder is required to submit the tender document online at the e-tender portal. Tender bids received after due time & date will not be accepted. 17. Incomplete, ambiguous, Conditional, digitally unsealed tender bids are liable to be rejected. 18. MD, APSFL reserves the right to accept or reject any or all tender bids without assigning any reason. 19. The Bidder shall furnish a declaration under his digital signature that no addition/ deletion/corrections have been made in the downloaded tender document being submitted and it is identical to the tender document appearing on Etender Portal (www.apeprocurement.gov.in). 20. In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as non-responsive and shall be rejected summarily. All documents submitted in the bid offer should be preferably in English. In case the certificate viz. experience, registration etc. is issued in a 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. 21. All computer-generated documents should be duly attested/ signed by the issuing organization. 22. The Bidder shall submit the integrity pact duly signed as per format in Section 9. 23. Bid Timelines: Activity Issue of NIT Accessibility of Tender Document Pre-Bid Vendor Conference Last Date & Time of seeking clarifications Last Date & Time of Submission of bids online and Offline documents Opening of Pre-qualification and Compliance Bid Opening of Financial Bid

Duration (in weeks) T0 T0 T+2 T+3 T+5

Date

Time

22/02/2018 22/02/2018 08/03/2018 15/03/2018 29/03/2018

17:00 hrs 11:00 hrs 17:00 hrs 15:00 hrs

T+5 29/03/2018 To be notified separately by APSFL

16:00 hrs

MD Andhra Pradesh State FiberNet Limited, 3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65, Vijayawada – 520001, Andhra Pradesh, India. Email: [email protected] Ph: 0866-2523216 7|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.

Instructions to Bidder

2.1

Definitions

1.

“Advance Purchase Order” or “APO” or “Advance Work Order” or “AWO” or “Letter of Intent” means the intention of APSFL or Employer to place the Purchase Order on the Bidder.

2.

“APSFL” means the Andhra Pradesh State FiberNet Limited, which invites the tenders on behalf of the MD, APSFL, Vijayawada.

3.

“APSFL’s representatives” means designated officers/respective officers identified by APSFL, whatever designations assigned to them from time to time, who may be the in-charge of direction, supervision, testing, acceptance & testing including their successor(s) in the office appearing in various clauses.

4.

“Bidder” means an Individual Company registered under the Companies Act, 1956 who participates in the bidding process.

5.

“Consortium” means group of maximum 3 companies partnering to participate in the bid.

6.

“Business Day” means any day that is not a Sunday or a public holiday (as per the official holidays observed by APSFL).

7.

“Project Milestones”: The different stages of work completion shall be identified as a. “Completion of a Gram Panchayat” means successful completion of i. Acceptance Testing – of OFC laid ii. Splicing of OFC iii. End to End Testing – from Exchange end to GP end iv. Installation and commissioning of all passive components

b.

“Project completion” date shall be the date when at least 90% of the GPs are connected and certified by PMA.

c. “Completion Report” only upon completion of all the works as required to be done by PIA for 100% of the Gram

Panchayats and issuing of commissioning certificates for all the blocks by APSFL, the completion report shall be released by APSFL to the PIA.

8.

“Contract” means, the documents forming the tender and acceptance thereof and the formal agreement executed between APSFL and the PIA, together with the documents referred to therein including these conditions, the Specifications, designs, drawings and instructions issued from time to time, by APSFL and all these documents taken together shall be deemed to form one contract and shall be complementary to one another. In the contract, the following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them. The issue of Purchase order shall constitute the award of contract on the Bidder.

9.

“Contracted Rates” means the finalized price a) per Kilometer for OFC Length b) Other add-on items (unit rate) c) Operation & Maintenance Rate for OFC network (per Kilometer OFC Length)

Payable to the PIA under the Work/Purchase Order based on performance of its contractual obligations. For more details kindly referred under “Bid Prices”. 10. “CPSU” shall mean the Central Public-Sector Undertakings viz. BSNL, PGCIL and Railtel and their respective units who are engaged in the BHARATNET project. 11. “Date of Commencement of Work” means the date on which Purchase Order is issued by APSFL to commence work. 12. “Document” means any embodiment of any text or image however recorded and includes any data, text, images, sound, voice, codes or/and databases etc. 13. “Extension of Time” means the time granted by APSFL to complete the work beyond the normal time or stipulated time. 14. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, design, trade secret, permit, service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs, software, know how or other form of intellectual property right, title, benefits or interest whether arising before or 8|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II after the execution of this Contract and the right to ownership and registration of these rights. 15. “Normal Time or Stipulated Time” means time specified in the Purchase Order to complete the work. 16. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful Completion of 90% of Gram Panchayats in the block. 17. “PIA” or “Project Implementation Agency” means the agency entrusted to carry out Project Implementation and Maintenance for the total or part of work for any given Package including supply of the goods and / or services of the project and shall include such contractor’s legal representatives, successors and permitted assigns. 18. “PMA” or “Project Management Agency” means the agency entrusted by APSFL to carry out surprise audits and certification of work carried out by PIA. 19. “Proposal” or “Bid” means the Pre-qualification and Compliance Bid and Financial Bid submitted against this tender. 20. “Purchase Order” or “Work Order” means the order placed by the APSFL on the PIA signed by the APSFL including all attachments and appendices thereto and all documents incorporated by reference therein. The Purchase Order along with APO & Bid Documents shall be deemed as “Contract” appearing in the document. 21. “Notice Inviting Tender” or NIT means this document and its annexures, any corrigendum, addendum and any other documents provided along with this NIT or issued during the selection of Bidder, seeking a set of solution(s), services(s), materials and/or any combination of them. 22. “Service” means facilities/services to be provided as per the requirements specified in this tender document and any other incidental services, such as laying, installation, implementation, maintenance, and provision of technical assistance and other such obligations of the PIA covered under the Contract. 23. “Site” shall mean the land or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path or street which may be allotted used for carrying out the contract. 24. “Subcontractor” means any person or persons or firm/company or their legal representatives, successors, assignees to which part of the contract has been outsourced by the PIA. 25. “Work” or “Works” shall, unless there be something either in the subject or context repugnant to such construction, be taken to mean the works, by the contract, contracted to be executed whether temporary or permanent and whether original, altered, substituted or additional. 26. Words, term and expressions not specifically defined herein or in NIT documents shall have the same meaning assigned to them in the Indian Sale of Goods Act 1930 or the Contract Act 1872 or the General Clauses Act 1897 as the case may be. Head notes are for convenience purpose only and shall not affect the interpretation or construction of any provision hereof/NIT documents.” 27. “Supplier” means OEM, individual or firm who would supply the material to be procured by PIA to execute the project on turnkey basis under this contract. 28. “The Authority (OR) Client (OR) Department”: Vice Chairman & Managing Director, APSFL or any other official / agency authorized by VC & MD, APSFL or any authorized Government department / agency / Govt. Corporation. The Authority will enter into agreement with the contractor i.e., the successful bidder for executing the works and will administer the contract. 29. “Tender Inviting Officer”: Vice Chairman & Managing Director, APSFL, Vijayawada. 30. “Proposal” or “Bid” means the Pre-qualification and Compliance Bid and Financial Bid submitted against this tender. 31. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful Completion of the first one-tenth (10%) of the Gram Panchayats in the Package. 32. “NOC”: Network Operations Centre 33. “PoP”: Point of Presence.

9|P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

34. “Project”: Sequence of tasks, planned from beginning to end bounded by time, resources, & required results. Implementation of proposed plan as per Scope of Work. 35. “Site”: A place where an event or activity is occurring or has occurred. 36. “ROW”: Rights of Way (RoW) where fiber laying work is to be done to be facilitated by State / Centre. 37. “Authority”: A person having the legal power to make and enforce the law; 38. “APO”: Advance Purchase Order. 39. “ABD”: As-Built Drawings: The intent of the as-built drawings is to provide detailed and accurate information, in a useful format, to any party, public or private, that may have a need to locate or excavate installed infrastructure. 40. “BBNL”: Bharat Broadband Network Limited 41. “BSNL”: Bharat Sanchar Nigam Limited 42. “BSNL Exchanges”: Bharat Sanchar Nigam Limited’s exchanges located in 670 locations of Andhra Pradesh 2.2

Contents of Bid Submission and Bid Formats

The tender follows a 4-bid system comprising of Bid Conformation Documents, Pre-Qualification Documents, Technical Bid Documents and Commercial Bid Documents. All the documents should be uploaded separately (as per the sections) through e-Procurement portal. Set No. Set 1

Name of Documents Bid Conformation Documents

Set 2

Pre-Qualification Documents

Set 3 Set 4

Technical Bid Documents Commercial Bid Documents

Contents of the Set a. RFP Document Fee Receipt b. Bid Security/Earnest Money Deposit (EMD) c. No Deviation Certificate as per format in Section 9 d. Total Responsibility Declaration as per the format in Section 9 a. Pre-qualification documents as per the format in this section a. Technical Bid as per the format below in this section a. Commercial Bid as per the format below in this section

Note: a.

Prices of the bid should only be indicated in the set containing Commercial Bid only and should not be indicated in any other portion of the bid. Indication of the price in any other sections will lead to disqualification of the submitted bid.

b.

All the pages of the bid must be sequentially numbered. The bid documents must contain in the beginning of the document, a list of contents with page numbers. Any deficiency in the documentation may result in the rejection of the Bid.

c.

Names of the documents that the bidder must conform to while uploading the bid are mentioned in the Serial No. section of the Pre-selection Criteria tables of this section

d.

The original bid shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidder itself. Any such corrections must be initialed by the person (or persons) who sign(s) the bids.

e.

All pages of the bid shall be initialed and stamped by the person (or persons) who signs the bid.

f.

Failure to submit the bid before the submission deadline specified in the Bid Timelines sheet of Section 1 would cause a bid to be rejected.

g.

Authority will not accept delivery of bid by fax, e-mail or in person

10 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.2.1

Set 1: Bid Conformation Documents Format

S. No.

Compliance Criteria

Document Proof

1 2 3 4 5

RFP Fee Receipt Bid Security/EMD No Deviation Certificate Total Responsibility Cover Letter

Demand Draft Reference Bank Guarantee Reference Self-Declaration Certificate Self-Declaration Certificate Cover Letter as per the format

2.2.2

Compliance Criteria

1

Company Profile of all participating companies Certificate of Incorporation from Registrar of Companies of all participating companies Articles and Memorandum of Association of all participating companies

3 4 5 6

7 8 9

10

11 13

14

15

Ref. Format Section in RFP N/A N/A 9 9 9

Set 2: Pre-Qualification Documents Format

S. No.

2

Compliance (Yes/No)

Document Proof

Self-Declared Profile as per the Format

Compliance (Yes/No)

Ref. Format Section in RFP 9

Self-Certified copy of Certificate of Incorporation Self-Certified copy of Articles of Association and Memorandum of Association Self-Certified copy of PAN Self-Certified copy of GST Undertaking by the authorized signatory of the bidder/each consortium member as per format

N/A

Undertaking by the authorized signatory of the sole bidder/lead bidder

9

Bidder should submit MAF (Manufacturer Authorization Form) with the product OEMs for Optical Fiber cable The Lead bidder should have an experience of laying of 8,000 kms or more of 24F OFC as on date of submission of bid. Project experience of both completed and ongoing projects shall be considered

Manufacturer Authorization Form

9

1. Copy of Purchase Order / Work Order / Contract / Agreement 2. Completion/Ongoing certificate issued and signed by Client

9

Minimum Cumulative turnover of the bidder/consortium from last 3 FY from activities relating to Telecom/ICT Products and/or Services should be Rs. 1500 Cr. Net worth of the bidder/consortium as on last 31st March 2017 should be a minimum of Rs. 300 Cr. For Sole Bidder/Consortium– ISO 9001, ISO 27001:2005, In case consortium with MSME Partner – MSME Certificate, ISO 9001, ISO 27001:2005 The Sole bidder or Lead Bidder should have a project office in the respective state. However, if the local presence is not there in the State, the selected bidder should give an undertaking for establishment of a project office, within one month of award of the contract Cover Letter (if required)

Certificate from the Statutory Auditor/CA clearly specifying the annual turnover

N/A

Certificate from the Statutory Auditor/CA clearly specifying the net worth of the company Self-Certified copies of valid certificates in the name of the bidder/s

N/A

Bidder/s Permanent Account Number Bidder/s GST registration Bidder/s should not be blacklisted by any Central/ State Government/ PSU or Telecom operator in India on the date of submission of bid Undertaking for inclusion of MSMEs in Project Delivery

11 | P a g e

Self-certification duly signed by authorized signatory on company letter head

Cover Letter

N/A N/A N/A 9

N/A

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.2.3

Set 3: Technical Bid Documents Format

S. No

Compliance Criteria

1

Project Credentials Summary

2

Project Execution Experience

3 4 5 6 7

10

Detailed Proposed Solution Project Plan Manpower Plan Proposed CVs Compliance to Requirement (Technical / Functional Requirements) Proposed Bill of Material Manufacturers’ Authorization Form Anti-Collusion Certificate

11

Cover Letter (if required)

8 9

2.2.4 2.2.4.1 2.2.4.1.1 S. No.

Document Proof Self-Declared Summary of all projects that satisfy the Technical Qualifications Proof of the project/s undertaken (Work Order and Completion Certificate from the Client)

Ref. Format Section in RFP 9 9

In case of partial completion of the project, the bidder must submit a certificate certifying 85% completion of project scope Compliance to the format specified Compliance to the format specified Compliance to the format specified Compliance to the format specified Compliance to the format specified

9 9 9 9 9

Compliance to the format specified Compliance from all OEMs to the format specified Undertaking by the authorized signatory of the sole bidder/lead bidder Cover Letter

9 9 9 N/A

Set 4: Commercial Bid Documents Format Price Bid Schedule Price Bid for Supply of Components Item description including Specification

A. Optical Fiber Cable & Installation 1 Supply of 24 Core Optical Fiber ADSS Cable as per specification- wind speed 100 Km/hour 2 Supply of 24 Core Optical Fiber ADSS Cable as per specification- wind speed 150 Km/hour 3 Supply of 48 Core Optical Fiber ADSS Cable as per specification- wind speed 100 Km/hour 4 Supply of 48 Core Optical Fiber ADSS Cable as per specification- wind speed 150 Km/hour 5 Supply of 96 Core Optical Fiber ADSS Cable as per specification- wind speed 100 Km/hour 6 Supply of 96 Core Optical Fiber ADSS Cable as per specification- wind speed 150 Km/hour 7 Supply of 24 Core Optical Fiber Under Ground Cable as per specification 8 Supply of 48 Core Optical Fiber Under Ground Cable as per specification 9 Supply of Joint Enclosure, Pole Accessories 10 Supply of Underground OFC HDPE Duct & accessories 11 Supply of 24 Port Fiber Distribution Management System 12 Supply of 48 Port Fiber Distribution Management System 12 | P a g e

Compliance (Yes/No)

Unit of Measurement

Quantity

Kms

40,000

Kms

4,000

Kms

10000

Kms

3000

Kms

1000

Kms

1000

Kms

1000

Kms

2000

Kms Kms

57,000 3000

Nos.

12,687

Nos.

674

Unit Cost in INR (excluding taxes)

Amount (excluding taxes)

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II C. Supply of FMS Fiber Monitoring System with necessary Set software & hardware E. Miscellaneous Any Costs towards miscellaneous items, etc. Lumpsum

1 1

1

Total Amount 2.2.4.1.2

Price Bid for Installation and Commissioning

S. No.

Item description including Specification

Unit of Measurement

A. Optical Fiber Cable & Installation 1 Installation of 24 F Aerial OFC as per standard Kms practices, Joint Enclosure & Splicing, Pole Accessories, FDMS Installation & Termination 2 Installation of 48 F Aerial OFC as per standard Kms practices, Joint Enclosure & Splicing, Pole Accessories, FDMS Installation & Termination 3 Installation of 96 F Aerial OFC as per standard Kms practices, Joint Enclosure & Splicing, Pole Accessories, FDMS Installation & Termination 4 Installation of 24 Core Optical Fiber Under Kms Ground Cable as per specification, Installation of Hand Hole, Joint Enclosure, Splicing, FDMS Installation & Termination 5 Installation of 48 Core Optical Fiber Under Kms Ground Cable as per specification, Installation of Hand Hole, Joint Enclosure, Splicing, FDMS Installation & Termination C. FMS Integration 1 Fiber Monitoring System with necessary Set software & hardware Total Amount 2.2.4.1.3 S. No

Quantity

Unit Cost in INR (excluding taxes)

Amount (excluding taxes)

44,000 13,000 2000 1000

2000

1

Total Capex Cost Item

Total Price (INR) (Excluding Taxes)

Total Price in words (Excluding Taxes)

1. Price for Supply of Components 2. Price for Installation & Commissioning Total IN INR (X1) 2.2.4.1.4 S. No

Price Bid for O&M for 7 years Item

1. O&M services cost for 1st Year 2. O&M services cost for 2nd Year 3. O&M services cost for 3rd Year 4. O&M services cost for 4th Year 5. O&M services cost for 5th Year 6 O&M services cost for 6th Year 7. O&M services cost for 7th Year Total (A) O&M services cost for 7 Years Total (A) O&M services cost for 7 Years in words: 13 | P a g e

Total Price (INR) Excluding Taxes

Total Price in words Excluding Taxes

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.2.4.1.5 S. No

Total Bid Price Item

Total Price (INR) (Excluding Taxes)

Total Price in words (Excluding Taxes)

1. Capex Cost 2. O&M Cost Total IN INR Note: Taxes will be paid at actuals as per prevailing rates during submission of bills. 2.3

Selection Process of Bidder

APSFL shall constitute an Technical Evaluation Committee to evaluate the responses of the bidders. The committee shall evaluate the responses to the RFP all supporting documents/documentary evidence. Inability to submit requisite supporting documents/documentary evidence by bidders may lead to rejection of their bids. The decision of the Technical Evaluation Committee in the evaluation of bids shall be final. No correspondence will be entertained outside the process of evaluation with the Committee. The Committee may ask for meetings or presentation with the Bidders to seek clarifications or conformations on their bids. The Committee reserves the right to reject any or all bids. Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP. The steps for evaluation are as follows: Stage 1: Bid Conformation and Pre-Qualification Evaluation 1.

APSFL shall validate the documents submitted by the bidder. The bid conformation evaluation includes checking of: a. RFP Document Fee Receipt b. Bid Security/Earnest Money Deposit (EMD) c. No Deviation Certificate as per format in Section 9 d. Total Responsibility declaration as per the format in Section 9 e. Successful submission of Pre-Qualification Document Set f. Successful submission of Technical Bid Document Set g. Successful submission of Commercial Bid Document Set

Stage 2: Pre-Qualification Evaluation

1. If the contents of the Set 1 are as per the requirements and the rest of the sets are submitted, APSFL shall open the “Pre-Qualification Bid”. Each of the Pre-Qualification conditions mentioned is mandatory. In case, the Bidder does not meet any one of the conditions, the bidder shall be disqualified. Bidders would be informed of their qualification/disqualification based on the Pre-Qualification criteria through Email and Phone and subsequently, the Bid Security amount shall be returned without any interest to the respective disqualified Bidders after the submission of Performance Bank Guarantee by the successful Bidder.

2. Technical and Financial bids for those bidders who don’t pre-qualify will not be opened. Financial bid will not be opened for those bidders, who don’t qualify the technical evaluation. Bid Security amount shall be retuned for those who don’t qualify the financial evaluation stage and after PBG is submitted by successful bidder.

Stage 3: Technical Evaluation 1.

Technical bid will be evaluated only for the bidders who succeed in Stage 2.

2.

APSFL will review the technical bids of the short-listed bidders to determine whether the technical bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at APSFL’s discretion.

3.

The bidders' technical solutions proposed in the bid document shall be evaluated as per the requirements specified in the RFP and technical evaluation framework as mentioned below in the following section

4.

Bidders should submit detailed “Approach & Methodology for the solution proposed “

14 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 5.

Each Technical Bid will be assigned a Technical Score out of a maximum of 100 points. Only the bidders who get Technical Score of more than or equal to 70% in Technical Evaluation will qualify for Commercial Evaluation stage.

Stage 4: Commercial Evaluation a. b. c. d.

All the technically qualified bidders will be notified to participate in Commercial Bid opening process. The commercial bids for the technically qualified bidders shall then be opened on the notified date and time and reviewed to determine whether the commercial bids are substantially responsive. Bids that are not substantially responsive are liable to be disqualified at Authority’s discretion. Commercial bids that are not as per the format provided shall be liable for rejection. The bid price shall exclude all taxes and levies.

Stage 5: Total Bid Evaluation The Bidder who shall have the least/lowest value of bid shall be declared as “L1” and shall be awarded the project. APSFL’s decision shall be final and binding. 2.3.1

Pre-Qualification Criteria for System Integrators

S. No. A: General Eligibility (No ISPs, TSPs and VNOs are allowed) Name of the upload: PQ1

Eligibility Criteria The Sole Bidder or Consortium

Document to be submitted

Maximum of 3 companies are allowed in a consortium Bidders are encouraged to include Micro, Small and Medium Enterprises (MSMEs) registered in the state of Andhra Pradesh as a part of the consortium and should earmark a minimum of 10% of the total contract. The sole bidder/all the consortium members shall be an Indian Registered Company under Company Act 1956 or 2013. The lead bidder shall be sole point of contact for the authority and will be responsible for successful execution of the project. The bidder shall provide the following documents. 1.1 Certificate of Incorporation from Registrar of Companies of all participating companies 1.2 Articles and Memorandum of Association of all participating companies 1.3 Annual Report for the last three financial years. In case of MSME, Annual Report for the last two financial years 1.4 Bidder/s should provide Copy of Permanent Account Number 1.5 Bidder/s should have GST registration number 1.6 Bidder/s should be in Business operation for at least last 5 years in India as on the date of bid submission In case of MSME, the MSME consortium member should be in business operation for at least 2 years in India as on the date of bid submission

15 | P a g e

Certificate of Incorporation Articles and Memorandum of Association Audited Annual Report for the last three financial years i.e. FY 2014-2015, FY 2015-16 and FY 2016-17 For MSMEs Audited Annual Report for the last two years i.e., FY 2015-2016, FY 2016-2017 Permanent Account Number GST registration number Undertaking from Consortium Members

Bidder

or

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2. Bidder/s should not be blacklisted by any Central/ State Government/ PSU or Telecom operator in India on the date of submission of bid. 3. Undertaking for inclusion of MSMEs in Project Delivery

Non-Blacklisting Certificate Undertaking from Bidder

If the bidder doesn’t form a consortium with an MSME, the bidder should earmark a minimum of 10% of the total contract for procuring goods and services from MSMEs registered in state of Andhra Pradesh.

B. Experience Requirement Name of the upload: PQ2 C. Financial Eligibility Name of the upload: PQ3

4. Bidder should submit MAF (Manufacturer Authorization Form) with the product OEMs for Optical Fiber Cable. The Bidder/Consortium can quote products from only one OEM. 5. The Sole bidder or Lead Bidder should have a project office in the respective state. However, if the local presence is not there in the State, the selected bidder should give an undertaking for establishment of a project office, within one month of award of the contract The Lead biddershould have an experience of laying of 8,000 kms or more of 24F OFC as on date of submission of bid. Project experience of both completed and ongoing projects shall be considered

1. Authorization Letter from OEMs 2. Teaming agreement with the product OEMs for Optical Fiber cable.

Minimum Cumulative turnover of the bidder / consortium from last 3 FY from activities relating to Telecom/ICT Products and/or Services should be Rs. 1500 Cr. Net worth of the bidder/consortium as on last 31st March 2017 should be a minimum of Rs. 300 Cr.

Certificate from the statuary auditor/ Chartered Accountant clearly specifying the annual turnover for the specified years Certificate from the statuary auditor/ Chartered Accountant clearly specifying the net worth of the firm

D. Certifications

For Sole Bidder/Consortium– ISO 9001, ISO 27001:2005

Name of the upload: PQ4

In case consortium with MSME Partner – MSME Certificate, ISO 9001, ISO 27001:2005

2.3.2 2.3.2.1

Pre-Qualification Criteria for OFC Criteria The OFC Manufacturer should have a minimum annual capacity as certified by TSEC of 1,00,000 kms of 24F and above Metal free/ armored/ aerial Optical Fiber Cable.

2.

The OFC manufacturer should have supplied a cumulative of minimum 50,000 kms of 24F and above Optical Fiber Cable to Private Telecom Operators, PSUs, Government projects and Government Telecom Operators in India during the last three financial years, i.e. FY 14-15; FY 15-16, FY 16-17. The OFC manufacturer should have supplied a cumulative of minimum 5,000 kms of 24F and above ADSS Optical Fiber Cable to Private Telecom Operators, PSUs, Government projects and Government Telecom Operators in India during the last three financial years, i.e. FY 14-15; FY 15-16, FY 1617. The OFC manufacturer should have valid ISO 9001 and TL9000 certification in its name with no prior history of withdrawal. The cumulative revenue from sale of Optical Fiber Cable should minimum Rs. 600 Cr. in last 3 FY’s i.e. FY 14-15; FY

4. 5. 16 | P a g e

1. Copy of Purchase Order / Work Order / Contract / Agreement 2. Completion/Ongoing certificate issued and signed by Client

Pre-Qualification Criteria for Original Equipment Manufacturers

S. No. 1.

3.

Self-certification duly signed by authorized signatory on company letter head

Documents to be submitted The OFC manufacturer should have Infrastructure Assessment (IA) certificate issued by BSNL, QA, Bangalore for manufacturing capacity. Copies of  Purchase orders  Sales invoices Copies of  Purchase orders  Sales invoices

Copy of valid Certificates Certificate from the statuary auditor/ Chartered Accountant clearly specifying the

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 15-16, FY 16-17. 6.

The OFC manufacturer should use ITU-T grade G.652.D and G.657.A1 optical fibre, sourced from CACT approved indigenous sources.

7.

The OFC Manufacturer should not be blacklisted for Telecom business by any Central/ State Government or Govt. PSU for Telecom or OFC business as on the date of bid submission .

2.3.3

cumulative revenue from sale for the specified years CACT certificate to be submitted.

Self-attested certificate from authorized signatory of the bidder

Technical Evaluation

2.3.3.1

Technical Evaluation Framework

Section Evaluation Criteria A Bidder Profile B Project Experience C Approach and Methodology including presentation D Key Personnel Technical Score

Points 20 40 30 10 100

Bidders who get a technical score of 70% or above will qualify for commercial evaluation. Note: Bidder should submit work order, purchase order and end client work-in-progress (minimum 85% project completion)/ completion certificate of the relevant TQs (TQ4 & TQ5) and Financial certificates for (TQ1 & TQ2) as a supporting document for each project. APSFL reserves the right to check/validate the authenticity of the information provided in the pre-qualification and technical evaluation criteria. The bidders should provide requisite support to APSFL in the evaluation. 2.3.3.2

Technical Bid Evaluation Criteria

Name of the Technical Evaluation Criteria criteria (also name of the PDF to be uploaded) Bidders Profile – 20 Points TQ1

TQ2

Cumulative turnover of the bidder/consortium of last 3 years from Telecom/ICT Products and/or Services Positive Net worth of the Bidder/ Consortium for the year 2016-2017

TQ3

If consortium consists of MSME partner registered in the state of Andhra Pradesh Project Experience – 40 Points TQ4

TQ5

Installation & commissioning of Optical Cable & accessories of 24core and above (underground/aerial) from April 2014. Executing Large Telecom Projects The bidder should have experience in executing Telecom projects involving optical fiber laying & maintenance (aerial / underground). Each project worth 50 Cr (Indian Rupees) is considered as one unit.

17 | P a g e

Technical Evaluation Parameter in Percentages (All currencies are in Indian Rupees)

Points

>1500 Cr. - 1750 Cr. - 2000 Cr. - 100%

10

>300 Cr. - 400 Cr. - 500 Cr. - 100% >= 1 Partner – 100%

5

>8000kms - 9000kms - 10000kms - 100%

20

=1 Project – 80% =2 Projects – 90% >2 Projects – 100%

20

5

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Points are allocated based on number of units executed Approach and Methodology including presentation -30 Points TQ6

Approach and Methodology implementing the project

TQ7

Presentation

of

Project Management Approach - 40% Timelines – 20% Degree of detail in the solution – 20% Strategy to maintain all the SLAs – 20%

20

Bidder/s understanding of the project (functional and technical) and completeness of proposed solution – 70%

10

Clarifications given during Presentation – 30% Key Personnel – 10 TQ8

Key Personnel Proposed Project Director

 



Project Manager

  

 

Optical Fiber Cable Expert

 

2.3.4

Should be MBA/PGDBM and B.Tech/MCA from premier institute. Should have at least 15 years of experience with at least 10 years of experience in large scale OFC Deployment projects in India. Should have experience of leading the team for implementation projects of large nature in India.

10 5

Should be MBA/PGDBM and B.Tech/MCA from premier institute. Should have project management certification such as PMP etc. Should have at least 7 years of experience with at least 4 years of experience in large scale projects in India. Should have experience of leading the team for implementation projects of large nature in India. Should have experience in implementation/monitoring projects of Central/State/PSU Government of India.

3

Should be B.Tech/MCA from premier institute. Should have 5 years of experience with at least 2 years of experience in large scale optical fiber monitoring/implementation projects in India.

2

Commercial Evaluation

Evaluation of bids shall be done on Least Cost/Lowest Cost (L1) criteria as detailed. The bidder must qualify the eligibility criteria for further evaluation for being eligible for opening of commercial bid. The bids which gets qualified in the technical evaluation process will be eligible for the commercial evaluation and will be processed further. The bids quoted as per the commercial bid format shall be considered for financial evaluation. Further Commercial Evaluation by the purchaser shall be done on Net Present Value (NPV) discounting at the rate of 10% of O&M shall be calculated on a yearly basis for all the GPs. Formula for calculating NPV is as follows: X2=NPV=R * 18 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Where, R is the Net cash inflow expected to be received in each period i is the required rate of return per period n is the No. of periods during which the project is expected to operate & generate cash inflows The Bidder who shall have the least/lowest value of “Z” i.e. “Z=X1+X2”, where X1 is Total Capex Cost and X2= NPV, after calculating NPV value for O&M in Table of Commercial Bid given in Section Bid Submission Formats shall be declared as “L1” and shall be awarded the project. BBNL’s decision shall be final and binding. Bidders quoting unrealistic cost of items shall be rejected straightaway by the committee and EMD of such bidder shall be forfeited. Any bid found to have unsatisfactory response in any of the eligibility criteria as mentioned may be rejected and shall not be considered for further evaluation. 2.3.5

Total Bid Evaluation

Refer Stage 5: Total Bid Evaluation section defined above. 2.4

Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of the bid. The Employer will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 2.5

Bid Document Structure

1.

The details regarding the services required be providing, and / or executing; bidding procedures and contract terms and conditions are prescribed in the Bid Documents. The Bid documents include: 1. Notice Inviting Tender 2. Instructions to Bidders 3. General Conditions of Contract 4. Project Stakeholders: Roles & Responsibilities 5. Project Schedule per package 6. Scope of Work 7. Proposed Bill of Material 8. Testing & Quality Assurance Process 9. Formats 10. Annexures

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.

2.6

Information and instruction to Bidders for e-Tendering

The Bidder shall submit their response through Bid submission process on e-Procurement platform at “www.apeprocurement.gov.in” by following the procedure given below: 1. 2.

3. 4.

The bidder would be required to register on the e-procurement platform www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the RFP Inviting Authority for the RFPs published in e-Procurement platform. The bidders shall submit their Bid Conformation Documents, Pre-Qualification Document, Technical bid document and commercial bid document online in e-Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their proposed bid and other certificates/documents with clear readability, in the e-Procurement web site. The bidder should sign on all the statements, documents, certificates uploaded in the e-Procurement website, owning responsibility for their correctness/authenticity. For registration and online bid submission bidders may contact Helpdesk on www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in Digital Certificate authentication: a. The bidder shall authenticate the bid with the agency’s Digital Certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-Procurement platform. b. For obtaining Digital Signature Certificate, you may please contact:  Andhra Pradesh Technology Services Limited, Vijayawada, www.apts.gov.in (OR)  Any Registration Authorities of Certifying Authorities in India. The list of CAs is available on

19 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html 2.7

Clarification of Bid Documents

1.

A prospective Bidder, requiring any clarification on the Bid Documents shall mail the queries in below mentioned format to [email protected] before pre-bid date. Copies of the query (without identifying the source) and clarifications by the APSFL shall be uploaded as addenda to the concerned tender for all the prospective bidders who have downloaded the official copy of tender documents.

2.

Any clarification issued by APSFL in response to query raised by prospective bidders shall form an integral part of bid documents and it may amount to an amendment of relevant clauses of the bid documents.

3.

The clarifications to be sought by the bidders from the APSFL shall be furnished in the following format.

S. No.

4.

Section

Clause

Brief Description of the clause

Ref Page No in Tender

Query/ Comments of Bidder

The clarifications shall be sought for commercial conditions and technical conditions separately in the above format. The clarifications sought without any mention of the clauses of the tender document/GR may not be considered.

2.8

Amendment of Bid Documents

1.

At any time, prior to the date of submission of Bids, the Employer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify bid documents by amendments.

2.

The amendments shall be notified in writing through APSFL website to all prospective bidders on the address intimated at the time of purchase of the bid document from the Employer and these amendments will be binding on them.

3.

To afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, the Employer may, at its discretion, extend the deadline for the submission of bids suitably.

2.9

Offline Submissions

1.

The Bidder is requested to submit the following documents offline to Managing Director, Andhra Pradesh FiberNet Limited, 3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65, Vijayawada – 520001, Andhra Pradesh, India, before the date and time of bid submission in a Sealed Envelope; otherwise the bid shall not be opened. a. Original copy of the Bid Security in the form of a Bank Guarantee / Demand Draft / Banker’s cheque in accordance with the details mentioned in Detailed NIT (As per the provided format). b. Original copy of the letter of authorization shall be indicated by written power-of-attorney (As per the provided format). c. Demand Draft/ Banker’s cheque of INR 5,00,000/- (including GST) drawn in favour of Andhra Pradesh FiberNet Limited payable at Vijayawada and drawn on any scheduled/Nationalized bank against payment of NIT fee. d. Integrity Pact duly signed by the Bidder, as per the format given.

2.

The envelope shall bear (the project name), the Tender number, and the words ‘DO NOT OPEN BEFORE’ (due date & time).

3.

The Bidder should also upload the Scanned copy of original documents (Under above mentioned points in Prequalification and compliance Part as Main Bid Pre-qualification and compliance, or Bid-Annexure during Online BidSubmission.

2.10

Bid Form

The Bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid Documents, indicating the services to be provided along with a brief description as per given format.

20 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.11

Bid Prices

1. The Bidder shall give the price exclusive of all taxes for the goods and services to be provided. The prices should be

quoted strictly as per the Price Schedule. Quoted price should be exclusive of all incidental services. The offer shall be firm in Indian Rupees. Minimum 20% of the total Bid value should be for OPEX period (Annual maintenance cost for 7 years), bid received with less than 20% towards OPEX cost of the total bid value will be rejected. 2. PIA shall purchase comprehensive warranty of equipment and cable for 7 years 3. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected. 2.12

Documents Establishing Conformity to Bid Documents

Pursuant to clauses, the Bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the Bid Documents of all goods and services which the Bidder proposes to provide under the contract. The documentary evidences of the “services” conformity to the Bid Documents may be, in the form of literature, drawings, data, etc. and the Bidder shall furnish a detailed description of goods and services with essential technical and performance characteristics. 2.13

Bid Security/EMD

1.

Pursuant to clauses, the Bidder shall furnish, as part of its bid, a bid security for an amount mentioned in NIT.

2.

The bid security shall be in the form of a Bank Guarantee issued by a scheduled bank in favour of the APSFL, valid for a period of 210 days from the date of tender opening. Bid security in the form of Account Payee Demand Draft or Banker’s Cheque, safeguarding the APSFL’s interest in all respects, shall also be acceptable. However, no interest shall be payable on this account.

3.

A bid not secured in accordance with Clauses mentioned in section “Bid Security” shall be rejected by the APSFL being non-responsive at the bid opening stage.

4.

The bid security of the unsuccessful Bidder will be discharged/ returned as promptly as possible, but not later than 30 days after the expiry of the period of the bid validity prescribed by the APSFL pursuant to clause mentioned in section “Period of Validity of Bids”.

5.

The successful Bidder’s bid security will be discharged upon the Bidder’s acceptance of the Advance Purchase Order or letter of intent satisfactorily in accordance with below clause below and furnishing the performance security.

6.

The bid security is required to protect the APSFL against the risk of Bidder’s conduct. The bid security may be forfeited: a. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder in the Bid form. b. In the case of successful Bidder, if the Bidder fails to: i. Sign the contract in accordance with clause mentioned in section “Signing of Contract”; or ii. Furnish performance security within specified time in accordance with clause mentioned in section “Issue of Advance Purchase Order”. c. In both the above cases, the Bidder will not be eligible to participate in the tender for same item for one year from the date of issue of APO/ LOI. The Bidder will not approach the court against the decision of APSFL in this regard. d. The Bidder shall submit an irrevocable undertaking duly signed by it stating that the Bidder shall be liable for due performance of contract.

2.14

Period of Validity of Bids

1.

Every Bid shall remain valid for a period of 180 days from the date of opening of bids prescribed by the APSFL. A bid valid for a shorter period shall be rejected by the employer as being non-responsive.

2.

In exceptional circumstances, the APSFL 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 mentioned in section “Bid Security” shall also be suitably extended. The Bidder may refuse the request without forfeiting his bid security. A Bidder accepting the request and granting extension will not be permitted to modify its bid.

2.15 1.

Format and Signing of Bid

The Bidder shall prepare one complete set of bids as per instructions mentioned. In the event of any discrepancy between the Electronic Forms™ and the ‘Main-Bid’, the contents of the Electronic Forms™ shall prevail. The copy of

21 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Memorandum and Articles of Association may be provided in the bid. 2.

The Bid shall be typed or printed and all the pages numbered consecutively and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the original bid shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly.

3.

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.

4.

The Power of Attorney shall be e-stamped or executed on non-judicial stamp paper of appropriate value as prevailing in the respective states(s) and the same be attested by a Notary public or registered before Sub-Registrar of the states(s) concerned.

5.

The Power of Attorney is to 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.

6.

Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall be provided.

2.16

Sealing and marking of bids

1.

All envelopes shall bear the Project Name, the Tender Number, and the words ‘DO NOT OPEN BEFORE (due date & time)’.

2.

The envelope shall indicate the name and address of the bidders to enable the documents to be returned unopened in case it is declared 'late' or rejected.

3.

The responsibility for ensuring that the tenders are delivered in time would vest with the Bidder.

4.

Offline documents delivered in person on the day of tender opening shall be delivered up to 15.00 Hrs. to the X at the venue (address is given in NIT) of the tender opening. The APSFL shall not be responsible if the bids are delivered elsewhere.

5.

Venue date and time of tender opening shall be as mentioned in the NIT. If due to administrative reasons, the venue of Bid opening is changed, it will be displayed prominently on notice board and on APSFL website.

6.

The Bidder shall also upload the Scanned copy of all above said original documents required under this clause in Technical-Prequalification and Compliance during Online Bid-Submission.

7.

If bids and the envelope(s) for offline submission are not sealed and marked as required above, the bid shall be rejected.

2.17

Submission of Bids

1.

The Bidder is required to submit the bid online. Bids received after due time & date, as indicated in the Detailed NIT, will not be accepted. Offline submission of bids would not be accepted and only the documents mentioned in the section “Offline Submission” shall be submitted offline.

2.

In case any bidder is not able to upload the entire set of documents on e-procurement platform either due to space/size constraints or any other technical hitches, only in such cases, the relevant hard copies of the left over documents which would not be uploaded on e-procurement platform may be submitted in sealed covers in APSFL office located at 3rd Floor, NTR Administrative Block, PNBS, Vijayawada , AP, before the stipulated closure time of bid submission. A self-certificate from the bidder in this regard detailing the reasons for submitting the hard copies, if any, duly bringing out issues faced in uploading them on e-procurement platform, if any, shall also be submitted.

3.

The uploaded documents on the e-procurement platform and the hard copies submitted in sealed covers. If any, together will be treated as a single set of documents, under a bid and will be evaluated accordingly.

4.

The APSFL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in which case all rights and obligations of the APSFL and bidders previously subject to the deadline will thereafter be subjected to the deadline as extended.

22 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.18

Modification and Withdrawal of Bids

1. The Bidder may modify, revise or withdraw its bid after submission prior to the deadline prescribed for submission of

bid, provided that the written notice of the modification/ revision or withdrawal is received by the APSFL prior to the deadline prescribed for submission of bids.

2. The Bidder's modification, revision or withdrawal shall be prepared, sealed, marked and online submitted as required

in the case of bid submission in accordance with the provision of section “Offline Submission”. A withdrawal notice may also be sent by FAX but followed by a signed confirmation copy by post not later than the deadline for submission of bids.

3. Subject to section “Clarification of Bids”, no bid shall be modified subsequent to the deadline for submission of bids. 2.19

Opening of Bids by APSFL [Public Online Tender Opening Event (TOE)]

1.

The APSFL shall open bids online at the time specified in the Detailed NIT. One/ two duly authorized representative(s) of bidders are requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to APSFL office for the Public Online TOE.

2.

The Bidder's representatives, who are present, shall sign in an attendance register. APSFL letter to this effect shall be submitted by the bidders before they can participate in bid opening ((As per the provided Format).

3.

The Bidder's names, bid prices, modifications, bid withdrawals and such other details as the APSFL, at its discretion, may consider appropriate will be taken as input for the Comparison Chart. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/or Financial Comparison Chart enhances Transparency.

4.

The date fixed for opening of bids, if subsequently declared as holiday by the APSFL, 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.

5.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’, including digital counter-signing of each opened bid by the authorized TOE-officer(s) in the simultaneous online presence of the participating bidders’ representatives, has been implemented on the portal.

6.

The bids shall be opened in two stages. During the first Tender Opening Event (TOE), only the Prequalification and Compliance - Part of the bids shall be opened. Subsequently, the Financial - Part of those bids which are found to be qualified shall be opened during another Tender Opening Event (TOE).

7.

It is recommended that all authorized users of PIA organizations shall peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of the portal.

8.

The following 'FOUR KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to: a.

Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline on the portal.

b.

Register your organization on the portal well in advance of the important deadlines for your first tender on the portal viz. ‘Date and Time of Closure of Procurement of Tender Documents’ and ‘Last Date and Time of Receipt of Bids’. Please note that even after acceptance of your registration by the Service Provider, to respond to a tender you will also require time to complete activities related to your organization, such as creation of users, assigning roles to them, etc.

c.

Get your organization's concerned executives trained on the portal well in advance of your first tender submission deadline on the portal

d.

Submit your bids well in advance of tender submission deadline on the portal (There could be last minute problems due to internet timeout, breakdown, etc.)

23 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 9.

Minimum Requirements at Bidder’s End: a. Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP with service pack 3) b. Broadband connectivity c. Microsoft Internet Explorer 6.0 or above d. Digital Certificate(s)

2.20

Clarification of Bids

To assist in the examination, evaluation and comparison of bids, the APSFL 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. 2.21

Contacting the APSFL

1.

Subject section “Clarification of Bids”, no Bidder shall try to influence the APSFL on any matter relating to its bid, from the time of the bid opening till the time the contract is awarded.

2.

No Bidder shall, directly or through any other person or firm, promise or give to any of the APSFL’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, to obtain in exchange any advantage of any kind whatsoever during the tender process or for award of the contract.

3.

Any effort by a Bidder to modify its bid or influence the APSFL in the APSFL’s bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid.

4.

Bidders are hereby cautioned that any attempt for cartel formation will be viewed seriously and may at the discretion of the APSFL, leads to cancellation of tender. APSFL in its sole discretion may decide to forfeit Bid Security of such bidders and blacklisting / debarring them besides taking other punitive measures. The decision of the APSFL in this regard shall be final and binding.

2.22

Placement of Purchase Order or Work Order

The APSFL shall consider placement of purchase order only on those eligible bidders whose offers have been found technically and financially acceptable. The APSFL reserves the right to counter offer price(s) against price(s) quoted by any Bidder. 2.23

Deleted

2.24

APSFL’s Right to accept any Bid and to reject any or all bids

The APSFL 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 APSFL’s action. 2.25

Issue of Advance Purchase Order

1.

The issue of an Advance Purchase Order (APO) or Letter of Intent (LOI) shall constitute the intention of the APSFL to enter into contract with the Bidder.

2.

The Selected Bidder shall, within 14 days of issue of the APO / AWO, submit unconditional & unequivocal acceptance of APO / AWO along with Performance Security in conformity to NIT.

2.26

Signing of Contract

1.

The signing of contract or issue of Purchase Order or Work Order shall constitute the award of contract to the Bidder. The contract with the successful Bidder shall be signed by APSFL after acceptance of APO by the successful Bidder and the Bidder has submitted the performance security in conformity with pro forma enclosed in the bid document.

2.

Upon the successful Bidder furnishing performance security, the APSFL shall discharge the bid security.

24 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.27

Performance Security

PIA shall furnish Performance Security to the APSFL at the time of signing the Contract which shall be equal to 10% of the value of the Contract and shall be in the form of a Bank Guarantee Bond from a Nationalized/Scheduled Bank in the Performa given Section within 15 days after issuance of letter of intent (LOI) or Letter of Award (LoA) which would be valid up to a period of six months after the contract completion period. PIA shall furnish Performance Security to the APSFL at the time of signing the Contract which shall be equal to 10% of the value of the Contract and shall be in the form of a Bank Guarantee Bond from a Nationalized/Scheduled Bank in the Performa given Section within 15 days after issuance of letter of intent (LOI) or Letter of Award (LoA) which would be valid up to a period of six months after the contract completion period. 2.28

Annulment of Award

Failure of the successful Bidder to comply with the requirement of section “Signing of Contract” above shall constitute sufficient ground for the annulment of the APO and the forfeiture of the bid security in which event the APSFL may call for fresh bids. 2.29

Quality Assurance Requirements

The PIA shall have Quality Management System supported and evidenced by the following: -

a. b. c. d. e. f. 2.30 1.

A Quality Policy. A management representative with APSFL and responsibility for fulfilling QA requirements and for interfacing with Employer in the matters of Quality. Configuration management and change control mechanism. Periodical internal quality audits. A ‘Quality Manual’ detailing the above shall be furnished. Any other policy/ system/ plan as deemed fit for provision of services, etc. Rejection of Bids

While all the conditions specified in the Bid documents are critical and are to be complied, special attention of Bidder may be invited to certain specific important eligibility conditions/ documents, non-compliance of any one of which may lead to outright rejection of the bid: a. b. c. d. e. f. g. h. i. j.

Bid not sealed properly Cost of NIT document not submitted Bid security not submitted or of less than the required amount or of shorter duration Bid validity of shorter duration Conditional bid Effort by bidder to influence APSFL’s bid evaluation process If the price schedule with the price quoted (partial or full) is intentionally or unintentionally kept in any other section except the commercial bid set, the bid will be rejected without further evaluation. If the price quoted is not as per the format provided in the price schedule (As per the provided format). If the clause-by-clause compliance to all the sections of NIT as per Format is not submitted If the Solvency Certificate as per format provided is not submitted.

2.

Before outright rejection of the Bid by Tender Opening Committee (TOC) for non-compliance of any of the provisions mentioned in section “Quality Assurance Requirements”, the bidder company is given opportunity to explain their position. However, if the person(s) representing the company is not satisfied with the decision of the TOC, he/they can submit the representation to the TOC immediately but in no case after closing of the tender process with full justification quoting specifically the violation of tender condition, if any.

3.

TOC 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 present on the occasion.

4.

The TOC will mention the number of bids with the name of the Bidder found unsuitable for further processing on the date of tender opening and number of representations received in Bid Opening Minutes and if the TOC is satisfied with the argument of the Bidder mentioned in their representation and feel that there is prima facie fact for consideration, the TOC’s decision to this effect shall be communicated to the Bidder within a week positively. Bids found liable for

25 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of PO against the instant tender. 5.

If the reviewing officer finds it fit to open the bid of the petitioner, this shall be done by giving three (working) day notice to all the participating bidders to give opportunity to desirous participants to be present on the occasion.

2.31

Non-relationship certificate

1.

The bidder shall give Undertaking that none of his/ her/ their near relative is working in the units of APSFL where the application for the tender is submitted. In case of limited company, undertaking to be given by all the Directors of the Company excluding Directors not residing in India, Government of India/ Financial institution nominees and independent non-executive Directors appointed by Govt. of India or the Governor of the State and full time Directors of PSUs both State and Central.

2.

Due to any breach of these conditions by the Bidder the bid proposal of the Bidder will be cancelled and Bid Security will be forfeited at any stage whenever it is noticed and APSFL will not pay of any damage to the Bidder. The Bidder will also be debarred for further participation in any tender issued by the APSFL.

3.

The near relatives for this purpose are defined as: a. Members of a Hindu undivided family. b. Spouse. c. 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).

4.

The format of the certificate to be given is "I…………. s/o…….……r/o……………. hereby certify that none of my relative(s) as defined in the tender document is/ are employed in APSFL 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, APSFL shall have the absolute right to take any action as deemed fit, without any prior intimation to me.”

2.32

Verification of Documents and Certificates

1.

The Bidder will verify the genuineness and correctness of all documents and certificates, including experience/ performance certificates, issued either by the Bidder or any other firm/ associate before submitting them in the bid. The onus of proving genuineness of the submitted documents would rest with the Bidder.

2.

As per requirement of the tender’s conditions, if any document/ paper/ certificate submitted by the participant Bidder is found to be false/ fabricated/ tempered/manipulated at any stage during bid evaluation or award of contract, then the bid security of the Bidder would be forfeited and the Bidder would be disqualified from the tender. Action would also be taken for banning of business dealing with the defaulting Bidder. In case contract has already been awarded to the Bidder, then Performance Security would be forfeited and the contract would be rescind/ annulled and APSFL would be at liberty to procure the ordered services from any other source at the risk and cost of the defaulting Bidder. Action would also be taken for banning business dealing with the defaulting Bidder.

26 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.

General Conditions of Contract

3.1

Interpretation 1. 2.

3.

4.

3.2

In Contract Documents unless otherwise stated specifically, the singular shall include the plural, male also means female and vice versa wherever the context so requires. Words implying “persons” shall include relevant Corporate Companies Registered Associations/ Body of Individuals/ Firm of Partnership. All headings and marginal notes to the clauses of these General Conditions of Contract or to the Specifications or to any other tender document are solely for giving a concise indication and not a summary of the contents thereof and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof the Contract. The provisions of the General Conditions of Contract shall prevail over those of any other documents forming part of the Contract. In case of any discrepancy, inconsistency, error or omission in the Contracts, the dispute will be resolved as per mutually agreed conditions between the PIA and APSFL. The decision taken by APSFL will be final and binding on the bidder. The documents forming the Contract shall be interpreted in the following order of priority: a. Agreement b. Letter of Acceptance, notice to proceed with the works c. Bill of quantities (Price-bid) d. Technical bid e. Conditions of contract f. Specifications g. Any other document listed as forming part of the Contract. Information to Bidders

1.

The Bidder shall himself independently obtained all necessary information for preparing its bid, and its bid as accepted shall be deemed to have considered all contingencies as may arise due to such information or lack of the same. The Bidder is encouraged to carry out its own assessment about the site conditions, material, equipment, site survey reports etc. as required to make an informed decision.

2.

The Bidder shall be deemed to have examined the Contract Documents to have generally obtained its own information in all matters whatsoever that might affect the carrying out of the works at the scheduled rates and to have satisfied himself to the sufficiency of its bid. Any error in description of quantity or omission there from shall not vitiate the Contract or release the Selected Bidder from executing the work comprised in the Contract at the contracted price. He is deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labor involved, etc. and as to what all works he must complete in accordance with the Contract documents whatever be the defects, omissions or errors that may be found in the Documents. The PIA shall be deemed to have visited surroundings, to have satisfied himself to the nature of all existing structures if any and also as to the nature and the conditions of the Railways, Roads, Bridges and Culverts, means of transport and communication, whether by land, water or air, and as to possible interruptions thereto and the access and egress from the site, to have made enquiries examined and satisfied himself as to the sites for obtaining sand, stones, bricks, cables, pipes and other materials the sites for disposal of surplus materials the available accommodation as to whatever required, depots and such other buildings as may be necessary for executing and completing the works, to have made local independent enquiries as to the sub-soil, sub-soil water and variations thereof, storms, prevailing winds climatic conditions and all other similar matters effecting these works. He is deemed to have acquainted himself as to its liability of payment of Government / Statutory Taxes, Customs duty and other charges, levies, etc. at the time of submission of Bid.

3.

Any neglect or omission or failure on the part of the Selected Bidder in obtaining necessary and reliable information upon the foregoing or any other matters affecting the Contract shall not relieve him from any risks or liabilities or the entire responsibility from completion of the works at the contracted price and time in strict accordance with the Contract.

4.

No verbal agreement or inference from the conversation with any effect or employee of APSFL, either before, during or after the execution of the Contract agreement shall in any way affect or modify and of the terms or obligations herein contained.

5.

Any change in layout due to site conditions or technological requirement shall be binding on the PIA. In such a scenario, if there is any delay from the scheduled implementation period, the PIA shall be granted a reasonable extension of time and cost.

27 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.3

Delegation

APSFL may delegate any of its duties and responsibilities to other officers / agencies and may cancel any delegation by an official order issued. 3.4

Communications

Communications between parties, which are referred to in the conditions, are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act) 3.4.1 1.

2.

3. 4. 5. 6. 7.

3.5

Personnel The Contractor shall provide and employ on the site only such technical assistants as are skilled and experienced in their respective fields and such supervisory staff as are competent to give proper supervision to the work. The Contractor shall provide and employ skilled, semiskilled and unskilled labor as is necessary for proper and timely execution of the work. The Contractor shall employ the required Key Personnel named in the Schedule of Key Personnel to carry out the functions stated in the Schedule or other personnel approved by APSFL. Unless otherwise specifically agreed between the parties and except in the case of retirement, resignation, death, medical incapacity of the Key Personnel, the Contractor shall not replace any Key Personnel. APSFL will approve any proposed replacement of Key Personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed. Failure to employ the required Technical personnel by the Contractor, action will be taken as per contract conditions. The Technical personnel should be on full time and available at site whenever required by APSFL to take instructions. The names of the Technical personnel to be employed by the Contractor should be furnished in the statement enclosed separately. In case the contractor is already having more than one work on hand and has undertaken more than one work at the same time, he should employ separate Technical personnel on each work. The Technical resources deployed shall be dedicated in nature. If APSFL asks the Contractor to remove a person who is a member of Contractor's staff or its work force stating the reasons the Contractor shall ensure that the person leaves the site forthwith and has no further connection with the work in the contract. The Contractor shall provide a qualified replacement for such staff. Contractor’s Risks

1.

All risks of loss or damage to physical property and of personnel injury and death, attributable to the Contractor’ negligence or willful default in the performance or nonp erformance of the obligations under the Contract are the responsibility of the Contractor and the Contractor undertakes to indemnify APSFL from and against all losses arising on account thereof. Upon prompt written notification by APSFL, the Contractor will defend such claim at its expense and will pay any costs or damages that may be finally awarded against APSFL.

2.

The indemnities set out shall be subject to the following conditions: a. APSFL as promptly as practicable informs the Contractor in writing of the claim or proceedings and provides all relevant evidence, documentary or otherwise; b. APSFL shall, at the cost of the Contractor, give the Contractor all reasonable assistance in the defense of such claim provided that the Indemnified Party may, at its sole cost and expense, reasonably participate, through its attorneys or otherwise, in such defense; c. if the Contractor does not assume full control over the defense of a claim as provided in this clause, the Contractor may participate in such defense at its sole cost and expense, and APSFL will have the right to defend the claim in such manner as it may deem appropriate, and the cost and expense of APSFL will be reimbursed by the Authority y; d. APSFL shall not prejudice, pay or accept any proceedings or claim, or compromise any proceeding or claim without the written intimation of the Contractor; e. all settlement of claims subject to indemnification under this clause will be entered into only with the consent of APSFL, which consent will not be unreasonably withheld and include an unconditional release to the Indemnified Party from the claimant or plaintiff for all liability in respect of such claim.; and include any appropriate confidentiality agreement prohibiting disclosure of the terms of such settlement f. APSFL shall account to the Contractor for all awards, settlements, damages and costs (if any) finally awarded in favor of APSFL which are to be paid to it in connection with any such claim or proceedings; g. the Contractor shall take steps that APSFL may reasonably require mitigating or reduce its loss as a result of such a claim or proceedings;

28 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II h.

In the event that the Contractor is obligated to indemnify APSFL pursuant to this clause, the Contractor will, upon payment of such indemnity in full, be subrogated to all rights and defenses of APSFL with respect to the claims to which such indemnification relates. The liability of the Contractor (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for any claim in any manner related to the contract, including the work, deliverables or services covered under this RFP, shall be the payment of direct damages only which shall in no event in the aggregate exceed tender contract value payable under this Agreement.

3.

3.6

Insurance

General: PIA shall at its own expense arrange secure and maintain insurance with reputable insurance companies to the satisfaction of APSFL as follows: a.

b.

c.

d.

e. f.

PIA at its cost shall arrange, secure and maintain insurance as may be necessary and to its full value for all such amounts to protect the WORKS in progress from time to time and the interest of APSFL against all risks as detailed herein. The form and the limit of such insurance, as defined herein together with the works thereof in each case shall be as acceptable to APSFL. However, irrespective of work acceptance the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be that of PIA alone. PIA’s failure in this regard shall not relieve him of any of its responsibilities and obligations under Contract. Any loss or damage to the equipment, during ocean transportation, port/ custom clearance, inland and port handling, inland transportation, storage, erection and commissioning till such time the Work is taken over by APSFL shall be to the account of PIA. PIA shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/ or replacement of the parts of the Work damaged or lost. PIA shall provide APSFL with a copy of all insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be submitted to the PMA/APSFL immediately upon the PIA having taken such insurance coverage. PIA shall also inform the PMA/APSFL at least 60 (sixty) days in advance regarding the expiry cancellation and/ or changes in any of such documents and ensure revalidation/ renewal, etc., as may be necessary well in time. Statutory clearance, if any, in respect of foreign supply required for the purpose of replacement of equipment lost in transit and/ or during erection shall be made available by APSFL. PIA shall, however, be responsible for obtaining the requisite licenses, port clearances and other formalities relating to such import. The risks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, pirate attack, war risk (during ocean transportation only), earthquake, terrorism etc. The scope of such insurance shall cover the entire value of supplies of equipment, plants and materials to be imported from time to time. All costs on account of insurance liabilities covered under contract will be to PIA’s account and will be included in value of contract. However, APSFL may from time to time, during the currency of the contract, ask the PIA in writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in value of contract to the extent of reduced premium amounts. PIA as far as possible shall cover insurance with Indian Insurance Companies, including marine Insurance during ocean transportation. PIA should submit copy of the Insurance policy/policies to APSFL 21 days of the receipt of PO. The Insurance policy/policies should be valid till at least 3 months beyond the scheduled implementation date mentioned in PO and should be extended in case project implementation is delayed.

3.6.1

Employees State Insurance Act

a. The PIA agrees to and does hereby accept full and exclusive liability for the compliance with all obligations imposed

by the Employee State Insurance Act 1948 and the PIA further agrees to defend, indemnify and hold APSFL harmless for any liability or penalty which may be imposed by the Central, State or Local APSFL by reason of any asserted violation by PIA or Sub-contractor of the Employees’ State Insurance Act, 1948,and also from all claims, suits or proceeding that may be brought against APSFL arising under, growing out of or by reasons of the work provided for by PIA, by third parties or by Central or State Government APSFL or any political sub-division thereof. b. The PIA agrees to fill in with the Employee’s State Insurance Corporation, the Declaration Forms, and all forms which may be required in respect of the PIA’s or Sub-contractor’s employees, who are employed in the Work provided for or those covered by ESI from time to time under the Agreement. The PIA shall deduct and secure the agreement of the Sub-contractor to deduct the employee’s contribution as per the first schedule of the Employee’s State Insurance Act from wages and affix the Employees Contribution Card at wages payment intervals. The PIA shall remit and secure the agreement of Sub-contractor to remit to the State Bank of India, Employee’s State Insurance Corporation Account, the Employee’s contribution as required by the Act. The PIA agrees to maintain all cards and Records as required under the Act in respect of employees and payments and the PIA shall secure the agreement of the Subcontractor to maintain such records. Any expenses incurred for the contributions, making contributions or maintaining records shall be to the PIA’s or Sub-contractor’s account. 29 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

c. APSFL shall retain such sum as may be necessary from the total value of Contract until the PIA shall furnishes

satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid. This will be applicable pending on the PIA when the ESI Act is extended to the place of work.

3.6.2

Workmen Compensation and Employer’s Liability Insurance

Insurance shall be affected for all the PIA’s employees engaged in the performance of this Contract. If any of the work is sublet, the PIA shall require the Sub-contractor to provide workman’s compensation and employer’s liability insurance for the sub-contractor’s employees if such employees are not covered under the PIA’s insurance. 3.6.3

Accident or Injury to Workmen

APSFL shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or injury to any workman or other person in the Employment of the PIA or any Sub-contractor save and except an accident or injury resulting from any act or default of APSFL, its agents or servants and the PIA shall indemnify and keep indemnified APSFL against all such damages and compensation (save and except and aforesaid) and against all claims, demands, proceeding, costs, charges and expenses, whatsoever in respect or in relation thereto. 3.6.4

Transit Insurance

In respect of all items to be transported by the PIA to the Site of Work, the cost of transit insurance shall be borne by the PIA and the quoted price shall be inclusive of this cost. 3.6.5

Comprehensive Automobile Insurance

This insurance shall be in such a form as to protect the PIA against all claims for injuries, disability, disease and death and damage to the property of others arising from the use of motor vehicles during on or off the ‘site’ operations, irrespective of Ownership of such vehicles. 3.6.6

Comprehensive General Liability Insurance

This insurance shall protect the PIA against all claims arising from injuries, disabilities, disease or death of member of public or damage to property of others due to any act or omission on the part of the PIA, its agents, its employees, its representatives and Sub-Contractors or from riots, strikes and civil commotion. 3.6.7 a. b.

c. d.

3.7 1. 2. 3.

Group Personal Accident Insurance Cover PIA shall take suitable Group Personal Accident Insurance Cover for taking care of injury, damage or any other risks in respect of its Engineers and other Supervisory staff who are not covered under Employees State Insurance Act. The policy shall cover third party liability. The third-party liability shall cover the loss/ disablement of human life (person not belonging to the PIA) and also cover the risk of damage to other materials/ equipment/ properties during construction, erection and commissioning at site. The value of third party liability for compensation for loss of human life or partial/ full disablement shall be of required statutory value but not less than INR 2 lakhs per death, INR 1.5 lakhs per full disablement and INR 1 lakh per partial disablement and shall nevertheless cover such compensation as may be awarded by Court of Law in India and cover for damage to others equipment/ property as approved by APSFL. However, third party risk shall be up to a maximum of INR 10 (ten) lakhs in case of death. The PIA shall also arrange suitable insurance to cover damage, loss, accidents, risks, etc., in respect of all its plant, equipment and machinery, erection tools & tackles and all other temporary attachments brought by him at site to execute the work. Any such insurance requirements as are hereby established as the minimum policies and coverages which PIA must secure and keep in force must be complied with, PIA shall always be free to obtain additional or increase coverages at PIA’s sole expenses. Quality Assurance and Testing The QA test schedule shall be issued by BBNL/State. PMA shall carry out the testing accordingly. The material, installation and commissioning shall be approved after Quality Assurance tests and are carried out by PMA as per prescribed test schedule specified by BBNL/State in the Purchase Order. In case of any Quality issue, manufacturers would have to replace the defective material, in full, by good material duly passed by PMA.

30 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.8 1.

2. 3.

3.9

Force Majeure 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, Intentional and willful act of malice to damage the assets, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as Force Majeure 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 APSFL 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. Following events shall not be considered as Force Majeure Event: Cyclones that are not above the speed of 100 kms/hours. Provided, also that if the contract is terminated under this clause, APSFL shall be at liberty to take over from Contractor at a price to be fixed by APSFL, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of implementation which may be in possession of Contractor at the time of such termination or such portion thereof as APSFL may deem fit, except such materials, bought out components and stores as the Contractor may with the concurrence of the Department elect to retain. The works to be completed by the Scheduled Completion Date

1.

Performance of the services shall be made by the PIA in accordance with the implementation schedule specified by APSFL in its purchase order. In case the work is not completed in the stipulated period, as indicated in the Purchase Order, APSFL reserves the right either to short-close/cancel this purchase order and/or impose Liquidated Damages. The cancellation/short-closing of the order shall be at the risk and responsibility of the PIA and APSFL reserves the right to get the balance work completed at the risk and cost of the defaulting PIA.

2.

Delay by the PIA in the performance of its work obligations shall render it liable to any or all of the following sanctions: a. Imposition of Liquidated Damages, and/or b. Short-closure of the contract and/or for forfeiture of its performance security in part or full and/ or termination of the contract for default after giving minimum 3 opportunity to rectify the issues as raised by APSFL.

3.

If at any time during the performance of the contract, the PIA encounters condition impending timely performance of service, the PIA shall: a. Promptly notify to APSFL in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the PIA’s notice, APSFL shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 26 weeks). b. If the PIA fails to complete the work even during extended implementation period then the PO shall be shortclosed and the Performance Bank Guarantee shall be forfeited.

4.

Should the PIA fail to deliver the services as per the contract and the implementation plan submitted by PIA and accepted by PMA and APSFL during planning stage within the period prescribed, APSFL, without prejudice to other remedies available to APSFL shall be entitled to recover, as agreed liquidated damages, a sum equivalent to 0.5% of the implementation cost of the GP’s delayed for each week of delay or part thereof for a period up to 13 weeks. Thereafter, 0.7% of the implementation cost of the GP’s delayed for each week of delay or part thereof for a period up to another 13 weeks. a. Extension for the execution of services will not be given except in exceptional circumstances like critical ROW, Natural calamities etc. b. The Bidder shall not complete the works after expiry of the contracted implementation period, without prior concurrence of APSFL and be accepted by the PMA. The acceptance will not deprive APSFL of its right to impose Liquidated Damages on PIA. c. Extension beyond 26 weeks would not be generally allowed. The extension beyond 26 weeks may be decided in most exceptional circumstances on case to case basis, by APSFL stating reasons and justifications for grant of extension of implementation period beyond 26 weeks. d. The Liquidated Damages amount may be adjusted or set-off against any sum payable to the PIA under this contract. e. Any delay attributable to grant of permission by the requisite Right of Way APSFL or any other approvals beyond 30 days from the first application date shall be exempt from calculation of Liquidated Damage charges.

31 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II f. 3.10

Any delay due to APSFL will be excluded from execution schedule.

When Contract can be Determined

1.

Subject to other provisions contained in this clause, APSFL may, without prejudice to its any other rights or remedy against the PIA in respect of any delay, inferior quality of service, any claims for damages and/ or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases: a. If the PIA having been given by APSFL a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in an inefficient or otherwise improper or un-workman like manner shall omit to comply with the requirement of such notice for a period of thirty (30) days thereafter. b. If the PIA has, without reasonable cause, suspended the progress of the work or has failed to proceed with the work with due diligence so that in the opinion of APSFL he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of fifteen (15) days from APSFL. c. If the PIA fails to complete the work within the stipulated date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by APSFL. d. If the PIA persistently neglects to carry out its obligations under the contract and/ or commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within fifteen (15) days after a notice in writing is given to him in that behalf by APSFL. e. If the PIA shall offer or give or agree to give to any person in APSFL service or to any other person on its behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of this or any other contract for APSFL. f. If the PIA shall enter into a contract with APSFL in connection with which commission has been paid or agreed to be paid by him or to its knowledge, unless the particulars of any such commission and the terms of payment thereof have been previously disclosed in writing to APSFL. g. If the PIA shall obtain a contract with APSFL as a result of non-bona fide methods of competitive tendering or commits breach of integrity pact. h. If the PIA shall at any time be adjudged insolvent/bankrupt or have a receiving order or order for administration of its estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any applicable Insolvency or Bankruptcy statute for the time being in force or make any conveyance or assignment of its effects or composition or arrangement for the benefit of its creditors or purport so to do, or if any application be made under any Insolvency or Bankruptcy statute for the time being in force for the sequestration of its estate or if a trust deed be executed by him for benefit of its creditors. i. If the PIA being a company passes a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle the court to make a winding up order.

2.

When the PIA has made himself liable for action under any of the cases aforesaid, APSFL shall have powers: a. To determine the contract as aforesaid (of which termination notice in writing to the PIA under the hand of APSFL shall be conclusive evidence). Upon such determination, Performance Guarantee under the contract shall be liable to be forfeited and shall be absolutely at the disposal of APSFL. b. After giving notice to the PIA to measure up the work done and to take such whole, or the balance or part thereof, as shall be un-executed out of its hands and to give it to another PIA to complete the work. The PIA, whose contract is determined as above, shall not be allowed to participate in the tendering process for the balance work. c. In the event of above courses being adopted by APSFL, the PIA shall have no claim to compensation for any loss sustained by him by reasons of its having purchased or procured any materials or entering into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract. And in case action is taken under any of the provision aforesaid, the PIA shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this contract unless and until APSFL has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.

3.11

PIA liable to pay compensation even if action not taken under the above Clause

In any case in which any of the powers conferred upon APSFL by the Clause mentioned in “When Contract can be Determined”, thereof, shall have become exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the PIA and the liability of the PIA for compensation shall remain unaffected. In the event of APSFL putting in force all or any of the powers vested in APSFL under the preceding clause APSFL may, if APSFL so desires 32 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II after giving a notice in writing to the PIA, take possession of or (at the sole discretion of APSFL which shall be final and binding on the PIA) use as on hire (the amount of the hire money being mutually agreed in writing between APSFL and PIA ) all or any tools, plant, materials and stores, in or upon the works, or the site thereof belonging to the PIA, or procured by the PIA and intended to be used for the execution of the work/ or any part thereof, paying or allowing for the same in account at the contract rates, or, in the case of these not being applicable, at current market rates to be certified by the PMA (or APSFL), whose certificate thereof shall be final, and binding on the PIA (within a time to be specified in such notice) in the event of the PIA failing to comply with any such requisition, APSFL may remove them at the PIA’s expense or sell them by auction or private sale on account of the PIA and its risk in all respects and the certificate of APSFL as to the expenses of any such removal. 3.12 1.

2. 3. 3.13

Delays by APSFL or its authorized agents In case the PIA’s performance is delayed due to any act or omission on the part of APSFL or its authorized agents and Right of Way from the concerned authorities beyond 60 days, then the PIA shall be given due extension of time for the completion of the Work, to the extent such omission on the part of APSFL has caused delay in the PIA’s performance of its Work. Adjustment in Contract Price shall be allowed for reasons of such delays and extensions granted. APSFL reserves the right to seek indulgence of PIA to maintain the agreed Time Schedule of Completion. No waiver of rights

Neither the inspection by APSFL or any of its officials, employees, or agents nor any order by APSFL for payment of money or any payment for or acceptance of the whole or any part of the work by APSFL nor any extension of time, nor any possession taken by APSFL shall operate as a waiver of any provision of the Contract or of any power herein reserved to APSFL or any right to damages herein provided, nor shall any waiver of any breach in the Contract be held to be a waiver of any other or subsequent breach. 3.14

Certificate not to affect right of APSFL and liability of PIA

No interim payment certificates of APSFL nor any sum paid on account by APSFL nor any extension of time for execution of the work granted by APSFL shall affect or prejudice the rights of APSFL against the PIA or relieve the PIA of its obligations for the due performance of the Contract or be interpreted as approval of the Work done and no certificate shall create liability for APSFL to pay for alterations, amendments, variations or additional works not ordered, in writing, by APSFL or discharge the liability of the PIA for the payment of damages whether due, ascertained, or certified or not or any sum against the payment of which he is bound to indemnify APSFL. 3.15 1. 2. 3. 4. 5.

6. 7.

Verification of Measurements of Work Done PIA shall, except as otherwise provided, ascertain and determine by measurement, the value in accordance with the contract of work done. All measurement and readings/results of various tests, as applicable, shall be entered by PIA in the Measurement Sheet/ Measurement Book as per the format of APSFL so that a complete record is obtained of all works performed under the contract. All measurements shall be taken by the PIA which will be verified by the PMA. If the PMA objects to any of the measurements recorded, a note shall be made to that effect with reason and signed by both the parties. The PIA shall, without extra charge, provide all assistance to PMA with every appliance (roadometer, PON OTDR along with printer attached to it, etc.), required work force while inspection of sites, and other things necessary for measurements and recording levels. Camera enabled with GIS coordinates will be owned by PIA. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall be taken in accordance with the procedure set forth in the Specifications notwithstanding any provision in the relevant Standard Method of measurement. In the case of items which are not covered by Specifications, measurements shall be taken in accordance with the relevant standard method of measurement issued by the Bureau of Indian Standards and if for any item no such standard is available, then a mutually agreed method shall be followed. APSFL or its authorized representative may cause either themselves or through another officer of APSFL to check the measurements recorded jointly or otherwise as aforesaid and all provisions stipulated herein above shall be applicable to such checking of measurements. It is also a term of this contract that recording of measurements of any item of work in the measurement sheet/ book and/ or its payment in the interim or final bill shall not be considered as conclusive evidence as to the sufficiency of any work or material to which it relates nor shall it relieve the PIA from liabilities from any over measurement or defects noticed till the completion of contract.

33 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.16 1.

Price Schedule and Payments PIA’s Remuneration  The Paying Authority shall be APSFL.  With exception of mobilization advance if any, PIA’s claim for payment is contingent upon successful completion of work on a site as per engineering guidelines and specified standards.  The price to be paid by APSFL to PIA for the whole of the Work to be done and for the performance of all the obligations undertaken by the PIA under the Contract Documents shall be ascertained by the application of the respective Price Schedule and payment to be made accordingly for the Work actually executed and approved by APSFL. The sum so ascertained shall (excepting only as and to the extent expressly provided herein) constitute the sole and inclusive remuneration of the PIA under the Contract and no further or other payment whatsoever shall be or become due or payable to the PIA under the Contract.

2. Price Schedule to be Inclusive: The unit prices/ rates quoted by the PIA shall remain firm till all the Gram Panchayats in the package have been commissioned and shall not be subject to escalation, except if otherwise provided in the Contract documents. Price Schedule shall be deemed to include and cover, subject to the terms and conditions of Contract documents, all costs, expenses and liabilities of every description and all risks of every kind to be taken in executing, completing and handing over the Work to APSFL by the PIA. The PIA shall be deemed to have known the nature, scope, magnitude and the extent of the Work though the Contract Document may not fully and precisely furnish them. The PIA shall make such provision in the Price Schedule as it may consider necessary to cover the cost of such items of Work as may be reasonable and necessary to complete the Work. 3. Price Schedule to cover Construction Equipment, Stores, Materials, Labour, etc. Without in any way limiting the provisions of the preceding clause the price schedule shall be deemed to include and cover the cost of all equipment, temporary work (except as provided for herein), stores, materials, labour, insurance, fuel, consumables and appliances to be supplied by the PIA and all other matters in connection with each item in the price schedule and the execution of the Work or any portion thereof finished, complete in every respect and maintained as shown or described in the Contract Documents or as may be ordered in writing during the continuance of the Contract. 4.

Price Schedule to Cover Royalties, Rents and Claims a. The Price Schedule shall be deemed to include and cover the cost of all royalties and fees for the articles and processes, protected by letters, patent or otherwise incorporated in or used in connection with the Work, also all royalties, rents and other payments in connection with obtaining materials of whatsoever kind for the Work. b. The PIA shall indemnify and hold harmless APSFL, its directors, officers, employees etc. against all actions, proceedings, demands, claims, judgments, settlements, liabilities, damages, fees, impositions, penalties, interest, attachments, octroi or other municipal or local Board Charges, levies, taxes, costs, expenses or any other amounts whatsoever, arising from the incorporation in or use on the Work of any such articles, processes, materials, equipment or machineries to be brought to site for use on Work shall be borne by the PIA.

5.

Price Schedule to cover Taxes and Duties a. Prices charged by the PIA for services under the contract shall not be higher than the prices quoted by the PIA in its Bid except for variation caused by change in taxes/ duties as specified below. b. For changes in taxes/ duties during the scheduled implementation period/ extended implementation period, the unit price shall be regulated as under: (i) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties applicable at that time (ii) In case of reduction of taxes and other statutory duties during the scheduled implementation period, APSFL shall take the benefit of decrease in these taxes/duties for the services from the date of enactment of revised duties/taxes. (iii) In case of increase in duties/taxes during the scheduled implementation period/extended implementation period, APSFL shall revise the prices as per new duties/taxes for the supplies, to be made during the remaining implementation period as per terms and conditions of the purchase order. c. Any increase in taxes and other statutory duties/levies after the expiry of the implementation period / extended implementation period shall be to the PIA’s account. However, in case there is any delay in completion of the Project within the scheduled implementation period/ extended implementation period for the reasons attributable to APSFL, then the same shall be to APSFL account. However, benefit of any decrease in these taxes/duties shall be passed on to APSFL by the PIA.

6.

Price Schedule to Cover Risk of Delay: a. Subject to the terms of the Contract documents, the Price Schedule shall be deemed to include and cover the risk of all possibilities of delay and interference with the PIA’s conduct of Work which occur from any causes including orders of APSFL in the exercise of its power and because extension of time granted due to various reasons and for

34 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

b. 7.

all other possible or probable causes of delay. The payment will be made according to the Work carried out, for which purpose an item wise, or work-wise bill of quantities shall be furnished, suitable for evaluating the value of Work done and preparing invoices.

Quotes for Aerial cable laying works, installation and commissioning: (Price schedule)

a. Rates to be quoted on a per kilometer Aerial route length basis for installation of Aerial OFC. 8.

Implementation cost would be sum total cost calculated by multiplying each of the above quotes with the respective estimated quantities, i.e., total sum of all values of price schedule shall be the implementation cost. 9. Quotes for Maintenance Work to be quoted on per kilometre Aerial route length basis for Aerial network 10. Payment on Intermediate Certificate to be regarded as Advances a. The invoices shall be submitted by the PIA for the work executed on the basis of such recorded measurements, in the format to be provided by APSFL (within 20days of signing of contract), in triplicate on or before the date of every month, fixed for the same by APSFL. The payments would be made within 30 days as per the conditions specified in the Payment Terms after deducting LD, if any, as applicable. The PIA shall not be entitled to be paid any other interim payment except as per the above. b. All such interim payments shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the PMA relating to the work done or materials delivered forming part of such payment, may be modified or corrected by any subsequent such certificate(s) or by the final certificate and shall not by itself be conclusive evidence that any work or materials to which it relates is/ are in accordance with the contract and Specifications. Any such interim payment, or any part thereof shall not in any respect conclude, determine or affect in any way powers of APSFL under the contract or any of such payments be treated as final settlement and adjustment of accounts or in any way vary or affect the contract. c. Pending consideration of extension of date of completion, interim payments shall continue to be made as herein provided without prejudice to the right of APSFL to take action under the terms of this contract for delay in the completion of work, if the extension of date of completion is not granted by APSFL. 3.17

Payment Terms

Mobilization advance of 10% of the PO value will be given to the vendor, on its request, against submission of Bank Guarantee of equivalent amount. The bills will be submitted by the vendor on the monthly basis block-wise. This will include bills of material supplied and services rendered (such as survey, GPs commissioned, etc.) during the previous month. Further Payments shall be released only on satisfactory acceptance of the deliverables for each Task as per the following schedule: a.

First Milestone i.

ii.

Supply of materials: vendor can submit claim relating to supply of materials during previous month (PO wise) of materials required for commissioning of GPs as per schedule in that PO. The timelines for completion of supplies will be as defined in PO. The first bill for payment against supplies shall be restricted to 60% of the eligible claim. The remaining claim towards supply of material will be admitted by APSFL along with commissioning of GPs pertaining to that PO.

b. Second Milestone The vendor can submit his claim for second milestones towards commissioning of the GPs on GP-wise i.e. for each GP commissioned the vendor can submit his claim towards remaining 25% of the material supplied and 75% claim towards services. c.

Third Milestone

Balance 5 % payment of the cost towards supply of material and services will be made after start of O&M and submission of O&M PBG. Payments shall be released only on satisfactory acceptance of the deliverables for each task as per the following schedule:

35 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II S. No. 1 2

3

Milestone Mobilization advance Supply of all the material required to commission the GPs in a particular Month Commissioning of GPs in a month

Payment against material 10% of PO value against supplies 60% payment of supply made during previous month

Payment against services 10% of PO value against services N.A.

25% payment of supplied material consumed in commissioning in previous month

25% payment of service, i.e. GPs commissioned during previous month

5% payment of services, i.e. GPs commissioned in the block

4

After start of Operations and Maintenance (O&M) on submission of O&M Performance Bank Guarantee (PBG)

5% payment of supplied material consumed in commissioning of GPs.

5

Operation and Maintenance (inclusive of services levels agreement)

Payment shall be made GP wise after completion of every quarter arrears (based on SLA parameters)

Documentary evidence Against submission of BG of 110% of mobilization advance Delivery of material: Copy of duly signed and stamped delivery challan Delivery of material: Copy of duly signed and stamped delivery challan Services: Copy of Duly Signed and Stamped Installation report, Commissioning and testing report approved by State, OTDR link test reports, power on, FAT report approved and certificate issued along with configuration reports by state, AsBuilt Diagram (ABD report) and Monthly Progress Report. Delivery of material: Copy of duly signed and stamped delivery challan Services: Copy of Duly Signed and Stamped Installation report, Commissioning and testing report approved by State, OTDR link test reports, power on, FAT report approved and certificate issued along with configuration reports by state, AsBuilt Diagram (ABD report) and Monthly Progress Report. SLA report duly certified by state

Note 1: All payments shall be released after certification of delivery and implementation milestones by State/State appointed TPA. Note 2: All payment shall be made in Indian rupees only. Note 3: Payment shall be released against the invoices raised by PIA on providing all relevant documents timely and are completing in all references. Note 4: Payment shall be subject to deductions of any amount for which the PIA 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. 3.18

Other Responsibilities of the PIA  

3.19

Publish monthly progress report including schedules, charts & drawings Publish next month plan, schedule of procurement, commissioning & implementation schedule. Procedure for preparation, processing and payment of bill for works

1.

For claiming the payment on successful completion of the defined milestones, the PIA shall prepare the bill along with GP-wise testing and acceptance document of all the works and submit the same to PMA.

2.

The PMA scrutinize the final bill against the works entrusted and accord necessary certificates stating that the work has been executed satisfactorily in accordance with Specification and terms and condition of the contract. The PMA

36 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II shall verify the quantities of items of work done by PIA with reference to measurement recorded in the measurement sheet and Acceptance Testing procedure as defined in this Clause shall be followed. a.

The PMA verify and submit the bills (for work carried out by PIA in GPs which is accepted by PMA) provided by PIA along with all self-certifications, test reports and measurement records to APSFL.

b.

APSFL shall release the payment to PIA accordingly based on certificates received from PMA.

c.

PMA shall submit its bills to APSFL. APSFL shall exercise the prescribed checks on the bills provided by PMA and make payments to PIA within 30 days of receipt of bills.

Procedure for Payment for Sub-Standard Works The PIAs are required to execute all works satisfactorily and in accordance with the Specification. If certain items of work are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any materials or articles provided by him for execution of work or unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract (referred to as substandard work hereinafter), APSFL shall make a demand in writing specifying the work, materials or articles about which there is a complaint. Timely Action by PMA 1. The PMA responsible for surprise audits of work. A notice in respect of defective work shall be given to the PIA in writing during the progress of work asking the PIA to rectify/replace/remove the sub-standard item of work and also definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice period, if the PIA fails to rectify/ replace/ remove the sub-standard items, the defects shall be rectified/replaced/removed by APSFL, at its sole discretion, through some other agency at the risk and cost of the PIA. 2. Non-reporting of the sub-standard work in time on the part of PMA shall not in any way entitle the PIA to claim that the defects were not pointed out during execution and as such the PIA cannot be absolved of the responsibility for substandard work and associated liabilities. Quality Control of Works 1. The importance of quality of Aerial cable splicing works cannot be over-emphasized. The quality and availability of long distance media and efficiency of the reliable media connectivity between terminal equipment depends upon quality of optic fibre cable plant. The quality of Aerial cable plant depends upon the quality of individual items of work involved viz. Aerial OFC installed, Protection, Jointing Aerial and Terminations in equipment room. In order to ensure quality in cable construction work, each component of work needs attention. The work shall be carried out strictly in accordance with Specifications laid down to achieve the requisite quality aim. 2. APSFL shall be the final judge of the quality of the work and the satisfaction of APSFL in respect thereof set forth in the contract document. Laxity or failure to enforce compliance with the contract documents by APSFL and/ or its representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the PIA shall be and remain responsible for complete and proper compliance with the contract documents and the Specification therein. The representative of APSFL has the right to prohibit the use of men and any tools, materials and equipment which, in his opinion, do not produce the required work or performance meet the requirement of the contract documents. 3. It is imperative that the PIA(s) is/are fully conversant with the Aerial OFC installation practices and shall be fully equipped to carry out the work in accordance with the Specifications. The PIAs are expected and bound to ensure quality in works in accordance with Specifications laid down. The PIA shall engage adequate and experienced supervisors to ensure that work is carried out as per Specifications and with due diligence and in a professional manner. A two-stage testing process will be incorporated as follows: i. ii. 3.20

The first level of testing shall be carried out the PIA. Once the PIA is confirmed about the quality assurance of their work and material then they will hand it over to testing teams of PMA. The PMA testing teams shall carry out final sample checks.

Payments of PIA’s bills through Electronic transfer to Banks

The PIA must give the mandate for receiving all payments electronically and the charges, if any, levied by bank has to be borne by the PIA. PIA is required to give the following information for this purpose along with the bill/ invoice:  Beneficiary Name 37 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II     3.21 1. 2.

3.

4.

3.22 1.

2.

Beneficiary Bank Name Beneficiary branch Name IFSC code of beneficiary Branch Beneficiary account No. Levy/ Taxes payable by PIA

All taxes including GST, Building and other Workers Welfare Cess or any other tax or Cess in respect of this contract shall be payable by the PIA and APSFL shall not entertain any claim whatsoever in this respect. If pursuant to or under any law, notification or order any royalty, cess, tax or the like becomes payable by APSFL and does not any time become payable by the PIA to the State Government, Local authorities in respect of any material used by the PIA in the works, then in such a case, APSFL will have the right and be entitled to recover the amount paid in the circumstances as aforesaid from dues of the PIA. Conditions for reimbursement of levy/ taxes if levied after receipt of tenders a. All tendered rates shall be inclusive of all taxes and levies payable under respective statutes. b. The PIA shall keep necessary books of accounts and other documents for the purpose of this condition as may be necessary and shall allow inspection of the same by APSFL or its authorized representative and shall also furnish such other information/ document as APSFL may require from time to time. Apprentices Act provisions to be complied with the PIA shall comply with the provisions of the Apprentices Act, 1961 and the rules and orders issued there under from time to time. If he fails to do so, its failure will be a breach of the contract and APSFL may, in its discretion, cancel the contract. The PIA shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. Materials to be provided by the PIA The PIA shall provide all the material such as OF cable and accessories, Splitters, FDMS & all other Accessories and FMS (Hardware & Software) and other items included in the Bill of Material. The list of items shown in Bill of Material are indicative, as such any other material required for successful commissioning of project shall be provided by the PIA at its own cost. The PIA shall, at its risk and cost, make all arrangements and shall provide all facilities as the PMA may require for verification of the material at sites or stores and bear all charges and cost of such verification unless specifically provided for otherwise elsewhere in the contract or Specifications. Technical commercial condition for procurement by the bidder: a. The bidder shall enter into legally binding agreement with the OEM/ ToT Partner for supply, installation and commissioning during 7 years Operation & maintenance period (including warranty period). Copy of such agreement shall be furnished with the bid. The legally binding agreement should be in accordance with the requirements and terms & conditions of this tender. b. The bidders shall also submit certificate(s) from the end user(s) for the satisfactory working/ performance of the quoted models of splitters. The user certificate may be related to the equipment deployed for field trial or for commercial operations.

3.

Technical-commercial conditions for procurement of OFC and associated Equipment/Material by the bidder: a. Should be approved by APSFL against the respective technical specifications b. If the bidder is not the manufacturer of optical fibre cable, then the bidder shall enter into legally binding agreement(s) with the manufacturers of the OFC and the copy of such agreement(s) shall be furnished with the bid. c. All the items other than OF Cable i.e. accessories, etc. shall be should be approved by APSFL against the respective technical specifications.

4.

APSFL shall have full powers to instruct PIA to affect the removal from the premises of all materials which in its opinion are not in accordance with the Specifications and in case of default, APSFL shall be at liberty to employ at the expense of the PIA, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. APSFL shall also have full powers to require other proper materials to be substituted thereof and in case of default, APSFL may cause the same to be supplied and all costs which may attend such removal and substitution shall be borne by the PIA. The PIA shall bear all the cost associated with the completion of various activities of the project such as material procurement, transporting to site, arrangement for storage and safe keeping of the material, splicing, testing etc. Notwithstanding anything to the contrary contained in any other clause of the contract all stores/ materials so procured shall remain the absolute property of APSFL and the PIA shall be the trustee of the stores/ materials and the said stores/ materials shall not be removed/ disposed of from the site of the work on any account.

5.

38 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.23

Fall Clause

At any time during the contract (a) if it comes to the notice of APSFL regarding reduction of price for the same or similar service; and/ or (b) the prices received in a new tender for the same or similar equipment/ service are less than the prices chargeable under the contract. The prices would be determined as follows: 1. APSFL, for the extended implementation period, if any, will determine and intimate the new price, taking into account various related aspects such as quantity, geographical location etc., and the date of its effect for the balance service to the PIA. In case the PIA does not accept the new price to be made applicable during the extended implementation period and the date of its effect, APSFL shall have the right to terminate the contract without accepting any further services. This termination of the contract shall be at the risk and responsibility of the PIA and APSFL reserves the right to purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting PIA besides considering the forfeiture of its performance security. 2.

The PIA while applying for extension of time for implementation, if any, shall have to provide an undertaking as "We have not reduced the sale price, and/ or offered to sell the same or similar equipment/ service 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 implementation period."

3.

In case undertaking as in the above clause is not applicable, the PIA will give the details of prices, the name(s) of APSFL, quantity etc. to APSFL, while applying extension of implementation period.

3.24

Work to be executed in Accordance with Engineering Instructions and Construction Specifications & Material to be procured as per Technical specifications

1.

The PIA shall execute the whole and every part of the work in the most substantial and workman-like manner both as regards materials and services and otherwise in every respect in strict accordance with the Engineering Instructions and Construction Specifications and as per the Scope of Work. The PIA shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work signed by APSFL. The PIA will procure all the material as per technical Specifications specified in the tender documents.

2.

The PIA shall comply with the provisions of the contract and with the care and diligence execute and maintain the works and provide all labor and materials, tools and plants including for measurements and supervision of all works and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these, is specified or is reasonably inferred from the contract. The PIA shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction.

3.

Deviations/ Variations Extent and Pricing APSFL shall have power to make alteration in, omissions from, additions to, or substitutions within reasonable limits, and not varying by more than 10% of the agreed project scope, for the original instructions / guidelines, Specifications, drawings, designs and instructions that may appear to APSFL to be necessary or advisable during the progress of the work, and to omit a part of the works in case of non-availability of a portion of the site or for any other reasons and the PIA shall be bound to carry out the works in accordance with any instructions given to him in writing signed by APSFL and such alterations, omissions, additions or substitutions shall form part of the contract as if originally provided therein and any altered, additional or substituted work which the PIA shall be granted an extension of time and may be directed to do in the manner specified above as part of the works, shall be carried out by the PIA on the same conditions in all respects and subject to the terms of Contract, the same price on which he agreed to do the main work except as hereafter provided. a. Any operation incidental to or necessary for proper execution of the items included in the Bill of Material, whether or not, specifically indicated in the description of the item and the relevant Specifications shall be deemed to be included in the rate quoted by the Bidder. Nothing extra shall be admissible for such operations. b. The list of GPs/ Blocks/ Districts identified in this NIT to be implemented may be changed at APSFL’s discretion prior to execution of work in the concerned GP.

3.25 1.

Foreclosure of contract due to Abandonment of project If at any time after acceptance of the bid, APSFL shall decide to abandon the project for any reason whatsoever and hence not require the whole or any part of the works to be carried out, APSFL shall give notice in writing to that effect to the PIA and the PIA shall act accordingly in the matter. The PIA shall have no claim to any payment of compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of the works.

39 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 2.

The PIA shall be paid at contract rates, full amount for the works executed at the site and, in addition, a reasonable amount for the items hereunder mentioned which could not be utilized on the work to the full extent in view of the foreclosure: APSFL shall have the option to take over PIA’s materials or any part thereof either brought to site or of which the PIA is legally bound to accept delivery from PIAs (for incorporation in or incidental to the work) provided, however APSFL shall be bound to take over the materials or such portions thereof as the PIA does not desire to retain. For materials taken over or to be taken over by APSFL, cost of such materials as detailed by APSFL shall be paid. The cost shall, however, consider purchase price, cost of transportation and deterioration or damage which may have been caused to materials whilst in the custody of the PIA.

3.

Carrying out part work at risk and cost of PIA: a. If PIA: i. At any time makes default during currency of work or does not execute any part of the work with due diligence and continues to do so even after a notice in writing of fifteen (15) days in this respect from APSFL; or ii. Commits default in complying with any of the terms and conditions of the contract and does not remedy it or takes effective steps to remedy it within 15 days even after a notice in writing is given in that behalf by APSFL; or iii. Then APSFL without prejudice to any other right or remedy against the PIA which have either accrued or accrue thereafter to APSFL, by a notice in writing to take the part work/ part incomplete work of any item(s) out of its hands and shall have powers to:  Take possession of the site and any materials, constructional plant, implements, stores, etc., thereon; and/or  Carry out the part work/ part incomplete work of any item(s) by any means at the risk and cost of the PIA. b.

4.

3.26

Any expenditure incurred or to be incurred by APSFL in completing the part work/ part incomplete work of any item(s) or the excess loss of damages suffered or may be suffered by APSFL as aforesaid after allowing such credit shall without prejudice to any other right or remedy available to APSFL in law or as per agreement be recovered from any money due to the PIA on any account, and if such money is insufficient, the PIA shall be called upon in writing and shall be liable to pay the same within 30 days. c. If the PIA fails to pay the required sum within the aforesaid period of 30 days, APSFL shall have the right to recover it in accordance with the provisions of the contract. d. In the event of above course being adopted by APSFL, the PIA shall have no claim to compensation for any loss sustained by it by reason of its having purchased or procured any materials or entered into any engagements or made any advance on any account or with a view to the execution of the work or the performance of the contract. Suspension of Work a. The PIA shall, on receipt of the order in writing of APSFL, whose decision shall be final and binding on the PIA, suspend its service or any part thereof for such time and in such manner as APSFL may consider necessary. b. The PIA shall be compensated only up to the extent of payment milestone achieved as per the payment terms provided in the “Payment Terms” section as on the date of issue of suspension notice. Safety

The Contractor shall be responsible for the safety of all activities on the Site. 3.27

Access to the Site for the Contractor

APSFL shall be responsible for providing Right of Way (RoW)/ give access of the site to the Contractor. If access to a part site is given, APSFL will ensure that the part site so given access is amenable to carry out the work at site by the Contractor. 3.28

Access to the Site for APSFL

1.

The Contractor shall provide APSFL access to the site and to any place where work about the Contract is being carried out or is intended to be carried out.

2.

At any time during the exit management period, where assets are located at the Contractor's premises, the Contractor will be obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises, procure reasonable rights of access to) APSFL and/or any replacement Bidder in order to make an inventory of the assets for such period of time following termination or expiry of the contract as is reasonably necessary to migrate the services to APSFL , or a replacement Bidder

40 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.29

Settlement of disputes

1. If any dispute or difference of any kind whatsoever shall arise between APSFL and the Contractor in connection with,

or arising out of the contract, of the execution of the works, whether during the progress of the works or after their completion and whether before or after the termination, abandonment or breach of the Contract, it shall in the first place, be referred to and settled by APSFL who shall, within a period of thirty days after being requested by the Contractor to do so, give written notice of its decision to the Contractor. Upon receipt of the written notice of the decision of APSFL. The Contractor shall promptly proceed without delay to comply with such notice of decision.

2. If APSFL fails to give notice of its decision in writing within a period of thirty days after being requested or if the

Contractor is dissatisfied with the decision of APSFL , the Contractor may within thirty days after receiving such decision of APSFL, appeal to the Secretary, Energy Infrastructure and Investment Department, Government of Andhra Pradesh who shall afford an opportunity to the Contractor to be heard and to offer evidence in support of its appeal, the Secretary, Energy Infrastructure and Investment Department, shall give notice of its decision within a period of thirty days after the Contractor has given the said evidence in support of its appeal, subject to arbitration, as hereinafter provided. Such decision of the Secretary, Energy Infrastructure and Investment Department, Government of Andhra Pradesh in respect of every matter so referred shall be final and binding upon the Contractor and shall forthwith be given effect to by the Contractor, who shall proceed with the execution of the works with all due diligence whether he requires arbitration as hereinafter provided, or not. If the Secretary, Energy Infrastructure and Investment Department, Government of Andhra Pradesh has given written notice of its decision to the Contractor and no claim to arbitration has been communicated to him by the Contractor within a period of thirty days from receipt of such notice, the said decision shall remain final and binding upon the Contractor. If the Secretary, Energy Infrastructure and Investment Department, Government of Andhra Pradesh shall fail to give notice of this decision, as aforesaid, or if the Contractor be dissatisfied with any such decision, then and in any such case the Contractor within thirty days after the expiration of the first named period of thirty days as the case may be, require that the matter or matters in dispute be referred to arbitration by an arbitrator appointed by mutual consent of both the parties. The agreement to appoint an arbitrator will be in accordance with the Arbitration & Conciliation Act, 1996.

3.30

Operations & Maintenance (O&M) Phase

1.

The O&M will start after completion of first 5% of GPs of the respective package and from the first calendar day of the subsequent financial month from the date of completion of first 5% of GPs. Subsequent GPs’ O&M will start from 1 st date of next calendar month.

2.

The O&M period for the entire Package shall be for 7 years. The O&M contract can be extended for a further period as agreeable to both the parties at a mutually negotiated rate acceptable to both APSFL and PIA.

3.

The Quarterly payment to PIA for Operations and Maintenance Phase will be made for all GPs which are commissioned before the start of the respective quarter. For example, if a GP is commissioned on, it will be considered for quarterly O&M payment only from the quarter starting

4.

Penalty clauses of O&M period shall also be applicable during the Warranty period for breach of SLA made by PIA.

3.31

Detailed BOQ of Material used by PIA

After completion of work, PIA will submit the detailed BOQ of material used for each block separately in the prescribed Performa which would include all the material such as, 1. OFC length 2. PLB pipe /RCC/DWC laid 3. OFC laid 4. FDMS/FTB 5. Aerial Accessories Wedge as per Route feasibility 6. Splitters 7. RCC chamber/Route indicators/Joint closure/Warning Tape in Open Trench 8. FMS etc. The quantity of all the items filled in the prescribed Performa will have to be verified by PMA before submission to PMU APSFL.

41 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3.32 1.

2.

3.

3.33

Action in case work not done as per Engineering Instructions and Construction Instructions All works under or in course of execution or executed in pursuance of the contract, shall at all times be open and accessible to the inspection and supervision of APSFL or any organization engaged by APSFL for Quality Assurance, and the PIA shall, at all times, during the usual working hours and at all other times at which reasonable notice of the visit of such officers has been given to the PIA, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing, present for that purpose. If it shall appear to APSFL or the PMA engaged by APSFL for Quality Control and Assurance, that any work has been executed with unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him for the execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance with the contract, the PIA shall, on demand in writing from APSFL specifying the work, materials or articles complained of notwithstanding that the same may have been passed, certified and paid for forthwith rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at its own charge and cost. In the event of the failing to do so within a period specified by APSFL in its demand aforesaid, then the PIA shall be liable to pay compensation at the same rate as under the clause of the contract (for non-completion of the work in time) for this default. In such case APSFL may reject the work outright without any payment and/ or get it and other connected and incidental items rectified, or removed and re-executed at the risk and cost of the PIA. Decision of APSFL to be conveyed in writing in respect of the same will be final and binding on the PIA. Termination for Insolvency

APSFL may at any time terminate the Contract by giving written notice to the PIA. If the PIA 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 APSFL. 3.34

PIAs subordinate staff and their conduct

1.

The PIA shall provide all necessary superintendence during execution of the work and all along thereafter as may be necessary for proper fulfilling of the obligations under the contract.

2.

The PIA shall provide and employ on the site only such technical assistants as are skilled and experienced in their respective fields and such supervisory staff as are competent to give proper supervision to the work.

3.

The PIA shall provide and employ skilled, semiskilled and unskilled labour as is necessary for proper and timely execution of the work.

4.

APSFL shall be at liberty to object to and require the PIA to remove from the works any person who in its opinion misconducts himself, or is incompetent or negligent in the performance of its duties or whose employment is otherwise considered by APSFL to be undesirable. Such person shall not be employed again at works site without the written permission of APSFL and the persons so removed shall be replaced as soon as possible by competent substitutes.

3.35

Changes in firm’s Constitution to be approved

Approval shall be obtained from APSFL before any significant change in shareholding pattern and/ or management control of the company or its parent company is affected. If previous approval as aforesaid is not obtained, APSFL shall have power to adopt the course specified in the Clause mentioned in section “When Contract can be Determined” hereof in the interest of APSFL and in the event of such course being adopted, the consequences specified in the said Clause shall ensue. 3.36

Arbitration

Any dispute or difference whatsoever arising between the parties out of or relating to the construction, meaning, scope, operation or effect of this contract or the validity or the breach thereof shall be settled by arbitration in accordance with the Rules of Arbitration of the Indian Council of Arbitration and the award made in pursuance thereof shall be binding on the parties. 3.37

PIA to indemnify Govt. against Intellectual Property Rights

The PIA shall fully indemnify and keep indemnified APSFL, its directors, officers, employees etc. against any action, claim, 42 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II proceeding, demand, judgements, settlements, liabilities, damages, fees, impositions, penalties, interest, attachments, costs, expenses or any other amounts whatsoever, arising out of or relating to infringement or use of any intellectual property (including but not limited to trademark, patent or design) or any alleged intellectual property rights and shall pay any royalties which may be payable in respect of any article or part thereof included in the contract. In the event of any claims made under or action brought against APSFL in respect of any such matters as aforesaid, the PIA shall be immediately notified thereof and the PIA shall be at liberty, at its own expense, to settle any dispute or to conduct any litigation that may arise there from, provided that the PIA shall not be liable to indemnify APSFL if the infringement of the patent or design or any alleged patent or design right is the direct result of an order passed by APSFL in this behalf. 3.38

Language and measures

All documents pertaining to the Contract including Specification, Schedules, Notice, Correspondence, operating and maintenance instructions, Drawings, or any other writing shall be written in English language. The Metric System of Measurement shall be as used in the Contract unless otherwise specified. 3.39

Transfer of title

The title of ownership of supplies furnished by the PIA shall not pass on to APSFL for all Supplies till the same are finally accepted by APSFL after Commissioning and issue of Commissioning Certificate. However, APSFL shall have the lien on all such works performed as soon as any advance or progressive payment is made by APSFL to the PIA and the PIA shall not subject these works for use other than those intended under this Contract. 3.40

Release of Information

The PIA shall not, during or any time after the term of the contract, communicate or use in advertising, publicity, sales releases or in any other medium, photographs, or other reproduction of the work under this Contract or description of the site dimensions, quantity, quality or other information, concerning the Work unless prior written permission has been obtained from APSFL. 3.41 1.

2.

Indemnification & Limitation of Liability Subject to below clause, the PIA (the "Indemnifying Party") undertakes to indemnify APSFL (the "Indemnified Party") from and against all Losses on account of bodily injury, death or damage to tangible personal property arising in favor of any person, corporation or other entity (including the Indemnified Party) attributable to the Indemnifying Party's negligence or will full default in performance or non-performance under this Tender/ Agreement. If the Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim against Indemnified Party, the Indemnifying Party will defend such claim at its expense and will pay any costs or damages that may be finally awarded against Indemnified Party. The indemnities set out in above clause shall be subject to the following conditions: a. the Indemnified Party as promptly as practicable informs the Indemnifying Party in writing of the claim or proceedings and provides all relevant evidence, documentary or otherwise; b. the Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying Party all reasonable assistance in the Defense of such claim including reasonable access to all relevant information, documentation and personnel provided that the Indemnified Party may, at its sole cost and expense, reasonably participate, through its attorneys or otherwise, in such Defense; c. if the Indemnifying Party does not assume full control over the Defense of a claim as provided in this clause, the Indemnifying Party may participate in such Defense at its sole cost and expense, and the Indemnified Party will have the right to defend the claim in such manner as it may deem appropriate, and the cost and expense of the Indemnified Party will be reimbursed by the Indemnified Party; d. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or compromise any proceeding or claim without the written intimation of the Indemnifying Party; e. all settlement of claims subject to indemnification under this clause will: i. be entered only with the consent of the Indemnified Party, which consent will not be unreasonably withheld and include an unconditional release to the Indemnified Party from the claimant or plaintiff for all liability in respect of such claim.; and ii. include any appropriate confidentiality agreement prohibiting disclosure of the terms of such settlement f. the Indemnified Party shall account to the Indemnifying Party for all awards, settlements, damages and costs (if any) finally awarded in favor of the Indemnified Party which are to be paid to it in connection with any such claim or proceedings; g. the Indemnifying Party shall take steps that Indemnified Party may reasonably require mitigating or reduce its loss as a result of such a claim or proceedings;

43 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II h.

3.

4.

3.42 1. 2. 3. 3.43

in the event that the Indemnifying Party is obligated to indemnify the Indemnified Party pursuant to this clause, the Indemnifying Party will, upon payment of such indemnity in full, be subrogated to all rights and defenses of the Indemnified Party with respect to the claims to which such indemnification relates. The liability of the PIA (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for any claim in any manner related to the contract, including the work, deliverables or services covered by this Agreement, shall be the payment of direct damages only which shall in no event in the aggregate exceed tender contract value payable under this Agreement. The allocations of liability in this represent the agreed and bargained-for Understanding of the parties and compensation for the works reflects such allocations. Each Party has a duty to mitigate the damages and any amounts payable under an indemnity that would otherwise be recoverable from the other Party pursuant to the contract by taking appropriate and commercially reasonable actions to reduce or limit the amount of such damages or amounts. Jurisdiction Any dispute arising out of the tender/bid document/ evaluation of bids/issue of APO shall be subject to the jurisdiction of the competent court at the place from where the NIT/tender has been issued. Where PIA has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued. This Contract/ PO is subject to jurisdiction of Andhra Pradesh only. Exit Management

1.

This Clause sets out the provisions, which will apply when the contract has expired or when the contract is terminated.

2.

In the case of termination during the project implementation or maintenance phase, the Parties shall agree at that time whether, and if so during what period, the provisions of this clause shall apply.

3.

The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this clause.

4.

In such cases, the Mobilization Advance would be deemed as interest bearing advance at an interest rate of 10 %. APSFL reserves the right to recover the amount with interest from the Additional BG of the PIA.

5.

Transfer of Assets: The PIA shall provide list of all the assets under maintenance of the PIA. The list should be current with up-to-date modifications/changes. All the ABDs/GIS details should be updated to account for any changes in the routes like additional joints/joint chambers, route indicators, and cable route diversions/modifications. As also the relevant entries to be made in project management tools as specified.

6.

In case of contract being terminated by APSFL, APSFL reserves the right to ask PIA to continue running the project operations for a period of 6 months after termination orders are issued. The other liquidated damages and SLA would be applicable during this period.

7.

Upon service of a notice under this Article the following provisions shall apply: a. Payment to the outgoing PIA shall be made to the tune of last set of completed services / deliverables, subject to SLA requirements. b. The outgoing PIA will pass on to APSFL and/or its nominated agency, the subsisting rights in any products on terms not less favorable to APSFL/ its nominated agency, than that enjoyed by the outgoing PIA.

Cooperation and Provision of Information During the exit management period: a. The PIA will allow APSFL access to information reasonably required to define the then current mode of operation associated with the provision of the services to enable APSFL to assess the existing services being delivered; b. Promptly on reasonable request by APSFL, the PIA shall provide access to and copies of all information held or controlled by them which they have prepared or maintained in accordance with this contract relating to any material aspect of the services (whether provided by the PIA or Sub-contractors appointed by the PIA). APSFL shall be entitled to copy of all such information. Such information shall include details pertaining to the services rendered and other performance data. The PIA shall permit APSFL or its nominated agencies to have reasonable access to its employees and facilities as reasonably required to understand the methods of delivery of the services employed by the PIA and to assist appropriate knowledge transfer. Confidential Information, Security and Data: 44 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II The PIA will promptly on the commencement of the exit management period supply to APSFL the following: a. Information relating to the current services rendered and Purchased and performance data relating to the performance of Sub-contractors in relation to the services; b. Documentation relating to Project’s Intellectual Property Rights; c. All current and updated data as is reasonably required for purposes of APSFL or its nominated agencies transitioning the services to its replacement Bidder in a readily available format proposed by APSFL; d. All other information (including but not limited to documents, records and contracts) relating to the services reasonably necessary to enable APSFL or its nominated agencies, or its replacement Bidder to carry out due diligence in order to transition the provision of the Services to APSFL or its nominated agencies, or its replacement Bidder (as the case may be). Before the expiry of the exit management period, PIA shall deliver to APSFL all new or up-dated materials from the categories set out in Schedule above and shall not retain any copies thereof, except that the PIA shall be permitted to retain one copy of such materials for archival purposes only. Employees Promptly on reasonable request at any time during the exit management period, the PIA shall, subject to applicable laws, restraints and regulations (including those relating to privacy) provide to APSFL a list of all employees (with job titles) of the PIA dedicated to providing the services at the commencement of the exit management period. Where any national, regional law or regulation relating to the mandatory or automatic transfer of the contracts of employment from the PIA to APSFL, or a replacement Bidder ("Transfer Regulation") applies to any or all the employees of the PIA, then the Parties shall comply with their respective obligations under such Transfer Regulations. To the extent that any Transfer Regulation does not apply to any employee of the PIA, APSFL, or the replacement Bidder may make an offer of employment or contract for services to such employee of the PIA. Transfer of Certain Contracts On request by APSFL the PIA shall affect such assignments, transfers, licenses and sub-licenses as APSFL may require the same in the name of APSFL or its nominated agency in relation to any equipment lease, maintenance or service provision contract between PIA and third-party licensor, vendors, and which are related to the services and reasonably necessary for the carrying out of replacement services by APSFL or its replacement Bidder. 4.

Project Stakeholders: Roles & Responsibilities

The key stakeholders for implementation of BharatNet Phase-II are as given below: A. APSFL APSFL is responsible for formulating project implementation strategies in line with overall objectives, appointing and enabling relevant agencies for project execution, monitoring the project and executive decision making. APSFL will manage the project through a centralized corporate level setup. APSFL will be Responsible for: 1. Executive decision making 2. Appointment of PMA for project monitoring 3. Appointment of PIA for execution of work 4. Creation of project manual comprising: o Project governance structure o Monitoring and evaluation mechanism o Project level procedures including ● Implementation guidelines, standards and checklists ● Testing and acceptance process ● Issues reporting and management process ● Other project management and coordination procedures 5. Implementation of appropriate tools for project management and coordination 6. Final escalation points for issues resolution 7. Signing agreements with the CPSUs for leasing and connecting the incremental BharatNet network with the OFC 8. Centralized planning and information sharing between relevant stakeholders 9. Defining and monitoring of implementation and maintenance SLAs 10. Signing of Rights of Way (RoW) agreements with States and other necessary agencies such as Railways, NHAI etc. where fibre laying work is to be done. 11. The Right of Way shall be valid for the Project Implementation as well as the O&M period. 12. Final Sign-Offs and acceptance of completed sites, processing vendor invoices and releasing payments. 45 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II B. CPSUs The CPSUs would provide access to the relevant assets and allow usage of the same for implementation of BharatNet Phase-2 works as specified in this tender document. CPSU responsibilities will include: 1. Appoint a CPSU nodal officer for each block and provide details of the same to APSFL at the start of the project for sharing with PIA and PMA. Nodal officer will be responsible for coordination with PMA and PIA appointed for this project. 2. Provide location details of Block FPOIs and CPSU fibre termination point at the start of the project to APSFL for further sharing the same with PIA and PMA 3. Provide specification of the OFC that has been used in their existing network 4. Provide access at specific site locations and Termination points of their network where OFC joint needs to be made 5. Provide access to their block level FPOIs to PIA and PMA representatives 6. Issue detailed instructions to CPSU nodal officers for facilitating access to PIA and PMA representatives for access and integration with their network 7. Provide required assistance and site access to PIA for enabling interconnect between the existing and incremental OFC network 8. Coordinate and assist PIA/ PMA for carrying out end to end testing between BSNL Exchange and GP 9. Ensuring availability of technical personnel at the time of end to end testing 10. Provide escalation matrix within respective Package and issue resolution matrix for issues faced by PIA and PMA while integration and access to CPSU network 11. Issuance of Standard Operating Procedures (SOPs) that need to be followed by CPSUs nodal officers while interacting with PIA and PMA and for access and integration with CPSUs network. This SOP will be developed in consultation with APSFL at the start of the project. 12. SLA compliance during maintenance phase for the network owned by CPSU, as per the terms agreed with APSFL 13. Provide support for fault diagnosis and repair during maintenance phase for the network components owned by CPSUs C. Project Implementation Agency (PIA) PIA would be responsible for procurement and carrying out the installation of Aerial OFC, splicing. PIA will also be responsible for maintaining the incremental OFC laid as part of the BharatNet Phase-II project for 7 years. The activities are to be performed as per the laid down standards, guidelines and procedures. PIA will be responsible for: a) b) c) d) e) f) g) h) i) j) k) l) m) n) o) p) q) r)

To carry out the mobile based Digital survey and finalize the OFC routes from block to GP To carry out Overhead OF Cable stringing works as per the approved routes. Procurement of OFC & Accessories Testing existing OFC of CPSUs up to the FPOIs for end-to-end connectivity if any will be applicable for farthest GP from BSNL exchange Coordination with various agencies like CPSU, Local Administration, PMA, APSFL PMUs etc. for GPs Site Access, ROW and for end to end implementation and submission of documentations Data Entry in Project Monitoring Tool using Mobile App., GIS platform etc. Aerial Optical Fibre Cable installation work Testing of Incremental cable installed Splicing of Incremental OFC with the Existing fibre at the FPOIs and related works. End-to-End Testing of OFC Network (Block to GP) Installation of Utilities and wall mount & ground base enclosures. Warehouse management (Store/inventory) Provide field data and certificates in pre-defined format Operation and maintenance Installation of incremental Pole Wherever Required Laying of Aerial fiber from APSFL phase 1 Network with Block BSNL exchange Tapping & coordination of APSFL Phase 1 OFC Network with AP BN2 Network Any other field implementation related work.

Survey and Planning Phase  

Submission of site wise and phase wise implementation plan to PMA / APSFL in line with the tender requirements and submission of periodic project plan on monthly basis. Project plan will be updated in the project management tool of APSFL and will be updated on daily basis. Study of project management tool available with APSFL and plan for updating of the project status in the project management tool either by deploying one dedicated person at APSFL office or from PIA office as required.

46 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 

Overall project planning for implementation and maintenance phases and submission of site-wise schedules to PMA. PMA will review, consolidate and will send the schedules to APSFL.

Route survey for all the blocks shall be done by the PIA as per specified norms provided by APSFL in co-ordination with PMA/ APSFL PMUs. The route length and route etc. will be verified by PMA. All the Survey Reports shall be approved by the APSFL PMUs. The guidelines for survey and format of survey report would be provided by APSFL separately on issue of PO to PIA. 1. 2. 3. 4. 5. 6. 7. 8.

PIA is expected to prepare implementation plans, with scheduled start and end date for each site, based upon the survey results shared by APSFL and their verification of the APSFL survey results. Planning for stores and warehouses for material procured by PIA itself. Necessary coordination with local authorities and other agencies, if any, for GP site access, route access etc, based on ROW already signed with respective states. In case the PIA requires obtaining ROW from certain agencies with whom APSFL has not entered into an agreement then PIA will make applications on the name of APSFL and APSFL will pay charges as per Demand Note. All route survey, plan documents needs to be store for future reference. Any change in deployment with respect to field challenges need to route through change request process. ROW will be granted free of cost through a single circular, incorporating all authority permissions. The bidder shall however intimate the respective authority prior to start of work. APSFL shall facilitate the release of Government order for right of way for OFC, Electronics and site access with respect to scope of work of this project The ROW circular will be released prior to award of work.

Implementation Phase 1. 2. 3. 4. 5.

6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17.

Procurement and supply of all material such as OF cable Splitters, FDB & all other Accessories and other items included in the Bill of Material Onward transport of the same to PIA warehouse/work site. PIA will be responsible for all procured material Responsible for payment of Octroi / taxes involved in material movement to PIA warehouse/work site. Site level coordination with a. CPSUs for connecting to the OFC from BSNL/Block exchange till Gram Panchayat for the farthest GP if any. b. Local authorities for carrying out laying work c. Gram Panchayats for accessing the premises and connecting to installed ONTs d. PMA for scheduling and logistics e. PIA own supplier of OFC and accessories f. Local liaising for smooth rollout of OFC cabling Stores and warehouse management for material procured by PIA itself Carrying out the OFC installation work within their awarded work package as per agreed standards and guidelines and connecting the OFC to predetermined end-points. Bringing the tools required for testing the work undertaken, including PON OTDR machine and roadometer. The same tools will also be used by PMA for testing. Testing and measurement of the incremental fibre from APSFL Phase 1 till BSNL exchange work performed a. PON OTDR testing to ascertain the length of fibre laid b. Roadometer measurement to ascertain the route length Responsible for integration of incremental fibre with APSFL Phase 1 network at block level and for end-to-end testing of the OFC route including incremental OFC. All accessories like Joint Closure, Patch Cord etc for OFC tapping from APSFL Phase 1 Network will be arrange by PIA. GIS coordinates should be provided by PIA for each point where route indicator, joint closure, chamber will be installed. PIA will be responsible for taking photographs of the work carried out. Equipment for photography is also the responsibility of PIA. Providing required support to PMA for conducting their Auditing processes including ensuring that PMA has access to all end points at GP and connection points with existing OFC of CPSUs. Providing labour to PMA for route survey, digging and re-filling of trench required for PMA sample auditing purposes and provide manpower support to PMA for length measurement through roadometer Preparing and uploading of all data/reports/certificates on project management tool and/or sending the same to appropriate address as per pre-defined procedures. These will include preparation and upload of As-BuiltDrawings (ABD) of OFC. Adherence to standards, guidelines and procedures laid down by APSFL or its Central Program Management Unit (CPMU) All statutory compliances including compliance with labour laws and all other applicable laws.

47 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Maintenance Phase 1. 2. 3. 4. 5. 6. 7. 8.

Maintenance of OFC and associated equipment in their respective work package for 7 years from the start of the O&M phase Ensuring that the ABDs and GIS co-ordinates are updated to reflect the actual on-ground status. Doing necessary changes if any during operations phase and updating the existing data on bi-monthly basis. Stores and Warehouse management for spares, including those received from APSFL Site level coordination with a. CPSUs for fault diagnosis and repair b. Gram Panchayats for accessing the premises in case access is required for fault diagnosis and repair work Uploading of all data/reports/certificates on project management tool and/or sending the same to appropriate address as per pre-defined procedures Adherence to guidelines and procedures laid down by APSFL or its Central Program Management Unit (CPMU) All statutory compliances including compliance with labour laws and all other applicable laws Procurement and supply of all replacement material required for maintenance work.

Project Management Agency (PMA) This agency would be responsible for sample audit of the work being done by PIA. PMA would be responsible for providing commissioning certificates for successfully commissioned sites. The responsibilities of PMA will include: 1. PMA will have the responsibility of Quality Review of the work done by PIA on sample audit basis for all 100% sites 2. PMA will certify the quality of work as well as quantity of material on behalf of APSFL for equipment, PON OTDR Testing, End to End Testing, checks and review of trenching, installation of OFC /Duct, refilling of trench, splicing etc. 3. Verification of PIA’s final deliverables including ABDs 4. Preparation and upload of all data/reports/certificates on project management tool and/or sending the same to APSFL officers at appropriate address as per pre-defined procedures 5. Adherence to standards, guidelines and procedures laid down by APSFL 6. For each payment milestone, PIA will submit all the documents/forms/certificates to PMA. Payment for the respective milestones will be released after verification of documents by PMA. 7. Ensuring availability of verification and validation personnel in line with the implementation schedule and site level coordination with PIAs for carrying out the tasks. 8. Surprise audit of stores and warehouses maintained by PIA. Entities/Agencies with whom active co-ordination would be required A. State Governments State governments would provide right of way and other relevant permissions for Installation of Optical fibre cable. State governments would also provide access to GP premises for implementation of network termination point. A. Other Government agencies ROW permission would also be required from other government agencies like NHAI for national highways, Forest departments for forests, Railways for railway crossings and Oil & Gas companies wherever their pipelines are encountered.

48 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

5.

Project Schedule per package

S. No. 1. 2. 3. 4. 5. 6.

Project Milestone Award of PO/ Contract Completion of Site Survey of entire state Commissioning of 25% GP’s in a package Commissioning of 60% GP’s in a package Commissioning of 90% GP’s in a package Commissioning of balance 10% GP’s in a package

Months T T+1 Month T+3 Months T+5 Months T+8 months T+9 months

Documents to be submitted by Bidder Survey report, Monthly plan, District wise BOM & corresponding cost Material delivery receipts, I&C report, OTDR reports, As Build drawing Material delivery receipts, I&C report, OTDR reports, As Build drawing Material delivery receipts, I&C report, OTDR reports, As Build drawing Material delivery receipts, I&C report, OTDR reports, As Build drawing, Project Completion Report.

The Site Survey and commissioning of network can be simultaneous activity; however, end to end connectivity should start only in those GP’s/ District where site survey has been approved by authority.

49 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.

Scope of Work

Under BharatNet Phase-II, the works for connecting the remaining GPs not covered under Phase-I is planned. In the state of Andhra Pradesh, around 12,281 Gram Panchayats must be connected to 670 BSNL Exchanges through 59,563 Kms of 24/48 Core Aerial Optical Fiber on existing Electric & light Poles and the rest of 646 Gram Panchayats distributed unevenly across the BSNL Exchanges to be connected through RF or the existing OFC of BSNL. The scope of work comprises: 1. 2. 3. 4.

5. 6. 7. 8. 6.1

Conducting a Digital Route survey to provide and optimize the route map with network design. All Route survey data need to be capture in Digital form with unique identification number for future reference. PIA shall propose the Digital Survey tool and data capturing format. Setting up a state-wide high speed, optical fiber infrastructure, connecting the Mandal to Gram Panchayat by leveraging the existing assets of the electricity transmission/distribution companies such as electric poles and setting up of network infrastructure in the 670 BSNL Exchanges connecting 12,281 Gram Panchayats with an approximate distance of 59,563 Kms. Setting up of optical fiber infrastructure leveraging the existing assets of the electricity transmission/distribution companies such as electric poles to connect 670 BSNL Exchanges to one of the closest APSFL’s 664 Mandal PoPs covering a distance of around 2,800 Kms. Planning, route survey for Connecting APSFL Phase 1 OFC network with Bharat Net Phase II network with additional 24 F OFC. Existing Route Network & POP details will be provided by APSFL Phase 1. Operating and maintaining of the network infrastructure under the guidance / control of APSFL for a period of 7 years from the date of operation and acceptance after completion of all the works as per milestones. The Bidder needs to propose a solution that meets the objectives and SLAs of the project. The Bidder will be responsible to meet the service levels as mentioned in the tender document. Indicative Architecture

6.1.1

Network

An indicative topology of connectivity from Block to GPs based on GPON technology with OLT and ONT is shown below. The connectivity can be based on IP/MPLS in which case we will have IP/MPLS router in place of OLT & ONT.

6.1.2

Optical Fiber

An Indicative network deployment in the BSNL exchange at Block (Mandal) level and the connectivity to the corresponding GPs using Optical Fiber/RF are depicted in the diagrams below. In case of IP/MPLS based connectivity, you will have a IP/MPLS router in place of OLT and ONT with different capacities and will be directly connected without any splitters in between.

50 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.1.3 1.

2.

3.

High Level Network Topology Considerations Aggregation Network Layer a. APSFL PoPs to BSNL Exchange b. 2,800 Kms across 13 districts of Andhra Pradesh c. 664 APSFL PoPs d. 670 BSNL Exchanges e. Linear/Ring Connectivity f. Minimum 24/48/96-Core Optic Fiber Connectivity g. Fibers should be terminated on FDMS. Access Network Layer a. BSNL Exchange to Gram Panchayat b. 59,563 Kms across 13 districts of Andhra Pradesh c. 670 BSNL Exchanges d. 12,281 Gram Panchayats connected through Optic Fiber Cable e. 646 Gram Panchayats connected through RF f. Minimum 24/48/96 Core Optic Fiber Connectivity g. OLTs (or) IP/MPLS routers to be placed in the BSNL Exchange h. ONTs (or) IP/MPLS routers to be placed in the Gram Panchayats i. 24/48/96 Fibers should be terminated on FDMS j. Approximately 8-Core Termination at each GP k. ONTs to should have provision of Wi-Fi l. Ring Architecture connecting mandals to create a redundant path m. Wherever Ring is not possible, Linear Architecture connecting the mandals Summary APSFL Mandal PoPs BSNL Exchanges Total Gram Panchayats Gram Panchayats connected through OFC Gram Panchayats connected through RF

4.

664 670 12,927 12,281 2449

Network Elements: Following elements shall become part of the proposed networka) Minimum 24/48/96 core optical fiber (aerial deployment) is proposed to be laid from Block (BSNL exchange) up to GP in linear topology based on the GIS survey’s optimal route leveraging the electricity poles. b) Minimum 24/48/96 core optical fiber (aerial deployment) is proposed to be laid from APSFL Mandal POP up to BSNL in linear topology based on the GIS survey’s optimal route leveraging the electricity poles. c) Racks d) FDMS to be installed at both Block and GP locations for termination of Optical Fibre cable. 24/48/96 Fibers should be terminated on FDMS e) Poles - if required

51 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II f)

Joint closures – Straight Joint Closure (SJC) for making a straight Joint of OFC and Branch Joint Closure (BJC) for making a Branch Joint of OFC. g) Splitters (primary and secondary) h) OF Patch cords APSFL shall adhere to the standards and specifications provided for the network design and infrastructure ensuring interoperable solution that facilitates Network sharing (nondiscriminatory access) and integration with BBNL central NOC. It is assumed that power and other support requirements at the BSNL exchange shall be provided by BSNL through a common arrangement worked out between BBNL and BSNL. 6.2

Key Assumptions

The supplementary infrastructure such power, cooling, space etc. at BSNL block level exchange shall be provided by BBNL as part of a common agreement between BSNL and BBNL and facilitated by APSFL. The DCN provisioning for integration of the network elements with BBNL central NOC shall be provided by BBNL and facilitated by APSFL. Cost of power and space at the Gram Panchayats shall be provisioned by APSFL. 6.3

Network Implementation

6.3.1

Aggregation Layer – Linear Topology

1. 2. 3.

The Aggregation rings shall be constructed using 24/48/96 Core Optical Fiber Cables (ADSS). The Aggregation architecture shall be formed using linear topology. 2 of the cores in each tube shall be redundant for future scalability and maintenance activity and these cores form Aggregation Layer and the same shall not be used for any other purpose apart from the stated. 4. The maximum fiber length for aggregation ring, as measured by optical time domain meter (OTDR) shall not exceed 70 KMs. 5. The Total loss shall be calculated as per below given formula a. At l310nm Total Link Loss ≤ 0.36 dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors + splitter loss b. At l550nm Total Link Loss ≤ 0.21dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors 6. The loss shall be measured with OTDR for both the wavelength i.e.1310 nm and 1550 nm. The Maximum loss permitted shall be less than 0.43 dB/Km for 1310 nm and 0.30 dB/km for1550 nm. 7. Max Splice Loss shall be 0.05 dB for one fiber per splice. 8. A loop of 10 meters of OFC shall be left on pole in every 500 mtr of distance. 9. There shall not be more than 35 Splice Joint closures installed between the APSFL PoP and BSNL Exchange. 10. All the 24/48 cores shall be spliced & joined 11. A Splice Joint Closure shall be installed on the Poles 12. As per network design & route map as given in this document 6.3.2 1. 2. 3. 4.

Access Network – Ring / Spur Topology

The Access ring/spur shall be constructed using a 24/48/96 Core Optical Fiber Cables. 2 cores in each tube shall be redundant for future scalability and maintenance activity. Not more than 50 Gram Panchayats to be connected under 1 OLT The maximum fiber distance between two access switches, as measured by optical time domain meter (OTDR) shall not exceed 25 KMs. 5. A loop of ten (10) meters of OFC shall be left in every 500 mtr of distance. 6. All the 24/48/96 cores shall be spliced & joined in the Access ring 7. The Total loss shall be calculated as per below given formula a) At l310nm Total Link Loss ≤ 0.36 dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors + splitter loss b) At l550nm Total Link Loss ≤ 0.21dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors 8. The loss shall be measured with OTDR for both the wavelength i.e.1310 nm and 1550 nm. The Maximum loss permitted shall be less than 0.43 dB/Km for 1310 nm and 0.30 dB/km. for1550 nm. 9. Max Splice Loss shall be 0.05 dB for one fiber per splice. 52 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 10. 11. 12. 13. 14.

A Splice Joint Closure shall be installed on the Poles. OLTs to be installed in the BSNL Exchange ONTs to be installed in the Gram Panchayat ONTs to have Wi-Fi Provision The network design & route map are provided in this document.

6.3.3

Route Survey & Network Design Validation

The Contractor shall validate the route map & network design supplied by the Andhra Pradesh State FiberNet Limited and submit compliance/deviation summary of the implementation sites. Note: All route maps are subject to minor corrections due to local variations. As part of the Route Survey and Network Design Validation activity, the Contractor should validate and submit the final route maps and network design. 6.3.4 1.

Fiber Implementation Supply, delivery to site, unloading, storing and handling of 24/48/96 Fiber along with fittings and associated items as required. Supply, delivery to site, unloading, storing and handling of optical fiber accessories for underground OFC. All fittings, accessories and associated works for the proper and safe installation of ADSS on electrical assets such as poles. Stringing / laying, jointing, live line installation, testing and commissioning of ADSS/underground optical fiber and its accessories. Training of Engineers / linesmen, both in supplier’s premises and at site, in the installation, operation and maintenance of the optical fiber cables. The estimated fiber optic cable length requirements are indicated in the BOM and reflected in the Price Schedule.

2. 3. 4. 5. 6.

Note: The Contractor shall be paid for the actual quantity supplied and installed at site. The measurement for quantity to be paid will be based on length of the OFC including loops, sags etc. and the price quoted by the Bidder shall accordingly consider sag, unequal support heights, wastage, splicing, looping etc. 7.

The color-code for 24/48/96 core ADSS OFC cable shall be as follows: a. The core backbone OFC shall be identified by using Black color coatings b. All OFC cables shall be embossed with name as directed by the competent APSFL.

6.3.5

Crossings

6.3.5.1 1.

2.

3.

4.

5. 6.

Highways, Roads, Railway Crossings, Forests and Water Bodies RoW for the highways & Railway crossings will be provided by the authorities. Highways/Roads/railway tracks may be crossed by installation on the existing infrastructure or by open‐cut or trenchless technique (HDD/Moiling) as appropriate / approved by the authorities (refer typical sketches at the end of this section). Open cut / duct clamping method will be used when installation on bridge/culvert is not available. Water bodies and other natural obstructions can be crossed by open‐cut method, trenchless techniques or using existing infrastructures such as bridges and culverts depending upon the nature of water body (dry/stagnant/flowing) and availability of permissions from concerned authorities for using existing infrastructure. In all cases, installation technique shall be such that protection of HDPE ducts is ensured. Necessary protection as described herein below shall be provided depending on installation technique used. Existing infrastructure for crossings water bodies such as nalas /streams / rivers / canals, etc. shall be used wherever possible and permission to use the bridge or culvert is available. Ducts shall be installed inside DWC pipes (of diameter suitable for specified number of ducts) when duct are laid on/along bridge/culverts at locations approved by authorities. DWC pipe shall be used when the location is not exposed to direct sunlight. For locations exposed to direct sunlight, high winds or heavy rains DWC pipe shall be used as protective measure. In exceptional cases, where APSFL does not permits use of DWC pipe shall be covered with a GI sheet to prevent direct sunlight and rain falling on DWC pipe. As far as practical GI sheet should not touch the DWC pipe. Wooden/other low thermal conductivity material spacers can be used to maintain gap between DWC pipe and GI sheet. DWC duct shall extend at least for 10 meters beyond the banks/limits of water body / embankment of bridge on both sides of crossing. Specified protection shall also be extended accordingly. Manhole/handhole shall be located minimum 10 meters further away from end of DWC pipe or as indicated in IFC drawings. On arch type bridges where depth up to 300 mm is possible to dig, a trench (minimum 150mm wide) shall be made in tar road section of the bridge. DWC pipe then shall be installed inside this trench as per IS 14930.

53 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Concreting (using concrete mixture of cement, sand and aggregates in 1:2:4 ratio) shall be done over the DWC pipe up to the road level. The ducts shall be pulled into DWC pipe. 7. Bridges where it is not possible to make trench, DWC pipe (selected as per criteria at given above) shall be installed at safe available place on the bridge designated for the utilities. The pipe shall be fixed in place firmly using clamps and/or encasing in M15 concrete. HDPE ducts then shall be pulled into this pipe. 8. When DWC duct is installed on the underside of bridge or culverts, additional measures shall be taken to prevent it getting washed out during flooding. The ducts laid on adjacent areas (banks of water body) shall also be protected against washout or settlement of backfilled area. 9. Before crossing bridge/culvert the engineer from concerned APSFL (PWD/NHAI) must be consulted for future plan of expansion or reconstruction and to decide the alignment of trench. 10. Following pictures shows typical installations on bridges for reference/guidance purpose. Actual construction may vary as per site conditions. 6.3.6 6.3.6.1

Optical Fiber Cable & Installation Fiber Specifications for 24/48/96 core ADSS cable

6.3.6.1

Fiber Specifications for 24/48/96 core ADSS cable

24F Double Sheath ADSS Cable_65m/100KmpH CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 54 | P a g e

INSTALLATION & OPERATION CONDITION Parameter Unit 24F ADSS OFC Span Length of Cable m 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 100 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 2670 oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 4 No of Loose Tube No 6 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter (Minimum) mm 1.4 Loose Tube Outer Diameter mm 2.1 ± 0.1 Color of Fiber Blue, Orange, Green, Brown. Color of Loose Tube Blue, Orange, Green, Brown, Slate and White. Loose Tube Material PBT Central Strength Member (FRP) Size mm 2.2+0.1,-0.0 Tube Stranding Lay length over Length mm 80-100 Inner Sheath Thickness (Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 14 15 16 17 18 19 20 1 2 3 4 5

Aramid Quantity (Nominal) Outer Sheath Thickness(Minimum) Outer Sheath Color Outer Sheath Material Cable diameter Cable Weight Outer Sheath Stripe Marking

Kg/Km mm

mm Kg/Km mm

3.5 1.5 Black Anti-Track PE 12.6 ± 0.6 115 ± 10% 2 Stripes marking diagonally opposite (3mm Nominal)

CABLE OPTICAL PARAMETERS Fiber Type Maximum Cabled attenuation at 1310 nm dB/Km Maximum Cabled attenuation at 1550 nm dB/Km Maximum Cabled attenuation at 1625 nm dB/Km PMD cabled fiber ps/km

ITU-T G.652.D 0.36 0.23 0.26  0.2

24F Double Sheath ADSS Cable_65m/150KmpH CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 55 | P a g e

INSTALLATION & OPERATION CONDITION Parameter Unit 24F ADSS OFC Span Length of Cable m 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 150 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 5800 oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 4 No of Loose Tube No 6 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter (Minimum) mm 1.4 Loose Tube Outer Diameter mm 2.1 ± 0.1 Color of Fiber Blue, Orange, Green, Brown. Color of Loose Tube Blue, Orange, Green, Brown, Slate and White. Loose Tube Material PBT Central Strength Member (FRP) Size mm 2.2+0.1,-0.0 Tube Stranding Lay length over Length mm 80-100 Inner Sheath Thickness (Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE Aramid Quantity (Nominal) Kg/Km 10.5 Outer Sheath Thickness(Minimum) mm 1.5 Outer Sheath Color Black Outer Sheath Material Anti-Track PE Cable diameter mm 13.0 ± 0.6 Cable Weight Kg/Km 130+/-10% Outer Sheath Stripe Marking mm 2 Stripes marking diagonally opposite (3mm

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Nominal) CABLE OPTICAL PARAMETERS 1 2 3 4 5

Fiber Type Maximum Cabled attenuation at 1310 nm Maximum Cabled attenuation at 1550 nm Maximum Cabled attenuation at 1625 nm PMD cabled fiber

dB/Km dB/Km dB/Km ps/km

ITU-T G.652.D 0.36 0.23 0.26  0.2

48F Double Sheath ADSS Cable_65 Span/100 Kmph CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1 2 3 4 56 | P a g e

INSTALLATION & OPERATION CONDITION Parameter Unit 48F ADSS OFC Span Length of Cable M Upto 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 100 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 2670 oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 8 No of Loose Tube No 6 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter mm 1.7 ± 0.1 Loose Tube Outer Diameter mm 2.4 ± 0.1 Color of Fiber Blue, Orange, Green, Brown, Slate, White, Red, Black. Color of Loose Tube Blue, Orange, Green, Brown, Slate and White. Loose Tube Material PBT Central Strength Member (FRP) Size mm 2.5 Tube Stranding Lay length over Length mm 80-100 Inner Sheath Thickness(Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE Aramid Quantity Kg/Km 2.5 Outer Sheath Thickness(Minimum) mm 1.5 Outer Sheath Color Black Outer Sheath Material Anti-Track PE Cable diameter mm 13.0 ± 0.5 Cable Weight Kg/Km 130 ± 10% Outer Sheath Stripe Marking mm 2 Stripes marking diagonally opposite (3mm Nominal) CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 5

PMD cabled fiber

ps/km

 0.2

48F Double Sheath ADSS Cable_65 Span/150 Kmph CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1 2 3 4 5

57 | P a g e

INSTALLATION & OPERATION CONDITION Parameter Unit 48F ADSS OFC Span Length of Cable m Upto 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 150 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 5800 oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 8 No of Loose Tube No 6 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter mm 1.7 ± 0.1 Loose Tube Outer Diameter mm 2.4 ± 0.1 Color of Fiber Blue, Orange, Green, Brown, Slate, White, Red, Black. Color of Loose Tube Blue, Orange, Green, Brown, Slate and White. Loose Tube Material PBT Central Strength Member (FRP) Size mm 2.5 Tube Stranding Lay length over Length mm 80-100 Inner Sheath Thickness(Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE Aramid Quantity Kg/Km 10 Outer Sheath Thickness(Minimum) mm 1.5 Outer Sheath Color Black Outer Sheath Material Anti-Track PE Cable diameter mm 14.0 ± 0.5 Cable Weight Kg/Km 145 ± 10% Outer Sheath Stripe Marking mm 2 Stripes marking diagonally opposite (3mm Nominal) CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26 PMD cabled fiber ps/km  0.2

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 96F Double Sheath ADSS Cable_65 Span/100 Kmph CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1 2 3 4 5

58 | P a g e

INSTALLATION & OPERATION CONDITION Parameter Unit 96F ADSS OFC Span Length of Cable m Upto 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 100 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 3200 @ 0.25% fiber strain oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 12 No of Loose Tube No 8 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter mm 1.7 ± 0.1 Loose Tube Outer Diameter mm 2.4 ± 0.1 Color of Fiber Blue, Orange, Green, Brown, Slate, White, Red, Black, Yellow, Violet, Pink, Aqua. Color of Loose Tube Blue, Orange, Green, Brown, Slate, White, Red, Black. Loose Tube Material PBT Central Strength Member (FRP) Size mm 3.0 FRP Up-coating diameter mm 4.2 Tube Stranding Laylength over Length mm 90-180 Inner Sheath Thickness(Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE Aramid Quantity Kg/Km 5.0 Outer Sheath Thickness(Minimum) mm 1.8 Outer Sheath Color Black Outer Sheath Material Anti-Track PE Cable diameter mm 16.0 ± 0.5 Cable Weight Kg/Km 195 ± 10% CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26 PMD cabled fibre ps/km  0.2

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 96F Double Sheath ADSS Cable_65 Span/150 Kmph CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1 2 3 4 5

INSTALLATION & OPERATION CONDITION Parameter Unit 96F ADSS OFC Span Length of Cable m Upto 65 Ice Load on the cable Kg/m Nil Operational wind velocity Kmph 150 Installation Sag % 1.0 Operational Sag % 2.0 Cable Tensile Strength N 7000 oC Operating Temperature -20 oC to +70 oC CABLE CONSTRUCTION DETAILS Fiber Per Loose Tube No 12 No of Loose Tube No 8 Water Blocking Material for loose Tube Water Swellable Yarn Loose Tube Inner Diameter mm 1.7 ± 0.1 Loose Tube Outer Diameter mm 2.4 ± 0.1 Blue, Orange, Green, Brown, Slate, White, Red, Color of Fiber Black, Yellow, Violet, Pink, Aqua. Blue, Orange, Green, Brown, Slate, White, Red, Color of Loose Tube Black. Loose Tube Material PBT Central Strength Member (FRP) Size mm 3.0 FRP Up-coating diameter mm 4.2 Tube Stranding Laylength over Length mm 80-180 Inner Sheath Thickness(Minimum) mm 1.0 Inner Sheath Color Black Inner Sheath Material UV Proof HDPE Aramid Quantity Kg/Km 15.0 Outer Sheath Thickness(Minimum) mm 1.8 Outer Sheath Color Black Outer Sheath Material Anti-Track PE Cable diameter mm 16.5 ± 0.8 Cable Weight Kg/Km 205 ± 10% CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26 PMD cabled fibre ps/km  0.2

Fiber Specifications S. No. 1 2 3 59 | P a

Attribute Fibre Type MFD at 1310nm Cladding Diameter ge

Specifications ITU-T G.652.D 8.7 - 9.5 µm 125 µm +/- 0.7 µm

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 4 5 6.a 6.b 7 8 8.a 8.b 8.c 8.d 10 10.a 10.b 10.c 10.d 11 11.a 11.b 11.c 11.d 11.e 12 13 13.a 13.b 13.c 13.c.1 13.c.2 13.d 13.e 14 14.a

Cladding Non-circularity Core Clad concentricity error Diameter over primary coated with double UV cured acrylate Coloured Fibre Diameter Coating/Cladding Concentricity Fibre attenuation before Cabling At 1310 nm At 1550 nm At 1625 nm Water Peak Attenuation between 1380-1390 nm Total Dispersion In 1285-1330 nm band In 1270-1340 nm band At 1550 nm At 1625 nm Polarization mode dispersion at 1310 & 1550 nm Fibre Cabled Fibre Link design value (Fibre Stage) Zero Dispersion Slope Zero dispersion wave length range Cable cut off wavelength Mechanical Characteristics Proof test for minimum strain level Peak Strip ability force to remove primary Dynamic Tensile Strength Un-aged Aged Dynamic Fatigue Static Fatigue Fibre Macro bend Change in attenuation when fibre is coiled 100 turns on 30 mm radius mandrel

14.b

Change in attenuation when fibre is coiled 1 turns on 16 mm radius mandrel

14.c

Change in attenuation when fibre is coiled 1 turns on 10 mm radius mandrel

14.d

Change in attenuation when fibre is coiled 10 turns on 15 mm radius mandrel

15 16 16.a 16.b 16.c 16.d

Fibre Curl Environmental Characteristic of fibre Operating Temperature Temperature Dependence of Attenuation Induced Attenuation at 1550 nm,1625 nm at -60 C to +85 C Temperature – Humidity Cycling Induced Attenuation at 1550 nm,1625 nm at -10 C to +85 C and 95% relative humidity Water Immersion 23 C Induced Attenuation at 1550 nm, 1625 nm due to Temperature Aging at 85 =/- 2 C Accelerated Aging (Temperature) 85 C Induced Attenuation at 1550 nm, 1625 nm due to Temperature Aging at 85 +/- 2 C

Packing Length: Standard wooden drum with protection of 2 km.

60 | P a g e

≤ 0.8% ≤ 0.5 µm 242µm +/- 5 µm 252µm +/- 10 µm ≤12 µm ≤ 0.33 dB/km ≤ 0.19 dB/km ≤ 0.21 dB/km ≤ 0.33 dB/km ≤ 3.5 ps/nm.km ≤ 5.3 ps/nm.km ≤ 17.5 ps/nm.km ≤ 22.0 ps/nm.km ≤ 0.1 ps/√km ≤ 0.2 ps/√km ≤ 0.06 ps/√km ≤ 0.090 ps/(nm2km) 1300 – 1324 1260 nm Max 1% 1.3 ≤ F ≤ 8.9 N ≥ 550 KPSI (3.80 Gpa) ≥ 440 KPSI (3.00 Gpa) ≥ 20 ≥ 20 ≤ 0.03 dB at 1550 nm ≤ 0.03 dB at 1625 nm ≤ 0.03 dB at 1550 nm ≤ 0.75 dB at 1550 nm ≤ 1.5 dB at 1625 nm ≤ 0.25 dB at 1550 nm ≤ 1.0 dB at 1625 nm ≥ 4 meters radius of curvature - 60°C to 85°C ≤ 0.05 dB/km ≤ 0.05 dB/km ≤ 0.05 dB/km ≤ 0.05 dB/km

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.3.6.2

Fiber Specifications for Underground Double Sheath Ribbon Optical Fiber Cable

48F Double Sheath Ribbon Optical Fiber Cable CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1 2 3 4 5 1 2 3 4 5

Parameter

CABLE CONSTRUCTION Unit No No

48F OFC 48 6 Blue, Orange, Green, Brown, Slate, White. No 2 Individual Ribbon shall be printed with Ribbon Identification respective number as 1, 2. Water Blocking Material for loose Tube Thixotropic Gel No of Loose Tube No 4 No of Filler No 1 Loose Tube Inner Diameter Mm 2.8± 0.2 Loose Tube/Filler Outer Diameter Mm 3.4 ± 0.2 Loose Tube Color Blue, Orange, Green, Brown. Filler Thermoplastic Material/PE Loose Tube Material PBT Central Strength Member (FRP) Size Mm 2.5 + 0.1, -0.0 Stranding Lay length Mm > 200 Inner Sheath Color Black Inner Sheath Thickness(Minimum) Mm 0.9 Inner Sheath Material UV Stabilized HDPE Glass Yarn Quantity Kg/Km Min. 27kg/km Minimum – 1.5 Outer Sheath Thickness Mm Nominal – 1.6 Outer Sheath Color Black Outer Sheath Material UV Stabilized HDPE Cable diameter Mm 16.0 ± 1.0 Cable Weight Kg/Km 185 ± 10% CABLE PERFORMANCE PARAMETERS Maximum Tensile Strength N 3000 @ 0.25% Fibre Strain Minimum Bend Radius Mm 20 D, D is diameter of the cable Crush Resistance 2000N/10x10mm Kink Mm 10 D, D is diameter of the cable Temperature Performance -20ºC to +70ºC CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26 PMD cabled fibre ps/km  0.2 Fiber Count Fiber per Ribbon Fiber Color in Ribbon No of Ribbon per Loose Tube

61 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

24F Double Sheath Ribbon Optical Fiber Cable CABLE CONSTRUCTION DIAGRAM

S. No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1 2 3 4 5 1 2 3 4 5

Parameter

CABLE CONSTRUCTION Unit No No

24F OFC 24 6 Blue, Orange, Green, Brown, Slate, White. No 2 Individual Ribbon shall be printed with Ribbon Identification respective number as 1, 2. Water Blocking Material for loose Tube Thixotropic Gel No of Loose Tube No 2 No of Filler No 3 Loose Tube Inner Diameter Mm 2.8± 0.2 Loose Tube/Filler Outer Diameter Mm 3.4 ± 0.2 Loose Tube Color Blue, Orange. Filler Thermoplastic Material/PE Loose Tube Material PBT Central Strength Member (FRP) Size Mm 2.5 + 0.1, -0.0 Stranding Lay length Mm > 200 Inner Sheath Color Black Inner Sheath Thickness(Minimum) Mm 0.9 Inner Sheath Material UV Stabilized HDPE Glass Yarn Quantity Kg/Km Min 27 kg/km Minimum – 1.5 Outer Sheath Thickness Mm Nominal – 1.6 Outer Sheath Color Black Outer Sheath Material UV Stabilized HDPE Cable diameter Mm 16.0 ± 1.0 Cable Weight Kg/Km 185 ± 10% CABLE PERFORMANCE PARAMETERS Maximum Tensile Strength N 3000 @ 0.25% Fibre Strain Minimum Bend Radius Mm 20 D, D is diameter of the cable Crush Resistance 2000N/10x10mm Kink Mm 10 D, D is diameter of the cable Temperature Performance -20ºC to +70ºC CABLE OPTICAL PARAMETERS Fiber Type ITU-T G.652.D Maximum Cabled attenuation at 1310 nm dB/Km 0.36 Maximum Cabled attenuation at 1550 nm dB/Km 0.23 Maximum Cabled attenuation at 1625 nm dB/Km 0.26 PMD cabled fibre ps/km  0.2 Fiber Count Fiber per Ribbon Fiber Color in Ribbon No of Ribbon per Loose Tube

62 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.3.6.3

Supply of Joint Enclosure & Splicing

Features

          

Standard fiber count 24 to 96 F Universal type i.e. suitable for all type of cable (ADSS OFC, Armored and metal free cable) Provide scope for straight / branch joints Resistant to chemicals and corrosive atmosphere. Easy re-entry and closing with mechanical plastic clamp. Shall be water and air proof. Ribs on the body for extra strength 6 Cable entry port & 1 oval port Suitable for cable size upto-30mm Mounting Bracket for erecting on pole vertically straight. Dome type

Dimensions

 

Length-395mm ±5% Outer diameter-273mm ±5%

Specifications: External Dimension (mm) Weight (KG) Cable Entrances Suitable cable diameter (mm) Number of Splice trays(Max) 6.3.6.4 1. 2. 3.

470xø230 4.2~4.8 5 (4 Drop & 1 Express cable) Pinholeø5~ø7 Express cable ø8~ø18 4

Max. Capacity Sealing type

Capacity per Tray

096 Mechanical

24

Fiber Optic Accessories

Optical Connectors: Optical connectors shall be used to terminate optical fiber for their interconnection and distribution. Fiber Patch cords: Fiber Patch cords shall be used to connect Fiber Termination Panel to the network switch. Optical Fiber Manager

6.3.6.5

Fiber Distribution Hub

The SFO Fiber Distribution Hub is designed to be the central distribution point for FTTH networks, it can accommodate 24 fiber optic connections. It consists of splice panels, fiber management modules etc., can be mounted. It comes with fully concealed configuration with double door. Cable entry, exit ports and Express cable entry are provided at the bottom of the cabinet. Fiber routing and slack management, splitters can be accommodating inside the cabinet. This cabinet can be installed in indoor or outdoor central office/ telecom head ends. 63 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.3.6.5.1      

Features

Fully concealed cabinet with double door. Separate Lock for each compartment Bottom Cable entry Book type splice trays. Integrated PLC Splitter modules Splitter Type: Secondary 1x8 (Splice tray mountable) #12nos

6.3.6.5.2

Specifications

Title Cabinet Dimensions Material Color Capacity Lock Cable Entry – distribution Express Cable 6.3.6.6 1. 2. 3.

Fiber Optic Patch Panel

Fiber Optic Patch Panels shall be installed at termination location at every field switch location installed on the pole or cabinet. The Patch panels shall be capable of supporting SC type ports for backbone and distribution and SC/ST/LC type ports for access. The Patch panels shall have the capacity for terminating the number of fiber as required per the requirements of the Project plus additional 20% spare for future.

6.3.6.7 1. 2. 3.

Communications Cabinets with Racks/ Field Cabinets

The cabinets shall can accommodate all the network devices to support the design requirements. All cabinets shall be designed to carry the anticipated load of all equipment that shall be installed inside the cabinet including having at least 30% spare capacity per rack. All cabinets shall be provided with standard accessories including vertical and horizontal cable manager, lights, fans, and power bars as needed to support the design requirements of this Project.

6.3.6.8 1. 2. 3.

Specification 600 mm(Width) x 695 mm(H) x 200 mm(Depth) CRCA, Powder Coated Siemens Grey Up to 24F SC port Single Point Lock Multiple Cable entry and exit port at bottom (10mm cable with 25nos) 1 nos 8-14mm

Fiber Asset Management System

With implementation of a fiber optic network, there is a requirement to create a asset management system for management of the infrastructure. The asset management system shall be a purposeful-built tool that will allow mapping of all fiber counts in terms of count color, number and allocation (entity or device) among other variables. Asset management system shall be configurable and easy to operate and update. It is expected that post any implementation of the fiber optic infrastructure, this asset management system shall be updated on an on- going basis.

6.4

Under Ground OFC Laying

Under Ground Optical Fiber Cable Laying Works will be used for Road crossing or wherever applicable as per Ground challenges. If there is no electric pole then PIA needs to choose lowest commercial against the new pole installation Vs under Ground cabling. This need to be approved post survey by the PMA. 6.4.1 6.4.1.1

Engineering Instructions for Under Ground Optical Fiber Cable Laying Works Scope

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 OFCs at Gram Panchayats (GPs) for BharatNet Phase- II.

64 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.4.1.2

OF Cable Laying Approach

1.

On the basis of the survey reports done by PIA and further approved by State/SIA, 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 State/SIA will facilitate the PIA.

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.

6.4.1.3 6.4.1.3.1

General 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. 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. 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). 6.4.2

Laying of Optical Fiber Cable

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 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 State/SIA 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 State/SIA. 2) Lying 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. 3) Providing additional protection by R.C.C. Pipes/DWC pipes and/or concreting/chambering, wherever required according to construction specification. 4) Fixing of DWC 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. 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 State/SIA as per construction specification 6) Back filling and Dressing of the Trench according to construction specifications. 7) Making manhole/handhole, wherever applicable shall be of NP3 HD20 size (990 mm Outer diameter / 800 mm inner diameter) 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 65 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II fixtures over cable in the manhole to protect the bare cable. 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. 9) Digging of pits 50 cm to 100 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 color and joint Indicator by Grey color and sign writing denoting route/joint indicator number and marked as “BBNL”, as per construction specification. 6.4.3 6.4.3.1

Specifications of Materials to be used PLB HDPE Duct

Optical Fiber Cables should be pulled though Permanently Lubricated HDPE Duct of 40mm/33 mm size. The Ducts shall be blue in color and have the identification markings wherein BBNL logo shall be marked as purchaser’s name. 6.4.3.2 a. b.

c.

PLB HDPE Duct Accessories

Push fit Coupler: Push Fit couplers shall be used for coupling PLB HDPE ducts/coils PP Rope: However, this is optional and PIA 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 color 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 meters 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. 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. 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 closing40mm/33mm PLB HDPE ducts/coils. A suitable arrangement should be provided in the End Cap to tie PP Rope. (See figure-1 for details)

6.4.3.3

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 closing40mm/33mm PLB HDPE ducts/coils..(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.) 6.4.3.4

Material for Providing Additional Protection

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. 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 cm (L) x 40 cm (W) x 25 cm (H) of 1:2:4 cement concrete mix to avoid entry of rodents. 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. 4) DWC Pipes: Use of normal duty DWC (Double walled corrugated) HDPE pipe 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 5) 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 66 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 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. 6) 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 State/SIA. 7) 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. (See Figure-3) 8) 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 Phase- II project. 6.4.4

Excavation of Trenches

6.4.4.1

Trenching

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 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 State/SIA Once the alignment is marked, no deviation from the alignment is permissible except with the approval of State/SIA. While marking the alignment only the center line will be marked and the PIA shall set out all other work to ensure that, the excavated trench is as straight as possible. The PIA shall provide all necessary assistance and labor, at his own cost for marking the alignment. PIA shall remove all bushes, undergrowth, stumps, rocks and other obstacles to facilitate marking the center line without any extra charges. It is to be ensured that minimum number of bushes and shrubs shall be removed to clear the way and the PIA shall give all, consideration to the preservation of the trees. 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. 2) 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. 6.4.5 1. 2. 3. 4. 5.

6.

Method of Excavation In built up areas, the PIA shall resort to use of manual labor / HDD only to ensure no damage is caused to any underground or surface installations belonging to other public utility services and/or private parties. However, along the Highways and cross country there shall be no objection to the PIA resorting to mechanical means of excavation, provided that no underground installations existing the path of excavation, if any, are damaged. 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. 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. Trenching shall as far as possible be kept ahead of the laying of pipes. PIA 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 PIA 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. Necessary barricades, night lamps, warning board and required watchman shall be provided by the PIA to prevent any accident to pedestrians or vehicles. While carrying out the blasting operations, the PIA shall ensure adequate

67 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

7.

8.

6.4.6

safety by cautioning the vehicular and other traffic. The PIA shall employ sufficient man- power for this with caution boards, flags, sign writings etc. The PIA 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 PIA shall cut them when encountered in the path of alignment of trench without any additional charges. In large burrow pits, excavation may be required to be carried out for more than165 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. 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 State/SIA 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 State/SIA. 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/DWC/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 State/SIA 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 State/SIA in writing under genuine circumstances. The decision of the State/SIA shall be final and binding on the PIA. All the relaxations granted as specified above shall be dealt with as per the laid down norms and procedure of State/SIA. Dewatering: The PIA shall be responsible for all necessary arrangements to remove or pump out water from trench. The PIA 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. 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 PIA. No extra payment shall be admissible for this. Blasting: For excavation in hard rock, where blasting operations are considered necessary, the PIA shall obtain approval of the State/SIA in writing for resorting to blasting operation. The PIA shall obtain license from the State/SIA 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 PIA 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 PIA 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. The State/SIA or his authorized representative shall have the right to check the PIA’s store and account of explosives. The PIA shall provide necessary facilities for this. The PIA 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 PIA (referred subsequently as agent only), during specified hours as approved in writing by the State/SIA. 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 PIA as detailed in IS: 4081 safety code for blasting and related drilling operation. 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 State/SIA. Both ends of culverts shall be excavated more than 165 cm in depth to keep the gradient of not less than 15 degrees with horizontal. The bed of trench should be as smooth as possible. 68 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 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. 6.4.7

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 PIA 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 endcaps 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 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 State/SIA. 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. State/SIA 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/DWC Pipes as required at Road crossings. The RCC pipes/DWC pipes shall extend at least 3 meters on either side of the road at Road crossings. At Road crossings, extra DWC/PLB HDPE Ducts may be laid as per the direction of the State/SIA. 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 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 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 PIA 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. 69 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 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 State/SIA. 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/DWC Pipes shall be laid only in trenches accepted by State/SIA or his representative. The PIA 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 pumped out by the PIA 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 State/SIA. The mechanical protection shall extend at least 5 meters beyond the bed of nallah on either side. Not with standing anything contained in clauses referred above, the State/SIA 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 State/SIA. The location of the manholes will be decided by the State/SIA. 6.4.7.1

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 State/SIA. Of late the bridge construction authorities are providing channel ducts on the footpaths on the bridges for various services. The RCC/DWC 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. 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, DWC 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. 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. If neither of the two methods is possible, the DWC duct 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 DWC Troughs slope down and get buried, the concreting should be extended sufficiently to ensure that no portion of the DWC Pipes Troughs is exposed as approved by the State/SIA to protect the pipe/trough from any possible externally caused damage. Where white wash/color wash is existing on the Bridges/ Culverts, the same should also be carried out on the concreted portion to ensure uniformity. 6.4.8

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 70 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 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 PIA. 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. 6.4.9

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. 6.4.10 6.4.10.1

Cable Pulling and Joining/Splicing Cable Pulling

Manholes marked during PLB HDPE Ducts pipe laying 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. 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. 6.4.10.2

Jointing/ Splicing

Optical Fiber Cable Joints will be at varying distances depending upon fiber to be laid. The 24/48 fibers are to be spliced at every Joint & at both ends (Terminations) in the equipment room as directed by the State/SIA. The Infrastructure required for cable splicing i.e. Splicing machine, OTDR, Tool kit etc. will be arranged by the PIA and also any additional accessories. e. g. Engine etc. required at site for splicing will also be arranged by the PIA. The Optical Fiber Cable thus jointed end-to-end will be tested by the State/SIA/PMA officer of Acceptance Testing unit of the concerned State/SIA for splice losses and transmission parameters as specified in RFP. The through Optical Fiber should meet all the technical parameters, specified and no relaxation will be granted. The joint chambers are provided at every joint to keep the O.F.C. joint well protected and also to keep extra length of 30meter cable, which may be, required to attend the faults at a later date. Jointing chambers are to be prepared at both side of the Road Crossing. 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 State/SIA. The jointing chambers are constructed by way of fixing pre-cast RCC chambers/Brick Chambers and covers as per the instructions from State/SIA. 6.4.10.2.1

Pre-cast RCC chamber

Making NP 3 HD20 class circular (as per IS 458:2003) manhole/hand hole for loop and joint chambers of size ((990 mm Outer diameter / 800 mm inner diameter) with 95 mm thickness at every Cable pulling & jointing location for housing the OF Cable loop & joint closure. The concrete shall be M20 and reinforcement shall be FE 415 grade. The manhole cover shall 71 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II be made of 100 mm thick reinforced concrete with 2 no’s lifting hooks. 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, the manholes shall be placed 600 mm below NGL in case of normal soil and at least 300 mm below hard rock areas. The MH cover shall be engraved with “AP – BBNL 2 OFC” with engraving depth of 10mm. 6.4.10.3

Fixing of Route Indicators / Joint Indicators

Pits shall be dug 50 cm to 100 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. 6.4.10.3.1

RCC/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’) 6.4.10.3.2

Stone based Route Indicators

The route /joint indicators made of Sand/lime Stone Should have the following dimension. The word ‘BBNL OFC’ should be engraved on the Route/Joint indicators. i. ii. iii. iv. v. vi. vii.

Stone to be used (Sand/lime Stone) Indicator Top surface to be rounded Base 155 mm × 100 mm Upper 500 mm length to be Tapered width wise as shown in the drawing and homogeneously finished. Height 650mm (Straight) + 400 mm (Tapered) The route indicators should be engraved with word ‘OFC’ of size 80mm length & 50mm, width. Length 3.5 Ft., top 4”x4” dressed 1Ft. from top & tapered.

(See figure for details of Stone Route Indicators) The Route indicators shall have painted Blue and placed at 50 to 100 cm away from the center 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 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 size of each written letter should be at least 3.5 cm. The colors of painting and sign writing is as under: i. ii. iii.

For Joint Indicator: Grey color For Route Indicator: Blue color For BBNL OFC & Nos: White color

6.4.11

Documentation

The documentation, consisting of the following shall be prepared for each Block and the Panchayats connected to the Block. 2 sets of documentation shall be provided 1 copy each in Electronic format on CD as well as Hard binded copy.

72 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.4.11.1

Route 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 on digital form. 6.4.11.2

Route Index Diagrams – Profile

These diagrams will contain i. Make and size of the cable. ii. Offset of cable from center of the road at every 10 meters. iii. Depth profile of Cable at every 10 meters. iv. Details of protection with type of protection depicted on it. v. Location of culvert and bridges with their lengths and scheme of laying of PLB HDPE Ducts pipe thereon. vi. Important landmarks to facilitated locating the cable in future; Location of Joints and pulling manholes. These diagrams shall be prepared on digital form. 6.4.11.3

Joint Location Diagram

This diagram will show. i. Geographical location of all the joints. ii. Depth of Joint Chamber covers from ground level iii. Type of chamber (Brick/Pre-cast) iv. Length of O.F. Cable kept inside the joint chamber from either direction. This shall be prepared digital form. All the diagrams (1), (2) & (3) shall bear the signatures of the PIA, the State/SIA as a proof of accuracy of the details. The diagrams shall be bound in A-4 size book with cover. Figure: HDPE END CAPS

SECTION ON A.B

FRONT ELEVATION

M.S. WELDMESH

Figure: Details Of 100 Mm X 50 Mm, 12 SEG Mild Steel Weld Mesh Having Width of 120 Cm

Note: All measurements are in centimeters. Figure: Rubber Cork (Top View) 73 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Note: 1. All Dimensions are in mm 2. Dimensions are only for guidance. Tapper should be such that it should tightly fix into type A & B Hope 50mm OO pipes. Figure: Specification and Reinforcement Details of NP3-HD20 R.C.C. Joint Protection Chambers

Chamber Design: 1. Longitudinal Reinforcement: 12 Nos. 6mm bars @290mm c/c- Contains 2.66 kg/linear-meter steel as required 2. Circumferential Reinforcement: 13 pairs (2 nos. tied together) 4mm bars @ 60mm c/c 3 nos. 7.5mm bars @40mm c/c (at bottom duct entry)- Contains 11.7 kg/linear-meter steel against requirement of 6.87 kg/m steel

74 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Top-View-Chamber

75 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Figure: RCC Route Indicator

Figure: Stone OFC Route Indicator

76 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.4.12

Best Practices to be followed by PIA for Under Ground Fiber Deployments

Making of Cross Pit at every 200 mtr. (or as needed)

Open Trenches & Ducting

Proper way of Ducting

77 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Coupler Fitting:

Proper Way of Ducting

Back Filling

78 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Chamber Installation

Proper Cable Blowing

Fiber Blowing

79 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.5

Engineering Instructions for Installation of Aerial OFC

6.5.1

Scope

This Engineering Instruction (EI) deals with the guidelines and the installation practice for installing self- supporting metal free aerial optical Fiber cable. Below is the key criterion for the Aerial Rollout. i. ii.

Wedge Solution should be used if Span length is less than 65 Meter Above 65 Meter new pole needs to be erected as per Ground condition.

6.5.2

Route Survey

Prior to start of installation of aerial ADDS OFC, the PIA shall carry out detailed survey of the proposed route to establish the feasibility of installation and capture existing details required for planning installation activities. APSFL shall provide to scale GIS maps of the area concerned, showing available information such as road, buildings, other topographic features, OFC route, planned facilities etc., to enable the PIA to mark-up details picked-up during the site survey. During the survey the PIA shall use mobile application to capture following details.           

Location of existing poles (left/right/middle of road) Distance of poles from the edge of road, median, buildings etc. as applicable Spacing between the poles Type of poles (electrical/others), design of poles (circular/polygonal/rectangular/H-sections/Rail sections etc.), size of poles and pole markings/numbers Height of existing cables and fixtures from ground Areas where no poles exist and would need new poles Obstruction along the path such as trees, hoardings, crossings (road, rail, aerial cables etc.) which needs to be taken care of prior to starting of installation such as tree trimming, moving of hoardings, crossings of existing facility/utility etc. Manhole locations from where underground installation ends and aerial installation starts and vise-versa. Identification of re-routings of complete/part of proposed routes which are not feasible / suitable for aerial installation due to non-availability of poles or obstructions or space etc. Establish locations where specified height cannot be maintained or specified fixtures cannot be utilized. Take pictures of poles and building walls/columns/beams proposed for installing fixtures and also obstructions observed along the routes.

Finally, selected route shall be such that it ensures safety (of human, cable, equipment, poles, buildings etc.) during installation and operation, is easy to install and maintain, allow future expansion and is of shortest length.

80 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.5.3

Over Head Alignment

The existing route alignment wherever available should be used. On new routes, alignment should be erected. 6.5.4

Survey and Installation Drawings

Upon completion of survey, the PIA shall transfer the details on to GIS drawings to APSFL. In addition, the PIAs shall prepare installation drawings showing poles and ADSS cables and accessories in elevation and all obstructions and proposed methods for their mitigation. The drawings shall as a minimum cover the following details:  Number of ADSS cables to be installed along the path  Location of suspension Assembly sets and Termination Assembly Sets  Location of Joint closures  Location of loops  Crossing details  Height of fixture attachment (Pole clamp/ wall brackets / loop brackets / joint closures brackets etc. as applicable)  Poles location (making distinction between existing and new poles), span lengths and clearance from ground at lowest point.  Additional fixtures/measures required for stability of poles such as cable/pole stays at terminal/branch-off poles, crossings etc.  Bill of materials (cables and accessories, joint closures, FDPs, clamps/fixtures etc.) for each drawing. Any other details that may be required by the authorities having jurisdiction over the area/utility/building etc. 6.5.5

Hilly Regions

Line erection rules must be strictly followed. Additional poles may be erected for better support to optical Fiber cable & to avoid sharp curves & bends. Span lengths should be reduced to avoid sags in case of steep slopes. 6.6

WEDGE Solution

6.6.1

Introduction

This Technical Specification contains the requirements for Installation Accessories & Fixtures to be used for erection of the Self-Supporting Metal Free Aerial / ADSS Optical Fiber Cables on the existing overhead alignments or Power line alignments up to 100 m of span length. 6.6.2

Technical Requirements of Installation Accessories

6.6.2.1

Types of Installation Accessories

The Wedge types of Installation Accessories are as mentioned below: i. ii. iii. iv. v. vi.

Tension (Dead End) Assembly Universal Pole Bracket Suspension Clamp Assembly Adjustable Cable Storage Bracket Stainless Steel Strap with Buckle Down Lead Clamps

6.6.2.1.1

Anchoring (Dead End) Assembly

Anchoring assemblies shall be used to firmly hold ADSS cable to a concrete, wood or steel pole and transmit the mechanical tension, i. ii. iii.

at the end of a run at Tensioning Points at a major change in direction of over 20 degrees

81 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Each Anchoring Assembly includes i. ii.

Two numbers of wedge type tension Clamps (Dead End Clamp) One number Pole bracket or wall bracket (Universal Pole Bracket)

Anchoring assemblies shall be supplied in sets to ensure compatibility of the materials 6.6.2.1.2

Universal Pole Bracket

Universal Pole Bracket shall be used for Tensioning (Dead End) Assembly. 6.6.2.1.3

Suspension Clamp Assembly

Suspension Clamp Assembly shall be used for holding the ADSS cable at an intermediate point of support such as a pole. It can accommodate small angles of deviation up to 20 deg. Each Suspension Assembly shall consist of: i. ii.

One number Suspension Clamp (Body with Flange). One number of elastomer liner allowing ADSS to slide in case of unexpected dissymmetric load on one span.

The Body and Flange shall be designed to hold the ADSS cable through a liner kept in a clamp. Suspension Assemblies shall be supplied in sets to ensure compatibility of the materials. 6.6.2.1.4

Adjustable Cable Storage Bracket

Adjustable Cable Storage Bracket is used to store the excess cables which is being maintained in the middle of the line and to use at the time of joints. 6.6.2.1.5 i. ii. iii. iv. v. vi. vii.

Stainless Steel Strap and Buckles

The Stainless-steel strap shall consist of stainless steel strap of size 20mm ±0.2 x 0.7mm ±0.05 mm and shall have tensile strength of 7.5KN min., elongation 30% Min, finish 2B. Tensile strength of strap shall be minimum 7.5KN which shall be tested on a loop with Buckle. Number of loops for mounting the bracket on pole shall be allocated as per load requirement for Tension (Dead-end) and Suspension clamp specified in this specification. Min two loops of 0.75 meter each with one Buckle shall be considered for attaching the brackets to the poles. The SS Strap shall be engraved with the name of the Manufacturer, month and year of manufacturing and length at a distance of approx. 250mm for traceability. S S Strap shall be supplied in 50-meter roll in plastic dispenser casing with indication of remaining length. The S S Buckle to suit above Strap shall be used to tension & fix it. It shall have a slot width of not less than 20.5 mm x 1.5 mm Buckles shall be supplied in plastic bags containing 100 pcs per bag.

6.6.2.1.6

Down Lead Clamps

Down Lead Clamps shall be used to properly fix the cable on the pole to avoid the movement of the cable under wind condition which may lead to damage of the cable. The Down Lead Clamps shall have provision to fix it on the pole by stainless Steel straps. 6.6.3 6.6.3.1

Raw materials for Installation Accessories Raw Material for Dead End Clamp

The clamp body shall consist of an Aluminum alloy, flexible rope sling attachment loop (“bail”) of stainless steel and selfadjusting plastic wedges which shall Tension/hold the cable. The following key criterion shall be followed for the design of the same: i. ii.

There shall be no losable part in the process of clamping arrangement Locking mechanism shall be wedge type self-locking. Wedges shall be made of UV resistant thermoplastic with glass fiber (Polybutylene Terephthalate(PBT) / Polyamide (PA 06) iii. The loop bail / rope shall be flexible, made of stainless steel material of (AISI 304 / 301), fitted with plastic usaddle. It shall be possible to open the bail loop in order to be put through a ring bracket or a cross arm hole. The 82 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II distance between the end of U-Saddle and the cable fitment area shall be of min 400 mm, or more to ensure the min bending radius of cable while installation 6.6.3.2

Raw material for Universal Pole Bracket

Universal Pole Bracket for Anchoring Assembly shall be made out of a single piece Aluminum alloy made of gravity die casting and further heat treated to required strength. Extruded aluminum brackets are not allowed due to sharp corners. The brackets shall be suitable for attachment to a pole by one bolt or two stainless Steel straps. 6.6.3.3

Raw material for Suspension Clamp The body shall be made of plastic to avoid damage to the ADSS cable during pulling without liner at the time of installation. The flange shall be fitted with a non-permanent locking device to prevent any cable escape from the clamp body at the line installation, before fitting the liner. The body and Liner shall be made of weather and UV resistant Thermo plastic – Polyamide / PBT and Elastomer respectively. The Flange made of plastic shall be a part of body to lock the liner. Built- in bracket support shall be suitable for fixing to pole by means of a single SS Strap and SS Buckles or by a M14 hot dip galvanized steel bolt (as per IS: 1367 Part-13) in case of multiple runs over cross arms.

i.

ii.

6.6.3.4

Raw material for Adjustable Cable Storage Bracket

Bracket and Cap made of Aluminum Alloy and other items which includes bolt, nut, washers etc., shall be of hot dip galvanized steel. Rod shall be of aluminum / Galvanized Steel (rod/ pipe) to avoid rust and corrosion. 6.6.3.5

Raw material for Stainless Steel Strap and Buckles The stainless-steel material of the Strap shall be of high mechanical strength, corrosion and wear resistant as per ASTM SS 202. The Buckle shall be made from ASTM SS 304 of thickness not less than 0.8 mm.

i. ii. 6.6.3.6

Raw Material for Down Lead Clamps:

Down Lead Clamps shall be made of weather and UV resistant Thermo plastic – Polyamide/PBT. 6.6.4

Testing of the accessories

Design aspect of all Accessories shall be verified as per the description. The Type Test (for product qualification) and Acceptance Test (for batch acceptance by purchaser) shall be conducted at supplier premises or any NABL or COFRAC accredited Laboratory. 6.6.4.1

Tests for Dead End Clamp

The following table details the Type tests and Acceptance Test for Dead End Clamp: SN 1 2 3 4 5 6 7 i. ii.

Test Visual Dimensional Raw material verification(a) Tensile Test (b) Galloping Test Climatic Ageing Test Corrosion Test

Type Test X X X X X X X

Acceptance Test X X X X

Raw material data Sheet and test certificate to be verified For factory acceptance test duration of the test is 10 Minutes.

6.6.4.1.1

Tensile Test

A minimum load value T (N) = 50% - 60% of Tensile Strength or Maximum Allowable Tension (MAT) of the cable, sustained for minimum one hour shall not damage the outer jacket of the cable such as piercing or creep. There shall be no displacement between the dead-end fitting and cable. The change in attenuation of each fibre at the end of the test shall be ≤0.1 dB. 83 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Test Method: IEC 60794-1-2-E1. 6.6.4.1.2

Galloping Test

The Dead-End Clamp under Galloping Vibration with High Amplitude and low frequency shall not rupture and damage the cable outer sheath as piercing or creep. Method: IEEE std. 1222 – 2004 6.6.4.1.3

Climatic Ageing Test

The Climatic ageing test shall be conducted as per test method standard NF EN 50483-6 with the following specifications: Test Condition: Temperature: 70⁰C Clamps radially arranged, placed opposite the light source with their fitting bolt horizontal.

i. ii.

Requirements: After the climatic ageing, Tensile test as per 3.1 (a) shall be repeated after 24 hours but not later than 72 hours with load values not less than 20% specified in the clause. The marking for identification of pieces shall be visible when examined with normal or rectified vision, without enlargement. Test Method: NF EN 50483-6 6.6.4.1.4

Corrosion Test

The Corrosion test shall be conducted as per standard NF EN 50483-6 with the following specifications: Test Parameter: i. ii.

Gaseous atmosphere as per para 8.4.2. (test method 1) Clamps placed in its service position

Requirements: After the corrosion Test, Tensile test as per 3.1 (a) shall be repeated after 24 hours but not later than 72 hours with load values not less than 20% specified in the clause. There shall be no trace of rust visible on the surface of clamps . 6.6.4.2

Tests for Universal Pole Bracket

The following table details the Type tests and Acceptance Test for Universal Pole Bracket. SN

Test Visual Dimensional Raw material verification(a) Tensile Test (b)

1 2 3 4 i. ii.

Type Test X X X X

Acceptance Test X X X X

Raw material data Sheet and test certificate to be verified For factory acceptance test duration of the test is 10 Minutes

Tensile Test: A minimum load value T(N) = 3 times the Tensile Strength of suitable cable or 15 KN whichever is lower shall not cause any breakage of pole bracket up to specified tensile strength. 6.6.4.3

Suspension Clamp

The following table details the Type tests and Acceptance Test for Suspension Clamp. SN 84 | P a g e

Test

Type Test

Acceptance Test

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 1 2 3 4 5 6 7 8 i. ii. iii.

Visual Dimensional Raw material verification (1) Tensile Test (2) Slip Test Galloping Test Climatic Ageing Test Corrosion Test (3)

X X X X X X X X

X X X X

Raw material data Sheet and test certificate to be verified For factory acceptance test duration of the test is 10 Minutes. Not applicable for non-metallic clamps

6.6.4.3.1

Tensile Test

A minimum load of value of T (N) = 20% rated Tensile Strength or Maximum Allowable tension (MAT) of suitable cable or 3 KN whichever is lower, sustained for minimum one minute shall not cause any breakage of clamp. 6.6.4.3.2

Slip Test

Suspension clamps shall enable the cable slip with a cable angle of 5°-8° down to the horizontal axis between a load of 100N to 200N and shall not result in any breakage of cable or collapse of pole structure. 6.6.4.3.3

Galloping Test

The Suspension Clamp with the cable under the Galloping vibration with high Amplitude and low frequency shall not rupture and damage the cable outer sheath such as piercing or creep. Test Method: IEEE Std. 1222 – 2004 6.6.4.3.4

Climatic Ageing Test

The Climatic ageing test shall be conducted as per test method standard NF EN 50483-6 with the following specifications: Test Parameter: i. ii.

Temperature: 70⁰C Clamps radially arranged, placed opposite the light source with their fitting bolt horizontal. The light source, a system with opening for introduction of cable oriented towards the opposite direction.

Requirements: After the climatic ageing, Mechanical test as per 3.3 (a) shall be repeated after 24 hours but not later than 72 hours with load values not less than 20% specified in the clause. The marking for identification of pieces shall be visible when examined with normal or rectified vision, without enlargement. Test Method: NF EN 50483-6 6.6.4.3.5

Corrosion Test

The Corrosion test shall be conducted as per standard NF EN 50483-6 with the following specifications: Test Parameter: i. ii.

Gaseous atmosphere as per para 8.4.2. (test method 1) Clamps placed in its service position

Requirements: After the corrosion Test, Tensile test as per 3.3 (a) shall be repeated after 24 hours but not later than 72 hours with load values not less than 20% specified in the clause. There shall be no trace of rust visible on the surface of clamps. 85 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.4.4

Tests for Adjustable Cable Storage Bracket

The following table details the type tests and Acceptance Test for Adjustable Cable Storage Bracket. SN

Test Visual Dimensional Raw material verification (1)

1 2 3

Type Test X X X

Acceptance Test X X X

(1) Raw material data Sheet and test certificate to be verified 6.6.4.5

Tests for Stainless Steel Strap and Buckle

Type tests on SS Straps and Buckles shall consist of Chemical Analysis Test Report of Composition. In addition, the SS Strap shall be tested for Tensile Strength and Ultimate Elongation. SN

Test Visual Dimensional Raw material verification (1) Tensile Test Chemical Properties

1 2 3 4 5

Type Test X X X X X

Acceptance Test X X X X

(1) Raw material data Sheet and test certificate to be verified Mechanical Strength Test: One loop of SS strap with a length of 0.75 meter and strapped with a buckle shall withstand a minimum load of 7.5 KN, in order to ensure that universal pole bracket can hold the Tension / dead-end clamp. 6.6.4.6

Tests for Down Lead Clamp

The following table details the type tests and Acceptance Test for Down Lead Clamp SN 1 2 3

Test Visual Dimensional Raw material verification (1)

Type Test X X X

Acceptance Test X X X

(1) Raw material data Sheet and test certificate to be verified 6.6.5

Marking

Following Mandatory marking shall be available on each installation Accessories including SS Strap: i. ii. iii.

Manufacturer`s name or logo or trade name Month and year of manufacturing Product Reference

6.6.6

Installation Procedure for Accessories

Please refer the Schematics given below:

86 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.6.1

Tensioning (Dead End) Assembly

6.6.6.2

Suspension Clamp Assembly

6.6.6.3

Adjustable Cable Storage Bracket

6.6.6.4

Down lead clamp

87 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7 6.6.7.1

88 | P a g e

Typical Drawings of Accessories Dead-End Clamp

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7.2

89 | P a g e

Universal Pole Bracket

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7.3

90 | P a g e

Suspension Clamp Assembly

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7.4

91 | P a g e

Adjustable Cable Storage Bracket

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7.5

92 | P a g e

SS Strap and Buckles

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.6.7.6

6.6.8 6.6.8.1 Sl. No.

93 | P a g e

Down Lead Clamp

Guaranteed Technical Particulars Anchoring (Dead End) Assembly Details

Specific Requirements

Confirmation (Vendor to specify)

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 1 2 3 4 5

Type of Clamp Name and address of the Manufacturer Type of design Cable Diameter Range of Clamp Installation mode

6

Mounting

7 a b 8 9 10

Type & Grade of the Material Clamp Body Wedge Minimum Breaking Load (in KN) Marking Dimension & Weight

6.6.8.2

1 2 3

Type of Clamp Name and address of the Manufacturer Type of design

4 5 6 7 8 9 10 11

Cable Diameter Range Mounting Type & Grade of the Material Clamp Body Insert Minimum Breaking Load (in KN) Marking Dimension & Weight

Sl. No. A 1 2 3 4 5 6 7

Universal Pole Bracket Name and address of the Manufacturer Type of design Type and grade of metallic / non-metallic materials Manufacturing process Min. Ultimate tensile strength Marking Dimension & Weight

Sl. No. 1 2 3 4 5 a b 6

Specific Requirements

Confirmation (Vendor to specify)

Suspension Clamp Mounting clamp with Insert arrangement. Multiple orientation allowability. 8 – 20mm Using Stainless Steel Strap or Bolts UV Resistant Thermoplastic Elastomer As per cable design requirement To be furnished by the vendor Drawing to be submitted in the Tender

Specific Requirements

Confirmation (Vendor to specify)

6-Line Servicing Heat treated Aluminum alloy for bracket Gravity die casting Min 15 KN To be furnished by the vendor Drawing to be submitted in the Tender

Adjustable Cable Storage Bracket Details

Name and address of the Manufacturer Type of design Cable Loop Diameter Range Mounting Type & Grade of the Material Bracket Sliding Pipes or Rod Minimum Breaking Load (in KN)

94 | P a g e

UV Resistant Thermoplastic / Aluminum UV Resistant Thermoplastic As per cable design requirement To be furnished by the vendor Drawing to be submitted in the Tender

Universal Pole Bracket (for Anchoring Assembly Mounting) Details

6.6.8.4

Wedge Type As per cable design requirement Ready- to-use (Without disassembling). No specific tools required for cable installation. No loose parts allowed. Provision to mount on Bracket and cross arm holes

Suspension Clamp Assembly

Sl. No. Details

6.6.8.3

Tension (Dead-end)

Specific Requirements

Pole mounting – Adjustable type for Coil min 400 to 660mm Using Stainless Steel Strap or Bolts Aluminum alloy Aluminum or Hot dip Galvanized Steel As per cable design requirement

Confirmation (Vendor to specify)

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 7 8

Marking Dimension & Weight

6.6.8.5 Sl. No.

Stainless Steel Strap and Buckle Details

A 1 2 3 4 5 6 7 8

Steel Strap Name and address of the Manufacturer Material composition Tensile strength (kN) Width of Strap Thickness of Strap Length indication marking General Marking engraved in the strap Provision for easy and safe usage

9 B 1 2 3 4

Dimension & Weight Buckle Material composition Tensile strength (kN) Dimension & Weight Packing requirement

6.6.8.6 Sl. No. 1 2 3 4 6.7

To be furnished by the vendor Drawing to be submitted in the Tender

Specific Requirements

Confirmation (Vendor to specify)

SS 202 Min 7.5 As per Drawing As Per Drawing Marking required at every 250mm Manufacturer name and date of marking To be provided in a thermoplastic dispenser casing with bobbin. Drawing to be submitted in the Tender SS 304 Min 7.5 Drawing to be submitted in the Tender Supplied as a box of 100 nos each

Down Lead Clamps Details

Name and address of the Manufacturer Type & Grade of the Material Cable Diameter Range Dimension & Weight

Specific Requirements

Confirmation (Vendor to specify)

Pole Mounting & UV Resistant Thermoplastic As per cable design requirement Drawing to be submitted in the Tender

Installation of Aerial Optical Fiber Cable

The following steps need to be followed for Installation of Aerial Optical Fiber Cable Installation. Install the accessories and fixtures as per the requirement of the individual poles it tension and suspension fittings. Install the demountable pulley on all the poles in the section before pulling the cable. Keep the cable drum over the jack near the 1st pole at the beginning of the section. Uncoiled the cable from the drum and placed on the ground in the shape of 8 to avoid any twist in cable. 4. Attach anti-twist device and the shackle hook along with the rope to the front and of the cable on pulling eye or on the cable grip. Carry the attached rope over the demountable pulleys for pulling the cable. 5. The cable should be pulled till the cable reaches the last pole of the section. 6. Wherever in the pulling section; through pulling is difficult; half section or one fourth, action pulling method may be adopted by using figure of a techniques 7. The feeding and pulling of the cable should be synchronized by using communication link. Care is required to be taken so that the cable is not accumulated at any one point during pulling operation and sharp bends are avoided 8. Once the cable reaches the other end actual tensioning of the cable and fixing the installation of the accessories and fixtures shall be taken up with the help of cable pulling winch. The pulling tension must be monitored during tensioning. 9. Install the tension fittings and accessories at the 1st pole. 10. Fix a flat twin open type cable grip on the cable after tension pole for tensioning the cable in the preceding tension section. 11. The cable shall be tensioned to a tension of 1-3 to 1-6 times of the cable weight. The Sag shall be Monitored and kept between 0.25 to 0.5% of the span length. 12. The cable should be lifted between two poles by using cable pole fork during tensioning and fixing of the cable. 13. During the fixing operation the cable shall remain under required tension for minimizing the sag in the splice section. 14. Now install tension fitting and accessories at the all tensioned pole at the end of the tension section. 15. Install the suspension fitting and accessories on the intermediate poles in the tensioned section. 95 | P a g e 1. 2. 3.

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 16. Similarly, installation should be carried out in each tension pole in the entire section and the tension and suspension fittings are installed. 17. At the Through tension poles the cable shall be kept loose and shall be supported by cable jumper clamp. 18. At the end pole where the cable reel is kept; the cable to be taken through DWC pipe (fixed to the pole) to the splice location in case of underground splicing. 19. Extra care for the aerial O.F. Cable may be taken at the bends and at entry and at the exit of the pipe. About 10 meters of cable shall be kept at the splice location for coiling (spare cable) and jointing requirement. 20. Test the installed OF Cable via laser source & Visual Fault Locator Coil the OF Cable and keep it safe in the splice location for splicing. 6.7.1 1. 2. 3. 4. 5. 6.

Precautions Provide display boards. Provide sufficient number of road sign and traffic cones. Avoid sharp bending of the OF cable during installation. The OF cable should not be given extra tension than the permissible tension limits. While crossing the overhead electric installations, safety measures should be taken. Also provide guard wire. To avoid man made damages, safety measures should be taken for each pole.

6.7.2

Safety Precautions during ADSS OFC Installation

Following safety precautions are to be taken during installation of ADSS OFC: 1.

Aerial ADSS OFC installation requires skill and know-how thus only skilled and trained personnel shall be deployed for aerial installation.

2.

Use of safety harness while using bucket trucks and aerial lifts or climbing poles/buildings is a must.

3.

Protective gloves (leather/rubber) must be used while climbing/descending a pole or near exposed electrical wires.

4.

Wearing of safety glasses while handling/preparing the OFC for splicing/terminations is necessary to avoid injury to eyes.

5.

The condition of existing poles should be checked before attempting to climb. Climbing on heavily corroded or badly degraded / deteriorated wooden poles should be avoided.

6.

Area where cable is being pulled/installed using equipment /hardware under tension should be clear of persons except in situations that demand presence of installation person to observe correct alignment. Even in such cases, the person should stay clear from hardware under tension.

7.

Equipment and tools should not be thrown to ground. They should be lowered to ground using a hand line.

8.

While climbing / descending a pole/ladder, hands should be free and all tools and tackles/accessories shall be handled only after fully climbing of the pole.

9.

Existing enclosures/suspended equipment/cables etc. should not be used as work platform or for climbing as they might have become loose or deteriorated since their installation and can get damaged and cause injury.

6.7.3 6.7.3.1

Procedures to be followed for installation of ADSS Aerial Optical Fiber Cable Scope

This document is intended to provide guidelines for selection of appropriate methodology for aerial installation of ADSS optical Fiber Cable on Existing Electrical Poles of 33/11 KV Lines and LT lines as per the route map and network design. 6.7.3.2

Installation Techniques

The techniques used in installation of Aerial ADSS Optical Fiber Cables are described here. With the proper installati on hardware and skilled resource, any of these methods can be used to install ADSS cable. Many a times, it will become necessary to use a combination of these methods to achieve full installation.

96 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II Selection of the specific technique (i.e. Moving Drum method, Stationary Drum method or Manual Installation method), or a combination thereof, shall largely depend on the actual site conditions. The PIA shall select the most appropriate installation technique suitable to the site conditions. 6.7.3.2.1

Moving Drum method

In this method the cable is pulled directly from the cable drum mounted on a moving vehicle as it drives along the pole line. The cable drum must be mounted on a proper support to allow easy cable pay off. At the dead-end point, the cable is terminated using Termination Assembly sets and tensioned using turnbuckles to maintain cable sag within permissible value To start installation, park the vehicle with the cable drum approximately 15 - 20 meters away from the pole facing away from it down the pole line. The cable must pay off from top of the drum towards the rear of the vehicle. Install the termination supports and temporary hooks on the poles at the starting point and subsequent poles. Pull off the necessary amount of slack, lift the dead-end to the top of the pole and mount on the termination assembly. Once the cable is fixed at both ends with at the terminating assemblies, carry out tensioning. After the cable section is properly tensioned and secured at both ends lift the cable out of the hooks at each of the intermediate pole and support it with the suspension set assemblies.

6.7.3.2.2

Stationary Drum Method

In this method of aerial cable installation, the cable is pulled along the cable route through temporary support hardware. Stationery drum installation method requires installation of temporary support hardware such as pulley blocks. A rope wound on the tension limiting winch is passed through the pulleys and connected to the cable on the drum installed on a stand which allows free rotation of the drum. The pulling load should normally not exceed 60% of the maximum permissible cable tension recommended by cable supplier. The cable drum and winch locations must have vehicular access. The cable drum should always be placed on levelled ground so that its flanges are vertical thus avoiding rubbing of cable against flanges. The orientation should be such that the cable pay-off is directly in the direction of pull. Always pay-out the cable from top of the drum and not from bottom. The drum should have provision to allow controlled pay-out of cable. Cable pay-out needs to be controlled to prevent free running or jerking. Once the cable is completely pulled end to end, it is then ready for installation of permanent supporting system of terminating and suspension set assemblies at required locations and tensioning for sag control.

97 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.7.3.2.3

Manual Installation method

Manual installation method technique is similar to stationary drum method, except that in this case the cable is uncoiled from the drum and placed on the ground in the shape of 8. The pulling operation is same as in stationary drum method. The hardware requirement and pulling equipment also remains same. For pulling in both directions, two loops of shape of 8 can be made and each can be pulled in separate directions. Loops of size 4 to 5m x 1.5m should be sufficient in most cases.

6.7.4

Installation of Accessories

6.7.4.1

Pole Clamp

Prior to fixing any temporary supports / stringing blocks or permanent cable suspension / termination assemblies, it is necessary to fix pole clamps. Appropriate type of pole clamps will be required depending on the shape of the pole. The two halves shall be opened and fixed at the specified height using tightening bolts. 6.7.4.2

Terminating (or dead End) Assembly

Termination assemblies are required at dead ends locations where: i. ii. iii.

Cable needs to be terminated at the end facility loops are to be kept for future maintenance activities For double sided termination assembly 2 sets would be required.

98 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.7.4.3

Suspension Assembly

ADSS optical Fiber cable shall be supported on all intermediate poles between two terminating poles using the pole clamp and a suspension assembly set. To fix a suspension Assembly following accessories are required: i. ii. iii. iv.

Protective Wedge on the cable, Suspension Wedge Clevis Thimble Spiral Vibration Damper

6.7.4.4

Installation Cable Loop / storage / Joint Closure

Cable loops are to be provided for future maintenance purposes at regular spacing. A fixture is required to be installed. Excess cable is then wound & kept on support. The fixture provides a means to ensure Proper bend radius is maintained. Separate clamp is required for installation of Joint Closures. 6.7.4.5

Supporting Jumper Cable Clamp

Jumper cable hanging between a pair of Termination Assemblies installed at locations where there is sharp change in direction need to be supported with a special twisted link. To support jumper cable, use already installed clamp. 6.7.4.6

Cable Tensioning

After the required Length of cable has been placed, the cable shall be properly tensioned before it is permanently secured into suspension assemblies. The temporary dead end should be installed 4 to 5 m from the pole so that after complete tension is applied, appropriate permanent termination assembly set can be installed while the cable is in tension. The chain hoist will also need to be tied to the pole directly using a sling and on to pole clamp. Once the cable sanction is under the required tension and the sag is within limits (i.e. less than 1% of span), the “free” end of the cable used for tensioning is fitted with termination assembly set and terminated. Once the load is transferred on to permanent termination end, the temporary arrangement shall be removed. 6.7.4.7 1. 2. 3. 4. 5.

Machinery / Equipment / Tools

Ropes and Light weight ladder for installation of termination / suspension assemblies, clamps etc. Temporary supports, dynamometer, chain hoists, temporary dead ends steel cables, etc. required during cable laying and / or cable pulling and cable preparation kits, etc. as applicable will have to be arranged by the PIA Van with portable splicing machines and OTDR, power meter, cable preparation kits, etc. for splicing and testing of installed ADSS Optical Fiber Cable. Other tools and tackles shall include wrenches, spanners, screwdrivers, hummer, ropes etc. All safety equipment such as safety belts, insulating and cotton gloves and hard hats, fluorescent vests etc. as required.

6.7.4.8

Pole Specification

New poles need to be erected wherever span length is more than 200 meters or as per Ground condition. Specification of 7.5m, 9m and 12m poles are listed below for a reference. However, required pole size and strength shall be finalized by the service partner/Customer after detailed survey and design wherever necessary. They are welcome to use existing poles, mast/towers of any utilities services wherever available. However, Partner shall be responsible to arrange such available facilities and bear all expenses. Partner may also propose 7.5 or 9 or 12 m of poles wherever route technically viable and poles/towers of other utilities are not available. 6.7.4.8.1

Galvanized Steel Pole (7.5m)

Scope: The steel poles, single piece telescopic type, are used in conjunction with pole accessories for supporting Aerial cable. New pole installation to be carried out wherever span length is more than 200 meters. Reference: 99 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II The pole shall meet the following standard specification i. ii.

Steel tube and base plate for pole: ISO/630 Hot dip galvanizing: BS-729

Detailed requirements for steel poles, base plate and top cap: 1. 2. 3. 4. 5.

The telescopic pole shall be made of only one single length tapered steel tube. All the tubes and base plate shall be made of steel as per ISO 630 grade Fe 430 B or nearest equivalent grade in other standard. The outer and inner surface of the pole including with base plate shall be hot dip galvanized as per BS 729 with minimum layer thickness of galvanization being 450 gm/sq-m. The thickness of the section of steel tubes shall range between 2 mm and 3 mm. The jointing process in the pole for seam welding shall be performed by either high frequency welding method or arc welding (preferably submerged arc welding) method. The joint thus formed by arc welding shall be uniform and smooth. The mechanical characteristic in the welded part shall be at least equivalent to those of the base metal.

The poles shall be supplied with following properties: Pole size of 7.5 meters shall have the total length of 7500 mm +2%. The pole shall withstand minimum horizontal load of 365 Kg applied at 50 cm from the top of the pole and a wind pressure of 110 Kg/sq m. 6.7.4.8.2

Galvanized Steel Pole (9 m and 12 m)

Scope: The pole shall be of the tubular type Reference: This shall meet the following standard specification i. ii.

Steel tube and base plate for pole: ISO/630 Hot dip galvanizing: BS-729

Technical Specification of Galvanized Steel Pole: All the tubes and base plate shall be made of steel as per ISO 630 grade Fe 430 B or nearest equivalent grade in other standard. The outer and inner surface of the pole including with base plate shall be hot dip galvanized as per BS 729 with minimum layer thickness of galvanization being 450. Marking: All poles shall be painted or printed with the word “APSFL” on external surface with distinct un-washable yellow colour. The size of the letter should be (Thickness x Width x Height) 8mm x 30mm x 50mm. For errection of any pole/tower, the SLO shall follow the guidelines of ICAO and applicable laws of India. Life expectancy: All poles shall be designed for a life expectancy of at least 30 years without any serious degradation of the performance or reliability maintained and when installed at the temperature range of –10C to + 55 0C in Andhra Pradesh. Construction: Pole Clearance: All types of ADSS shall have minimum of 7 m clearance from the point of lowest sag for 9 m and 12 m poles. Pole Material: Suitable Poles/Mast/Tower shall be of galvanized steel and/or concrete with adequate strength and Installation Practice as well as other Pole/Mast/Tower quality features shall be of applicable well known International Standard such as BS (British Standard), IS (Indian Standard), ITU, etc. Any structures of Electrical department for the Optical on Ground Wire (OPGW) are also acceptable standard, wherever OPGW route is proposed. 100 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 6.8

Fibre Monitoring System (FMS) 

   

Fibre Asset digitalization is key for maintaining, monetizing and keeping it ready for services. Monitoring, traceability and continuity of the buried / underground fibre asset is very important in consideration of increasing bandwidth demand and subsequently fibre media network. Reconciliation of resources and continuous health review of fibre asset has become feasible with deployment of this remote fibre monitoring system. It gives information about exact cut location remotely, in fault scenario, which helps reduce overall MTTR (Min Time To Restore). It helps in better SLA (Service Level Agreement) adherence also avoid manual efforts & errors in testing of fibres. It should also have the capability to integrate with Geographical Information System

Technical Specifications Fibre Monitoring System Requirements 1.

Monitoring Unit Mechanical Requirements    

2.

Monitoring Unit Performance Requirements        

3.

The monitoring unit is to cycle through all the monitor ports and measure the total insertion loss of the link. In case the insertion loss of a link has changed and exceeds one of the preconfigured thresholds, an alarm is to be raised. When a fibre-cut occurs, a fast reaction time is of the essence. As such it is important for the monitor unit to be able to find a fibre-cut fast. As a guideline: in a system where all fibres are monitored, a fibre cut on any of the lines needs to be detected within two minutes. Wavelength to be used for monitoring any one of the listed 1310/1550/1625/1650. The dynamic range of OTDR should be minimum 40db. The optical attenuation of the line fibre has to be measured continuously and the measured attenuation values have to be recorded periodically in a database. It has to be possible to configure threshold alarms for user configurable fibre attenuation degradation. In case a fibre-cut occurs the monitor unit is to periodically and automatically check the status of the port. In case the line is repaired the port is to be set back in-service automatically. The monitor unit must be self-calibrating. It is not acceptable if the unit must be calibrated in the field on a periodic basis. Monitoring Unit NBI

 

 4.

The monitoring unit should have capability of minimum 8 ports which can be scalable to higher number of port counts. DCN access is to be provided through an RJ45 cable or optical SFP interface. The monitor unit is to support an operational temperature range of -5C to +55C. The available mounting brackets and supported rack types have to be listed by the vendor. It has to be possible to mount the monitoring unit in any common rack type (19”, 21” and 23”).

The device must have the following northbound communication options: - SNMPv3/REST and XML All relevant parameters of the monitor unit must be configurable through SNMP. A MIB file for the monitoring unit has to be available on request without any license fee. In particular the following parameters are required to be retrievable through SNMP: o General settings (device type, serial number, SW/HW versions) o Port names o Port state o Link insertion loss o Link length o Reference OTDR curve o Alarms Upon detecting a fibre fault the device must be capable of sending an email with the details on the fibre cut to designated email addresses. Management System

101 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II   

 

The network management system has to provide standard compliant northbound interfaces to enable relatively simple integration in exiting OSS systems and data export to network planning tools, inventory management tools, customer portals, etc. Versions of the network management system must be available for both Windows Server as well as Linux. Northbound interfaces have to be available for o Inventory management data o Performance monitoring data o Alarm data All required licenses for unrestricted use of these northbound interfaces have to be covered by the offer. The supported northbound interface formats have to be listed by the vendor. For example Corba, MTOSI, EXCEL, SQL, ESV, SNMP and CSV. S. No 1 2 3

Parameter Optical ports Count of Optical port Live & dark fibre monitoring

4 5 6 7

Software user interface OTDR Dynamic range 1 Pulse width Fibre loss measurement accuracy

8

Power supply

9 10 11

operational temperature range mounting brackets and supported rack standard compliant northbound interfaces Network management system with FMS

12 6.9

Minimum Specifications SC/LC PC/APC connectors Min 8 ports Scalable up for higher port count Live fibre monitoring with >3db insertion end to end loss CLI / GUI Should provide ≥28 dB fibre Km/port, 5ns to 20 µs ±1 dB (at link loss < 30 dB and link length < 90 km) ±1.5 dB (otherwise) Should support AC or DC input power supply, Power consumption 15 W -5C to +55C Slandered 19-inch, 21-inch, 23-inch Integration with OSS, GIS, inventory management System etc. Windows / Linux

Operations and Maintenance

The infrastructure and network undergo numerous changes during its lifespan and to have effective O&M, such changes should be tracked and updated in the Inventory Management System to be provided by PIA. Also, Fault Management system will be put in place for reporting, dissemination, resolution and closure of fault tickets.        

Operations and Maintenance of the entire infrastructure and network for 7 years which is extendable by another 1 years from the completion of implementation as per agreed SLAs. Forming of Fault Repair Teams (FRTs) for easy support and resolution of problems in the network. Ensuring that the As-Built-Drawings and GIS coordinates are updated to reflect the actual on ground status. Doing necessary changes, if any, during the operations phase and updating the existing data on a bi-monthly basis. Stores and warehouse management for spares Procurement and supply of all replacement material required for maintenance work. Maintenance of all PoPs and other network centers OTDR test report of all unused fiber should be submitted by O&M agency to APSFL on Quarterly basis APSFL/concerned authority will finalize and conclude on O&M requirement post completion of current contract, six months prior to contract completion

Network Monitoring As per the guidelines of Government of India, all the network elements would be monitored at central BBNL NOC via the DCN network provisioned by BSNL 6.9.1 1.

2.

OFC Maintenance Requirements

The PIA shall follow a disciplined and systematic approach aiming at delivering reliable and high-quality connectivity by using reliable FMS and NOC for automatized round-the-clock monitoring and reporting. The PIA shall responsible for the preventive maintenance, scheduled and planned Maintenance and break down / corrective maintenance activities. PIA shall Interact with NOC for updating the cable/equipment fault status online in FMS/FMS/NOC.

102 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II 3. 4.

The PIA shall maintain liaison with all the local authorities in the respective locations and maintain the list of contact personnel/phone numbers and update the same in the FMS/FMS. The optical power budget parameters of both incremental cable and existing fiber shall be tracked on six monthly basis and necessary action shall be taken to improve the same.

6.9.2 1. 2. 3. 4. 5. 6. 7. 8. 6.9.3

Preventive Maintenance Schedule The performance parameters shall be monitored in the FMS. Verification of the continuity of the unused dark fibers terminated at FDF in the incremental cable using the OTDR is to be done on quarterly basis. The OTDR trace shall be saved /uploaded. Maintenance of the incremental OF cable routes installed by any of the CPSU’s shall be outside the scope of the PIA’s contract. Prepare the revised ABDs incorporating all changes in the cable route within 1 month of such change. Update the OFC inventory in GIS tool as per changed parameters due to replacement of OFC, joint or any other optical parameter such as no. of joints, link loss (Permissible link loss per joint should be within 0.1 dB per joint) etc. for which requisite training shall be arranged by APSFL. Prepare the revised ABD diagrams once every year incorporating all changes in the cable route. Provide sufficient maintenance infrastructure/teams as may be essential to provide services to APSFL as per the Service Level Agreement (SLA). In case of reported faults, the details of the activities / works undertaken are also to be updated in the defined tools/systems as specified by APSFL. Replacement /Diversion of OFC Route

1.

Shifting of the existing OFC route/section/manholes whenever required due to road widening/local APSFL's requirement or due to any other reason with prior approval of APSFL.

2.

Replacement of OFC in cable sections with high loss to improve the health of a cable route.

3.

Any shifting or replacement requirement will be raised with justification by PIA for approval from APSFL.

4.

This work shall be carried out at the per kilometre contracted rate (inclusive of the cost of material) approved for implementation of OFC network in the tender.

6.9.4

Fault Reporting and Maintenance Mechanism

1. 2.

Fault Reporting: On occurrence of Fault in the network, FMS will automatically generate alarms. For any critical alarm (other types can also be configured), Trouble ticket (TT) will be generated automatically after a pre-configured period. In case, the fault has been reported manually and trouble ticket has not been generated through FMS, the maintenance staff/nodal officer shall generate manual trouble ticket either directly in FMS application through web or by calling APSFL. Every TT will be assigned a unique TT ID. For any further communication in this regard the TT ID should be quoted. 3. The trouble tickets will be notified to the assigned nodal officers by SMS/email/both. 4. The fiber related and power related and trouble tickets will be notified to the PIA nodal officers. 5. The concerned PIA nodal officer shall localize the fault and repair the fault. Once the problem is resolved or the fault is attended, the automatically generated trouble tickets will move to 'Resolved' state automatically. Manual tickets can be resolved either directly in FMS application through web or by calling APSFL. 6. The trouble ticket (TT) can be Closed after TT APSFL enters the remarks/reason for faults (only resolved tickets can be closed) for all types of faults except fiber related faults. 7. An automatically generated TT cannot be closed if the underlying fault (responsible for created of TT) is not cleared. 8. For fiber related faults, the FMS application will prompt the user (TT APSFL) to update the fiber related information in GIS. In case of a new joint, the information of latitudes and longitudes of the joint(s) to be updated/ mapped in the GIS through web-based access. On confirmation of the same, the TT can be closed in FMS. 9. SLA shall be calculated for the duration between the opening & final closing of the TT. 10. Any planned/preventive maintenance activity should only be taken up after prior intimation to APSFL NOC. 11. The Flow chart for fault reporting and Compliance mechanism is detailed in the following figure: 12. APSFL can at any time during the maintenance contract, modify/change/revise the maintenance Mechanism as may be required due to any reasons. he PIA will have to follow the same. This mechanism should be mutually agreed between PIA & APSFL.

103 | P a g e

Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Fig: Restoration by PIA 6.9.5 (i)

Scheduled Planned Maintenance The scheduled planned Maintenance is a planned activity for improving the quality of fibres in a OF cable for bringing the overall section loss within the permissible limits. The standard OF section loss specified per KM is 0.6 dB at 1550nm. The standard splice loss is specified as

Smile Life

When life gives you a hundred reasons to cry, show life that you have a thousand reasons to smile

Get in touch

© Copyright 2015 - 2024 PDFFOX.COM - All rights reserved.