enquiry no:c027b001 - iti limitedintra.itiltd-india.com/bgp/tenders/iti tenders - c027b001.pdf ·...

124

Upload: dodung

Post on 02-Apr-2018

245 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:
Page 2: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 1

1/1

I. DOT /TEC / BSNL / BBNL specifications: (used by Indian customers).

i. Metal Free Optical Fibre Cable ( G.652D Fibre ) : TEC GR No. GR/OFC-17/01 JUN 2007 with amendment No. 1 dtd. 28.08.2008 ( 48F/24F )

ii. 24F Metal Free Optical Fibre Cable with Double HDPE Sheath ( G.652D Fibre ) Type - I (Wet Core) Group – III : Section-3B of BSNL Tender No. CA/CNP/24F OFC/T-498/2015 issued on 20.01.2015 (24F)

iii. 24F Metal Free Optical Fibre Cable with Double HDPE sheath ( G.652D) Type - I (Wet Core) Group – III: Section 3 of Technical Specification of BSNL Tender No. CA/CNP/OFC/T-406/2011-12 issued on 30.08.2011 (24F)

iv. OFC Ribbon Type: TEC GR No. GR/OFC-05/02 MAR 2006 ( 96F/48F) v. OFC Metal Free ( G.657 A ): 4F Optical Fibre Drop Cable ( G.657A ) for extending

last mile connectivity to FTTH Customers. Specification issued vide NWP-Broadband Cell, BSNL CO letter No. 32-64/2013-NWP-BB/FTTH dtd. 09.12.2013 & Addendum dtd. 13.01.2014 (4F)

vi. TEC GR No. GR/OFC-03/03 JUNE 2005: 12 F Self Supporting Metal Free Aerial Optical Fibre Cable (For Hilly and Rural Areas) (G.652D Fibre) (12F)

vii. 24F Self Supporting Metal Free Aerial Optical Fibre Cable (For Hilly and Rural Areas)

viii. 48F Armoured Ribbon Intrusion Proof Optical Fibre Cable {48F ( Ribbon ( 652D )+ 8F ( 652D ) Sensory layer}: BSNL Tender No. MM/CNP/022010/000384 dtd. 22.02.2010 (48F)

II. OFC Specifications Requirements for defence:

i. OFC being manufactured shall adhere to ITU-T G.655 standards for Non-zero

dispersion shifted Metal-free unarmoured optical fiber cable conforming to TEC specification GR/OFC-07/02. Jul 2007 or latest and the raw material used in its manufacture will conform to TEC Specification TEC/GR/TX/ORM 01/04 Sep 09 or latest.

ii. The Optic Fibre / OFC manufactured shall be 24 fibre monomode, unarmoured cable in HDPE pipe with lowest coefficient of friction and preferably having silicon lining with proper ducting. The OFC shall be of central tube variety. A combination of cable jet/manual pulling method shall be used to blow/pull the cable in the HDPE. Special OFC and HDPE should withstand saline conditions. Special OFC in high altitude should withstand extreme cold temperatures.

III. BSNL NFS Tender Specifications:

i. Type A : Intrusion Proof Fiber Optic Cable [(24F Ribbon G.655 + 24F Ribbon G.652D) + 8F G.652D Sensory Fibers] for NLD Routes.

ii. Type B: Non Intrusion Proof Fiber Optic Cable [24F Ribbon G.655 + 24F Ribbon G.652D] for NLD Routes

iii. Type C: Intrusion Proof Fiber Optic Cable [48F Ribbon G.652D + 8F G.652D Sensory Fibers] for Access Network

IV. RDSO Specifications.

i. RDSO/SPN/TC/50-2007: Specification for Composite (optical & quad) Underground Armoured Cable with Amendments.

ii. 24 Fibre armoured OFC as per RDSO spec.No. IRS-TC-55/2006 Rev.I with Amendments.

Page 3: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 1B

1/2

General requirements for Optic Fibre Cable & Optic Fibre manufacturing facilities. 1. In ITI, Bangalore Plant, it is planned to establish various Optic Fibre Cable ( OFC ) manufacturing lines to manufacture various optic fibre cables required by customers like BSNL,MTNL,BBNL, defence and Indian Railways and to establish Optic Fibre (OF) Manufacturing facilities / Optic Fibre Draw Towers to manufacture raw optic fibre used for manufacturing Optic Fibre Cables. 2. Proposals are invited from the Original Equipment Manufacturer (OEM) having Excellent R&D base for the design, manufacture and supply of machineries for Optic Fibre Cable lines & Optic Fibre Draw Tower, Expert Technology Capabilities in the field of Optic Fibre Cable & Optic Fibre industry, have very good expertise in implementing the projects in India and willing to establish Optic Fibre Cable manufacturing facilities and Optic Fibre Draw Tower at ITI Bangalore Plant on turnkey basis. 3. Optic Fibre Cable and Optic Fibre manufacturing proposals shall be submitted as complete turnkey Solutions. The offered technologies shall be of state-of-the-art technologies and shall be submitted as complete turnkey solutions for effective production of optic fibre cable and optic fiber in ITI, Bangalore Plant. 4. The proposals for establishing various OFC Lines and Fibre Draw Tower shall be on turnkey basis and the proposals shall include:

a. Establishment of Various OFC manufacturing Lines, OFC Lines Engineering Technology Services, OFC Lines Design Services, OFC Lines infrastructure design services, OFC Lines consultation services, OFC Lines Engineering services, OFC Lines Installation & Commissioning Services, Warranty Services, Annual Maintenance Contract Services and Training services.

b. Establishment of Fibre Draw Tower Technology Services, Fibre Draw Tower Plant Design Services, Fibre Draw Tower infrastructure design services, Fibre Draw Tower consultation services, Fibre Draw Tower Plant Engineering services, Fibre Draw Tower Plant Installation & Commissioning Services.

5. Supplier shall arrange raw materials for the trial run , machine acceptance tests, product acceptance tests (Optic Fibre Cables and Optic Fibre) and to demonstrate synchronization (ie., working together with all individual sub systems / components) with all machineries working as complete manufacturing setup for the entire various OFC production Lines and Fibre Draw Tower machineries. 6. Machineries / Project acceptance tests shall be as per mutually decided test parameters on the manufactured products / finished products (Various combinations of Optic Fibre Cables & Optic Fibre). The final products manufactured shall meet the relevant ITUT standards and Indian TEC GR Standards. The quantity of Optic Fibre & Optic Fibre Cables required for qualifying the machineries / Project acceptance tests shall be as per ITI requirements. 7. Optic Fibre Cable (OFC) Manufacturing machineries / OFC Lines. Optic Fibre Cable (OFC) Manufacturing Lines proposed shall be capable of manufacturing all varieties of OFC required by the Indian Market and overseas market and shall comply to the following Optical Fibre Cable Product specifications of International Standards such as IEC 60739-1, 60793-2 , ITU-T-G.652.D , G.655, G.657A, G657B, G657C & Indian TEC GR specifications used by Indian customers like BSNL, MTNL,BBNL, Indian Railways etc. ( Refer Annexure 1 for detailed specification requirements ) with annual capacity of approximately 20,000 Kms for Aerial, Duct & Direct buried Cable of Average 48 Fibres and 5000 Km of Ribbon type OFC up to 12X72 Fibres.

Page 4: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 1B

2/2

8. OFC Lines proposed shall be designed to manufacture the Optic Fibre Cables Referred Annexure 1, Annexure 2 & Annexure 3 . These details are typical requirements provided for the purpose of guidance only and OEMs shall Propose State of the Art OFC Lines currently required for the optic fibre industry/Market. 9. Detailed specifications are referred in enclosed Annexures & Appendices. 10. Optic Fibre (OF) manufacturing machineries. 11. Fibre drawing tower system proposed shall be capable of manufacturing all varieties of Optic Fibre required by the Indian Market and overseas market and shall comply to the following Optical Fibre Cable Product specifications of International Standards such as IEC 60739-1, 60793-2 , ITU-T-G.652.D , G.655, G.657A, G657B, G657C G657B, G657C & Indian TEC GR specifications used by Indian customers like BSNL, MTNL,BBNL, Indian Railways , OFC manufacturers etc. (Refer Annexure 1 for detailed specification requirements) with annual capacity approximately 3.0 Million Fibre KM (MFKM). 12. Optical Fiber Draw Tower proposed shall be designed to manufacture Optic Fibre Cables Referred in Annexure 1, Annexure 2 & Annexure 3 and to utilize the following perform specifications. These details are typical specifications provided for the purpose of guidance only and OEMs shall offer better system specifications currently available in the industry.

1. Preform nominal OD (mm): 120 to 200mm 2. Preform length (m) 2000mm – 6000 mm or higher 3. Preform handle length (m) 1 m 4. Structural Speed : up to 2700 m/min 5. Process speed (m/min) 2000 to 2500 m/min. 6. Fibre Specifications: ITU -T G652B, G652D, G655, G657A, G657B, G657C & TEC GRs. 7. Fibre Draw Capacity : 2.5 to 3.0 Million Fibre KM (MFKM) 8. Preform core VAD 9. Preform cladding OVD 10. Support for other Preforms : MCVD, PCVD 11. Support shall be made available in the Optic Fibre Draw tower for using alternate performs.

13. Detailed specifications are referred in Annexures 1 to 9 & Appendices 1 to 13.

Page 5: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2

1/4

BOM for Optic Fibre Cable (OFC) & Optic Fibre (OF) Manufacturing Machineries. A. Optic Fibre Cable Manufacturing Lines: Bill of Material (BOM) & Breakdown price

1. Machineries: Sl.No OFC Lines Description Reference Qty Make Model

No Unit Price

Total Price

1 Fiber coloring System (Optional) Appendix 1 1 2 Fiber coloring with ring marking System Appendix 1 1 3 Secondary coating line ( 12F) / ( 24F) /

Fiber loose tube line Appendix 2 1

4 SZ Stranding Line ( upto 12 Pay off ) Without Kevlar server

Appendix 3 1

5 SZ Stranding Line ( upto 12 Pay off ) With Kevlar servers

Appendix 3 1

6 Sheathing Line with Armouring & stripping

Appendix 4 1

7 Sheathing Line without Armouring & stripping

Appendix 4 1

8 Loose Tube rewinding Line Appendix 8 1 9 Optic fiber ribbon colouring line ( 12 F) Appendix 5 1 10 Optic fiber ribbon secondary coating line Appendix 6 1 11 Optic Ribbon Rewinding Line (optional) Appendix 8 1 12 FTTH (2F) / (4F) Appendix 7 1 13 Rewinding Line for Loose tube , Cable

Core and final product Appendix 8 1

14 Other OFC Line : Supplier to specify the additional equipments / Sub system required in each of the Lines for successful production of Optic Fibre Cables as per Annexures 1,2 & 3

Detailed to be submitted by the supplier

15 Others OFC Line 2: 16 Others OFC Line 3: 17 Others OFC Line 4: 18 Others OFC Line 5: 19 Others OFC Line 6: 20 Others OFC Line 7:

2. Services:

Sl.No OFC Lines Services Description Unit Qty Unit Price Total Price

1 Pre bid Visit to ITI Site Set 1 2 Selecting the location Set 1 3 OFC Lines Consultation services Set 1 4 OFC Lines Technology Services Set 1 5 OFC Lines infrastructure design services Set 1 6 OFC Lines Design Services Set 1 7 OFC Lines Site preparation for installation Set 1 8 OFC Lines setup design Set 1 9 OFC Lines Configuration Set 1

10 OFC Lines Layout Set 1 11 OFC Lines Supply Set 1

Page 6: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2

2/4

12 OFC Lines logistics (Moving the cargo up to the site) Set 1 13 OFC Lines Erecting Set 1 14 OFC Lines Installation Set 1 15 OFC Lines Testing Set 1 16 OFC Lines Programming Set 1 17 OFC Lines Calibration Set 1 18 OFC Lines Fine Tuning Set 1 19 OFC Lines Trial run Set 1 20 OFC Lines Commissioning Set 1 21 OFC Lines Customer qualification Set 1 22 OFC Lines Warranty 2 Years Set 1 23 OFC Lines AMC 3 Years Set 1 24 Others 1 Set 1 25 Others 2 Set 1 26 Others 3 27 Others 4 28 Others 5

Note:

1. The supplier shall suggest to reduce the project cost by optimizing various OFC Lines with out compromising on the different types of OFC manufacturing capabilities like provisioning FTTH line along with sheathing Line , Ribbon lose tube line with OFC Loose Tube line, Tight buffer line with OFC Loose Tube Line etc.

2. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Cable Line Systems. ( Please use “Others” rows to specify additional items required )

3. Anything extra required for successful Commissioning of Optic Fibre Cable Line systems shall be supplied free of cost.

B. Optic Fibre Draw System: 1. Main Optic Fibre manufacturing machineries: Sl.No Optic Fibre Draw Systems

Description Reference QTY Make Model

No Unit Price

Total Price

1 Optic Fibre Draw Tower – Dual Line

Appendix 11 1

2 Optic Fibre Draw Tower – Dual Line (Optional)

Appendix 11 1

3 Proof Test and Rewinding Machine Appendix 12 2 4 Proof Test and Rewinding Machine

(Optional) Appendix 12 2

5 Deuterium Treatment Chamber with Hydrogen ageing test setup

Appendix 13 2

6 Others 1: (Supplier to specify the additional equipments / Sub system required for successful production of Optic Fibre as per Annexures 1,2 & 3.)

7 Others 2

Page 7: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2

3/4

B. Optical Fiber Draw Tower : Bill of Material (BOM) & BREAKDOWN OF PRICE 1.A. Fibre Draw Tower Machineries: Sl.No Optic Fibre Draw System Items Description Unit Qty Make Model

No Unit Price

Total Price

1 Drawing Tower Frame 33 to 40 m (Dual line) No 1 2 Fibre Drawing system No 2 3 Main Control Unit No 2 4 Coating system No 2 5 Optic Fibre preform (up to 250kg ) Feeding,

Handlind & Loading system No 2

6 Clean Air System class 100 (Closed) No 1 7 Class 10000 Clean environment System set 1 8 Optic Fibre Induction Furnace No 2 9 Dynamic Iris System for Optic for Induction Furnace No 2 10 Optic Fibre measurement system No 2 11 Fibre quality control and measurement System No 2 12 Optic Fibre Cooling System for High Speed (Closed

loop Helium Cooling System ) No 2

13 Fiber w-o-w coating system, High Speed No 2 14 UV Curing System (8 Lamps) No 2 15 Start-up Capstan No 2 16 Coating concentricity monitor No 2 17 Fiber Spinning Unit No 2 18 Fiber capstan with Fiber Tension Measurement No 2 19 Special gases supply system No 2 20 Vacuum System No 2 21 Dual Fiber Take-up No 2 22 Optic Fibre Packing system No 2 23 Non-contact fiber thermometer (LT) No 2 24 Process control system with Disly No 2 25 System Application software set 1 26 Fibre Draw tower line cables set No 2 27 Fibre Draw installation accessories No 1 28 Packing and Shipping set 1 29 Other logistics set 1 30 Installation Services set 1 31 Commissioning of Draw tower set 1 32 Optic Fibre Argon Recovery Unit set 1 33 Optic Fibre Helium Recovery Unit set 1 34 Reel Handling Cart set 1 35 Set of Reels 1000km, (6pcs) set 1 36 Set of Reels Others, (6pcs) set 1 37 Training set 1 38 Documentation (Hard copy and soft copy documents

on Technical, User , Training and maintenance ) set 1

39 Others 1: (Supplier to specify the additional equipments / Sub system required for successful production of Optic Fibre as per Annexures 1,2 & 3.)

40 Others 2 41 Others 3 42 Others 4 43 Others 5

Page 8: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2

4/4

2. Services:

Sl.No Optic Fibre Draw System Services

Description Unit Qty Unit Price Total Price

1 Pre bid Visit to ITI Site Set 1 2 Selecting the location Set 1 3 Fibre Draw Tower Consultation services Set 1 4 Fibre Draw Tower Technology Services Set 1 5 Fibre Draw Tower infrastructure design

services Set 1

6 Fibre Draw Tower Plant Design Services Set 1 7 Site preparation for installation Set 1 8 Fibre Draw Tower System setup design Set 1 9 Fibre Draw Tower System Configuration Set 1

10 Fibre Draw Tower Layout Set 1 11 Fibre Draw Tower Supply Set 1 12 Fibre Draw Tower System logistics

(Moving the cargo up to the site) Set 1

13 Fibre Draw Tower System Erecting Set 1 14 Fibre Draw Tower System Installation Set 1 15 Fibre Draw Tower System Testing Set 1 16 Fibre Draw Tower System Programming Set 1 17 Fibre Draw Tower System Calibration Set 1 18 Fibre Draw Tower System Fine Tuning Set 1 19 Fibre Draw Tower System Trial run Set 1 20 Fibre Draw Tower System Commissioning Set 1 21 Fibre Draw Tower System Customer

qualification Set 1

22 Fibre Draw Tower System Warranty 2 Years

Set 1

23 Fibre Draw Tower System AMC 3 Years Set 1 24 Others 1 25 Others 2 26 Others 3 27 Others 4 28 Others 5

Note:

1. The supplier shall suggest to reduce the project cost by optimizing various Optic Fibre Sub systems with out compromising on the Opti Fibre manufacturing capabilities.

2. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Draw System. ( Please use “Others” rows to specify additional items required )

3. Anything extra required for successful Commissioning of Optic Fibre Draw Tower System shall be supplied free of cost.

Page 9: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2A

1/2

A. General Conditions ( Pre Technical Qualification Conditions)

GENERAL REQUIREMENTS

1. Year of Production. Supplies should be of latest manufacture, conform to the current

production standards, 2. Delivery Schedule. Proposed Date of Completion of Project must not exceed 9 months from

date of issuing the Purchase Order. The Delivery Implementation Schedule for the Project is given at Annexure 5. Once the contract agreement is established , the supplier shall adhere to it and ensure supply of items and their components under the contract as per the delivery schedules mentioned therein..

3. Warranty. The goods supplied shall carry a warranty for 2 years from the date of acceptance or from date of installation and commissioning of the entire integrated Optic Fibre manufacturing & OFC manufacturing equipments, whichever is later.

4. Annual Maintenance Contract AMC. After the specified warranty period, the supplier would be required to repair and maintain the equipments supplied for the Optic Fibre manufacturing & OFC manufacturing Lines . AMC for 3 years will be part of the contract. The supplier will quote for 3 years of AMC in his commercial proposal on annual basis.

5. Spare Parts. The supplier shall be required to provide Itemised Spare Parts Price List (Prices to be indicated only in the commercial offer), list of optional equipment and the likely consumption rate of the spares based on the exploitation pattern of the equipment.

6. Product Support. The supplier would be bound by a condition in the contract that he is in a position to provide product support in terms of maintenance, materials and spares for a minimum period of Three years post warranty, including extended warranty, if any. Even after the said mandatory period, the supplier/OEM would be bound to give at least two years notice to ITI prior to closing the production line so as to enable a Life Time Buy of all spares before closure of the said production line. The said aspect would also form an integral part of the contract. During the lifetime support all upgrades and modifications including software patches will be carried out free of cost. All these upgrades and modifications are to be carried out on the equipment as well as in the production line for atleast ten years and must be intimated to ITI well in advance.

7. If the equipment being offered by the Supplier / OEM has been supplied / contracted with any organisation, public / private in India, the details of the same be furnished in the technical as well as commercial offers. The Supplier /OEMs are required to give a written undertaking that they have not supplied / are not supplying the similar systems or subsystems at a price lower than that offered in the present bid to any other Ministry/Department of the Government of India / any other customers in India and if the similar system has been supplied at a lower price then the details regarding the cost, time of supply and quantities be included as part of the commercial offer. In case of nondisclosure, if it is found at any stage that the similar system or sub-system was supplied by the Supplier /OEM to any other Ministry/Department of the Government of India / any other customers in India at a lower price, then that very price, will be applicable to the present case and, with due allowance for elapsed time, the difference in the cost would be refunded to ITI, even the contract has already been concluded.

8. Patent Rights. The Supplier /OEMs have to confirm that there are no infringements of any Patent Rights in accordance with the laws prevailing in their respective countries. The Supplier /OEM should indemnify ITI against all third party claims of Infringement of Intellectual Property Rights/patent/trademark and Industrial Design Rights for all types equipments for Optic Fibre Cable & Optic Fibre manufacturing.

Page 10: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2A

2/2

TECHNICAL PARAMETERS

9. Operational Characteristics and Features. The Optic Fibre Cable Manufacturing line and Optic Fibre manufacturing will have the respective features of seamless integration with all subsystems being offered. The broad operational characteristics and features that are to be met by the OFC Lines & Optic Fibre Draw Tower and its sub systems are enclosed at Annexure 2 & Appendix 1 to 13.

10. Technical Offer. The Technical offer must enable detailed understanding of the functioning

and characteristics of the OF & OFC line equipments as a whole and each sub system independently. It must include the performance parameters as referred at Appendices l through 13 listed along with other information pertaining to the technical specifications of the equipment considered important / relevant by the Supplier / OEM. The technical proposal should also include maintenance schedules to achieve maximum life and expected life of each system/subsystem, storage conditions/environment condition recommended and the resultant guaranteed in-service/shelf life.

11. If there is any associated optional equipment on offer that should also be indicated separately along with the benefit that are likely to accrue by procuring such equipment. Should the vendor be contemplating any upgrades or modifications to the equipment being offered, the details regarding these should also be included in the Technical Proposal.

12. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of the Optic Fibre Draw Tower systems and Optic Fibre Cable Line Systems. ( Please use “Others” rows to specify additional items required for successful production of Optic Fibre and Optic Fibre Cables planned Capacity referred in annexure 4 )

13. Any left out items which are required for successful working of Optic Fibre Draw Tower and Optic Fibre Cable Line System shall be supplied free of cost .

14. Technical Details

(a) The technical details should be factual, comprehensive and include specifications of the offered system/equipment against broad requirements listed at Appendices l through 13 of this project.

(b) Insufficient or incomplete details may lead to rejection of the offer. Mere indication of compliance may be construed as incomplete information unless system's specific technical details are available in the offer. A format of the compliance table for the technical parameters and certain important commercial conditions of projects is attached as Appendix 1 Through Appendix 13.

15. Trial Run. Supplier shall ensure trial run after completion installation & Commissioning of

Machineries and the final product shall meet all technical specification of the annexure 1 and Annexure 3

16. Quality Assurance. Before the contract is finalised, the Supplier would be required to provide the Quality Assurance Plan (QAP), i.e., tests undertaken to assure quality and reliability and provide the Standard Acceptance Test Procedure (ATP) to ITI for approval & ITI reserves the right to modify the ATP, if necessary.

17. Final Acceptance. The equipment supplied by the supplier shall be accepted subject to evaluation and clearance by the users namely BSNL / Defence authorities / RDSO . The Supplier would be required to provide all supports during the acceptance by the evaluation team of the customers.

Page 11: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2B

1/2

Special Conditions ( Pre Technical Qualification Conditions) 1. The supplier shall provide clause by clause compliance for all documents ( Annexures & Appendices

& the notes referred in the appendices ) referred in the enquiry along with appropriate documentary evidence / proof duly indicated by suitable markings for all compliances complied in the form of Technical literatures, Data sheets, Test results and Customer/User certifications.

2. Supplier must have implemented similar projects in India on turnkey basis. 3. The Supplier must have an office with necessary infrastructure and human resources in India for the

establishment of the Optical fibre draw plant machineries and OFC manufacturing machineries. 4. The supplier shall comply for the Optic Fibre (OF) and Optic Fibre Cable(OFC) planned to be

manufactured by ITI as per BSNL & defence specifications referred in Annexure 1 . 5. The proposals shall be submitted by the Original Equipment Manufacturer (OEM) Only 6. Supplier shall provide necessary support services for both the OF & OFC Projects including technical

support, support for establishing infrastructures for the OF & OFC Manufacturing facilities, Electric Power Systems requirements , Environmental requirements, assistance for customer certification (TSEC) requirements etc.,

7. Supplier shall be having Research & Development centre for the OF & OFC Machineries offered for continuous development to reduce electric Power consumptions for the machineries. (Green environment compliance).

8. Suppler shall provide necessary hardware & software interface for remote monitoring at the OEM R&D Centre for all the machineries proposed for the respective production process and advice on the corrective measures to be carried out in the machineries for proper functioning.

9. Supplier shall provide OFC design / configuration software / tools required for designing various combinations OFC types required to meet TEC GR specifications / OFC manufacture.

10. The OFC manufacturing process adopted shall ensure the expected life of OFC in Indian Networks shall be 25 years as per TEC GR requirements.

11. Supplier shall have necessary technical expertise in the supply of Optic Fiber (OF) & Optic Fibre Cable (OFC) manufacturing machineries and should have supply experience in India for atleast 15 years for OF & OFC Manufacturing machineries.

12. Supplier shall have necessary technical expertise in the maintenance of Optic Fiber (OF) & Optic Fibre Cable (OFC) manufacturing machineries supplied in India and should have maintenance experience for atleast 15 years in India. User Certificates issued by the companies already using the machineries shall be submitted by the supplier as part of the offer.

13. Supplier should have supplied atleast 15 Fibre Draw Towers and 15 major OFC Line machineries in India in the past and user certificates confirming the supplies shall be submitted as part of the tender documents.

14. The technical parameters specified by ITI and response to the technical parameters complied / offered by the supplier will be verified by ITI nominated officials for the Optic Fibre Plants & OFC Lines currently running in India to qualify as part of the technical evaluation. The supplier shall facilitate for the verifications by ITI officials at the work places of Optic Fibre & Optic Fibre Cable Machineries working satisfactorily in India.

15. Recommended General infrastructure required for the optic fibre manufacturing & OFC Lines referred in Annexure 2 shall be part of the proposals and shall be submitted .

16. Supplier shall have necessary technical expertise to configure the OFC Lines to manufacture the Optic Fibre Cables required by Indian customers. Typical Optic Fibre Cables requirements is as per the annexure 3 and these OFCs shall be manufactured and demonstrated during Trial Run as part of project acceptance.

17. Annual Production capacity shall be as per annexure 4 and the offered machineries shall be capable of manufacturing the target capacity as per Annexure 4. Supplier shall submit supporting mathematical calculations for the machineries offered to achieve the production Capacity.

18. ITI shall choose optimal configurations (quantity / services) for the machineries required for the production of OFC & OF as per the capacity requirements while placing the PO.

19. ITI reserves the right to cancel or modify the scope of work stipulated to be carried out against the PO in the event of change of plan necessitated on account of technical reasons or in the opinion of the PO issuing authority or if the bidder is not executing the work at the required pace.

20. The project would be executed by the supplier on turnkey solution basis which includes Installation (including logistics of moving equipments to the site, erecting, placement, trial run etc) ,

Page 12: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2B

2/2

Commissioning, Technical Support, Warranty & AMC for a period of about 5 years shall be carried out by the supplier.

21. Optic Fibre and Optic Fibre Cable manufacturing machineries supply shall be as Annexure 2. 22. Responsibility matrix for the project implementation between ITI & the supplier as per Annexure 2C

shall be submitted by the supplier. 23. The Supplier shall supply preform, raw Fibre and other consumables for initial test & trial run for

commissioning / Project acceptance of OF & OFC projects. 24. The Supplier shall recommend guaranteed sources for preform, optic fibre and other raw materials

& consumables for 1 year production for OF & OFC projects. 25. Recommended raw materials, annual consumption & the sources for the fibre draw system & OFC

Lines shall be submitted as per Annexure 6. 26. Recommended Consumable materials, annual consumption & the sources for the fibre draw system &

OFC Lines shall be submitted as per Annexure 6. 27. The supplier shall submit the OFC design / configurations for manufacturing OFCs as per

Annexure 3 and shall ensure that the supplied OFC Line machineries are sufficient to manufacture the OFC configurations referred in annexure 3.

28. Recommended List of Spares shall be submitted by the supplier along with the proposals. 29. Recommended infrastructures ( Like Land , Power, Water, Air conditioner, Chillers etc) to be

supplied / arranged by ITI shall be submitted by the supplier 30. Any other items recommended to be supplied / arranged by ITI required for the OF & OFC projects

shall be submitted by the supplier 31. Delivery / implementation Schedule shall be as per Annexure 5 to be submitted by the supplier 32. Payment schedule shall be as per ITI general terms & conditions for payments. 33. Payment will be made in foreign currency / Indian Rupee for the equipments & services offered by

the foreign OEM and in Indian Rupees for the services offered by Indian representatives & for Services like AMC.

34. Liquidated Damages shall be as per ITI terms and conditions 35. Bank Guarantee & EMD: As per ITI standard terms & conditions shall be submitted by the supplier. 36. DEFECTIVE Equipments: In case of any defects in supply or manufacturing or workmanship,

observed during Installation / Trial Run or later during the warranty period, the supplier shall arrange to replace the defective equipments at the cost of supplier.

37. Training: Training Proposals in house & at OEM site shall be submitted by the supplier 38. Documentation:

i. Complete technical literature in English with detailed cable construction diagram of various sub-components with dimensions and test data and other details of the cable shall be provided.

ii. Lay out diagram, Floor area requirements for the entire OFC Lines and OF Draw Tower shall be part of the documentation.

iii. All aspects of installation, operation, maintenance shall also be covered in the handbook. The pictorial diagrams of the accessories (with model no. and manufacturer name) supplied along with the cable as package shall be also be submitted.

iv. Hard copy as well as soft copy of the manuals shall be provided. v. Optical Fibre Cable Design software document shall be provided. vi. Training documents shall be provided during the training programs

39. Commercial Offers will be opened only for those suppliers complying and qualifying for the terms & conditions referred in the following documents.:

i. As per Annexures 2A & 2B. ii. Verified by ITI for the compliances as per Annexures 2A & 2B. iii. Technical Offer is short listed after technical evaluation. iv. The Commercial Offer must be firm and fixed and should be valid for at least 3 months

from the date of submission of offer.

Page 13: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

1/6

Responsibility Matrix for establishing Optic Fibre (OF) & Optic Fibre Cable (OFC) Manufacturing Machineries at ITI , Bangalore.

1. Optic Fibre Cable Manufacturing Lines: a. Basic OFC Line Infrastructures

Responsibility Matrix Sl.No Basic OFC Line Infrastructures

OEM ITI OEM & ITI

Remarks

1 Fiber coloring System (Optional) 2 Fiber coloring with ring marking System 3 Secondary coating line ( 12F) / ( 24F) / Fiber loose tube line 4 SZ Stranding Line ( upto 12 Pay off ) Without Kevlar server 5 SZ Stranding Line ( upto 12 Pay off ) With Kevlar servers 6 Sheathing Line with Armouring & stripping 7 Sheathing Line without Armouring & stripping 8 Loose Tube rewinding Line 9 Optic fiber ribbon colouring line ( 12 F) 10 Optic fiber ribbon secondary coating line 11 Optic Ribbon Rewinding Line (optional) 12 FTTH (2F) / (4F) 13 Rewinding Line for Loose tube , Cable Core and final product 14 Test Equipment Lists Supplier to specify for

i. Mechanical Tests ii. Optical Tests iii. Climatic tests iv. Electrical Tests v. Other Tests

15 Others 1 16 Others 2

Page 14: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

2/6

b. OFC Lines Services Responsibility Matrix Sl.No

OFC Lines Services OEM ITI OEM & ITI

Remarks

1 Pre bid Visit to ITI Site 2 Selecting the location 3 OFC Lines Consultation services 4 OFC Lines Technology Services 5 OFC Lines infrastructure design services 6 OFC Lines Design Services 7 OFC Lines Site preparation for installation 8 OFC Lines setup design 9 OFC Lines Configuration 10 OFC Lines Layout 11 OFC Lines Supply 12 OFC Lines logistics (Moving the cargo up to the site) 13 OFC Lines Erecting 14 OFC Lines Installation 15 OFC Lines Testing 16 OFC Lines Programming 17 OFC Lines Calibration 18 OFC Lines Fine Tuning 19 OFC Lines Trial run 20 OFC Lines Commissioning 21 OFC Lines Customer qualification 22 OFC Lines Warranty 2 Years 23 OFC Lines AMC 3 Years ) 24 Others 1 (Supplier to specify the additional equipments /

Sub system required in each of the Lines for successful production of Optic Fibre Cables as per Annexure 3.)

25 Others 2

Page 15: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

3/6

2. Optic Fibre Draw Tower Infrastructures: a. Basic Optic Fibre Draw Tower Infrastructures

Responsibility Matrix Sl.No Optic Fibre Draw Systems Description

OEM ITI OEM & ITI

Remarks

1 Optic Fibre Draw Tower – Dual Line 2 Proof Test and Rewinding Machine 3 Deuterium Treatment Chamber with Hydrogen ageing test setup 4 Test Equipment Lists Supplier to specify for

i. Mechanical Tests ii. Optical Tests iii. Climatic tests iv. Electrical Tests v. Other Tests

5 Others 1: (Supplier to specify the additional equipments / Sub system required for successful production of Optic Fibre as per Annexure 3.)

6 Others 2 b. Fibre Draw Tower Machineries:

Responsibility Matrix Sl.No Optic Fibre Draw System Items Description

OEM ITI OEM & ITI

Remarks

1 Drawing Tower Frame 33 to 40 m (Dual line) 2 Fibre Drawing system 3 Main Control Unit 4 Coating system 5 Optic Fibre preform (up to 250kg ) Feeding , Handlind & Loading system 6 Clean Air System class 100 (Closed) 7 Class 10000 Clean environment System 8 Optic Fibre Induction Furnace 9 Dynamic Iris System for Optic for Induction Furnace

Page 16: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

4/6

10 Optic Fibre measurement system 11 Fibre quality control and measurement System 12 Optic Fibre Cooling System for High Speed (Closed loop Helium Cooling

System )

13 Fiber w-o-w coating system, High Speed 14 UV Curing System (8 Lamps) 15 Start-up Capstan 16 Coating concentricity monitor 17 Fiber Spinning Unit 18 Fiber capstan with Coated Fiber Tension Measurement 19 Special gases supply system 20 Vacuum System 21 Dual Fiber Take-up 22 Optic Fibre Packing system 23 Non-contact fiber thermometer (LT) 24 Process control system with Disly 25 System Application software 26 Fibre Draw tower line cables set 27 Fibre Draw installation accessories 28 Packing and Shipping 29 Other logistics 30 Installation Services 31 Commissioning of Draw tower 32 Optic Fibre Argon Recovery Unit 33 Optic Fibre Helium Recovery Unit 34 Reel Handling Cart 35 Set of Reels 1000km, (6pcs) 36 Set of Reels Others, (6pcs) 37 Training 38 Documentation (Hard copy and soft copy documents on Technical, User ,

Training and maintenance )

39 Others 1 40 Others 2 41 Others 3 42 Others 4 43 Others 5

Page 17: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

5/6

c. Optic Fibre Draw System Services

Responsibility Matrix Sl.No Optic Fibre Draw System Services Description

OEM ITI OEM & ITI

Remarks

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Fibre Draw Tower Consultation services 4 Fibre Draw Tower Technology Services 5 Fibre Draw Tower infrastructure design services 6 Fibre Draw Tower Plant Design Services 7 Site preparation for installation 8 Fibre Draw Tower System setup design 9 Fibre Draw Tower System Configuration 10 Fibre Draw Tower Layout 11 Fibre Draw Tower Supply 12 Fibre Draw Tower System logistics (Moving the cargo up to the site) 13 Fibre Draw Tower System Erecting 14 Fibre Draw Tower System Installation 15 Fibre Draw Tower System Testing 16 Fibre Draw Tower System Programming 17 Fibre Draw Tower System Calibration 18 Fibre Draw Tower System Fine Tuning 19 Fibre Draw Tower System Trial run 20 Fibre Draw Tower System Commissioning 21 Fibre Draw Tower System Customer qualification 22 Fibre Draw Tower System Warranty 2 Years 23 Fibre Draw Tower System AMC 3 Years 24 Others 1 25 Others 2 26 Others 3

Page 18: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 2C

6/6

3. Other infrastructures Responsibility Matrix

(To be suggested by the OEM)

Basic Infrastructures Sl.No

Main Item Sub Items System OEM ITI OEM & ITI

Remarks

1 Inward Goods Inspection (IGI)

a. Space requirements b. Test Accessories c. Logistics

2 Raw Material Stores

a. Space requirements b. Logistics

3 Mechanical testing lab Optical Testing Lab

a. Space requirements b. Test Accessories c. Logistics

4 Electrical Testing lab

a. Space requirements b. Test Accessories

5 QM333 / Reliability Labs

a. Space requirements b. Test Accessories c. Logistics

6 Finished goods Stores a. Space requirements b. Test Accessories c. Logistics

7 Packaging & Forwarding a. Space requirements b. Test Accessories c. Logistics

8 Shipment to customers a. Space requirements b. Test Accessories c. Logistics

9 Others 1 10 Others 2 11 Others 3 12 Others 4 13 Others 5

Page 19: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 3

1/2

OFC Cable required for Trial Run: 1. Typical OFC Configuration for Trial Run Manufacturing ( NFS Tender Requirements: )

2. BSNL Tender No. CA/CNP/24F OFC/T-498/2015 issued on 20.01.2015 : 24F Metal Free Optical Fibre Cable with Double HDPE Sheath ( G.652D Fibre ) Type - I (Wet Core) Group – III

Page 20: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 3

2/2

3. Colour Coding Requirements:

4. RDSO / Defence requirements:

i. RDSO/SPN/TC/50-2007: Specification for Composite (optical & quad) Underground Armoured Cable with Amendments.

ii. 24 Fibre armoured OFC as per RDSO spec.No. IRS-TC-55/2006 Rev.I with Amendments.

Page 21: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 4

1/1

Annual Production Capacity requirements for Optic Fibre Cable & Optic Fibre: 1.Optic Fibre Cable: Sl.No Optic Fibre Cable Type Production

Volume % Quantity

KM Remarks

1 Duct type, Direct buried type & Aerial OFC 70 to 75% 25000 2 Special OFC : Ribbon OFC , NFS & Defence OFC 20 to 25% 5000 3 Others: FTTH & Drop OFC 2 to 3 % 1000

2.Optic Fibre:

Sl.No Optic Fibre Type Production Volume in %

Quantity Million KM

Remarks

1 Single Mode Fibre 95 to 97% 3.0 2 Special Purpose / Multimode Fibre 2 to 3 % 0.1

Page 22: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 5

1/2

A. Optic Fibre Cable Project Activity & Timelines for implementation / Delivery Sl.No

Line Type Supply Installation Commissioning Trial RUN System / Line Acceptance

Project Acceptance

1 Fiber coloring System 6 Months 15 Days 15 Days 10 Days 10 Days 2 Fiber coloring with ring

marking System 6 Months 15 Days 15 Days 10 Days 10 Days

3 Secondary coating line ( 12F) / ( 24F) / Fiber loose tube line

7 Months 15 Days 15 Days 15 Days 15 Days

4 SZ Stranding Line ( 8 Pay off / 12 Pay off )

7 Months 15 Days 15 Days 15 Days 15 Days

5 Sheathing Line with Armouring & stripping

7 Months 15 Days 15 Days 15 Days 15 Days

6 Loose Tube rewinding Line 7 Months 15 Days 15 Days 15 Days 15 Days 7 Optic fiber ribbon colouring

line ( 12 F) 6 Months 15 Days 15 Days 10 Days 10 Days

8 Optic fiber ribbon secondary coating line

7 Months 15 Days 15 Days 15 Days 15 Days

9 Optic Ribbon Rewinding Line (optional)

7 Months 15 Days 15 Days 15 Days 15 Days

10 FTTH (2F) / (4F) 8 Months 15 Days 15 Days 15 Days 15 Days 11 FTTH Rewinding Line 8 Months 15 Days 15 Days 15 Days 15 Days 12 Tight buffer production line 8 Months 15 Days 15 Days 15 Days 15 Days 13 Rewinding Line for Loose tube

, Cable Core and final product 8 Months 15 Days 15 Days 15 Days 15 Days

After Customer Acceptance

Page 23: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 5

2/2

B. Optic Fibre Project Activity & Timelines for implementation / Delivery Sl.No

System Type Supply Installation Commissioning Trial RUN System / Line Acceptance

Project Acceptance

1 Fibre Draw Tower (Dual Line) 9 Months 30 Days 30 Days 15 Days 15 Days 2 Proof Test and Rewinding

Machine 4 Months 10 Days 10 Days 15 Days 15 Days

3 Deuterium Treatment Chamber with Hydrogen ageing test setup.

4 Months 10 Days 10 Days 15 Days 15 Days

Successful use of Optic Fibre manufactured at OFC Lines Project

4 Others

Page 24: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 6

1/3

A. Raw materials and consumables for OFC Lines Sl.No

Line Type Raw Materials Consumables Remarks

1 Fiber coloring System 1. Raw Fibre 2. Colouring Ink bottles (Filled) 3. Coating Materials 4. Spools / Reels 5. Others

List To be provided

2 Fiber coloring with ring marking System 1. Raw Fibre 2. Colouring Ink bottles (Filled) 3. Coating Materials 4. Spools / Reels

List To be provided

3 Secondary coating line ( 12F) / ( 24F) / Fiber loose tube line

1. PBT/PP/PE/PVC/Nylon: 2. Jelly 3. Yarn 4. Spools / Reels 5. Others

List To be provided

4 SZ Stranding Line ( 8 Pay off / 12 Pay off ) 1. FRP 2. Jelly 3. Binders 4. Aramid Yarn 5. Water swellable Tape 6. Spools / Reels / Cable Drum

List To be provided

5 Sheathing Line with Armouring & stripping 1. PBT/PP/PE/PVC/Nylon: 2. Ripcord 3. FRP 4. Water Swellable Yarns 5. Water swellable Tape 6. Steal Wire 7. Aluminum Tape 8. Steal Tape 9. ECCS

List To be provided

Page 25: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 6

2/3

10. Glass Roving Material 11. Jelly 12. Spools / Reels

6 Loose Tube rewinding Line 1. Spools / Reels 2. Others

List To be provided

7 Optic fiber ribbon colouring line ( 12 F) 5. Raw Fibre 6. Colouring Ink bottles (Filled) 7. Coating Materials 8. Spools / Reels 9. Others

List To be provided

8 Optic fiber ribbon secondary coating line 1. PBT/PP/PE/PVC/Nylon: 2. Jelly 3. Yarn 4. Spools / Reels 5. Others

List To be provided

9 Optic Ribbon Rewinding Line 1. Spools / Reels 2. Others

List To be provided

10 FTTH (2F) / (4F) 1. PBT/PP/PE/PVC/Nylon: 2. Jelly 3. Yarn 4. Spools / Reels 5. Others

List To be provided

11 FTTH Rewinding Line 1. Spools / Reels 2. Others

List To be provided

12 Tight buffer production line 1. PBT/PP/PE/PVC/Nylon: 2. Yarn 3. Spools / Reels 4. Others

List To be provided

13 Rewinding Line for Loose tube , Cable Core and final product

1. Spools / Reels 2. Others

List To be provided

14 Other Lines 1 15 Other Lines 2

Page 26: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 6

3/3

B. Raw materials and consumables for Optic Fibre Draw system Sl.No System Type Raw Materials Consumables Remarks

1 Fibre Draw Tower Preform Coating material

List To be provided

2 Proof Test and Rewinding Machine Raw Fibre List To be provided 3 Deuterium Treatment Chamber with

Hydrogen ageing test setup Raw Fibre List To be provided

4 Others 1 List To be provided 5 Others 2 6 Others 3 7 Others 4 8 Others 5

Page 27: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 7

1/2

A. List of OFC Lines / Project Activity & Timelines for Payments Sl.No

Line Type Supply Installation ,

Commissioning & Trial RUN

System / Line Acceptance

Project Acceptance

1 Fiber coloring System (Optional) 50% 30% 10 % 10% 2 Fiber coloring with ring marking System 50% 30% 10 % 10% 3 Secondary coating line ( 12F) / ( 24F) / Fiber

loose tube line 50% 30% 10 % 10%

4 SZ Stranding Line ( upto 12 Pay off ) Without Kevlar server

50% 30% 10 % 10%

5 SZ Stranding Line ( upto 12 Pay off ) With Kevlar servers

50% 30% 10 % 10%

6 Sheathing Line with Armouring & stripping 50% 30% 10 % 10% 7 Sheathing Line without Armouring &

stripping 50% 30% 10 % 10%

8 Loose Tube rewinding Line 50% 30% 10 % 10% 9 Optic fiber ribbon colouring line ( 12 F) 50% 30% 10 % 10%

10 Optic fiber ribbon secondary coating line 50% 30% 10 % 10% 11 Optic Ribbon Rewinding Line (optional) 50% 30% 10 % 10% 12 FTTH (2F) / (4F) 50% 30% 10 % 10% 13 Rewinding Line for Loose tube , Cable Core

and final product 50% 30% 10 % 10%

Page 28: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 7

2/2

B. List of Optic Fibre Draw Machineries / Systems required for Bangalore Plant Sl.No

System Type Supply Installation ,

Commissioning & Trial RUN

System / Line Acceptance

Project Acceptance

1 Fibre Draw Tower Dual Line 50% 30% 10 % 10% 2 Proof Test and Rewinding

Machine 50% 30% 10 % 10%

3 Deuterium Treatment Chamber with Hydrogen ageing test setup

50% 30% 10 % 10%

4 Others 50% 30% 10 % 10%

Page 29: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 8

1/2

1. Human resources recommended for Optic Fibre Cable Manufacturing Project. Annual Optic Fibre Cable Manufacturing Target :30,000 KM Sl.No Specialization Engineers Diploma

Holders Technicians

1 Technical Support Services 2 OFC Technology Transfer & Implementation 3 OFC Design / Configuration Services 4 OFC Product qualification / TSEC 5 Stores : Raw Material 6 Stores : Finished OFC 7 Production Support: Planning 8 Production Support: Purchase 9 Production Support: Manufacture

10 Marketing Services 11 Sales Services 12 Inspection Services 13 OFC Testing / Inspection Services 14 OFC Quality Assurance Services 15 Inward Goods Inspection 16 Final Product Inspection 17 Customer Interaction 18 Maintenance Services: OFC Lines 19 Maintenance Services: Mechanical 20 Maintenance Services: Electrical 21 Maintenance Services: Instrumentation 22 Maintenance Services: Civil 23 Finance Services 24 Administration Services 25 Other Services

Page 30: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 8

2/2

2. Human resources recommended for Optic Fibre Manufacturing Project. Annual Optic Fibre Manufacturing Target :3.00 Million KM Sl.No Specialization Engineers Diploma Technicians

1 Technical Support Services 2 Optic Fibre (OF) Technology Transfer &

implementation

3 OF Design / Configuration Services 4 OF Product qualification / TSEC 5 Stores : Raw Material 6 Stores : Finished OF 7 Production Support: Planning 8 Production Support: Purchase 9 Production Support: Manufacture

10 Marketing Services 11 Sales Services 12 Inspection Services 13 OF Testing / Inspection Services 14 OF Quality Assurance Services 15 Inward Goods Inspection 16 Final Product Inspection 17 Customer Interaction 18 Maintenance Services: OF Lines 19 Maintenance Services: Mechanical 20 Maintenance Services: Electrical 21 Maintenance Services: Instrumentation 22 Maintenance Services: Civil 23 Finance Services 24 Administration Services 25 Other Services

Page 31: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Annexure 9

1/1

Test Instruments Recommended for Optic Fibre Cable & Optic Fibre Manufacturing: Sl.No Description Recommended Models & make

1 Attenuation Measurement Systems for Optic Fibre Cable & Optic Fibre

2 Optic Fiber Geometry Measurement System. 3 Optic Fibre Curl measurement system 4 Chromatic Dispersion & PMD Measurement System 5 Mechanical Characteristics Measurement Systems :

a. Tension Measurements b. Strain / Proof Test Measurements c. Stripability force Measurements d. Fatigue ( Static & V) Measurements e. Bending tests Measurements f. Crush Test Measurements g. Impact Measurements h. Abrasion Tests i. Weighing Tests

6 Chemical Test Measurements Systems a. Acidic & alkaline (PH 4 & PH10) behaviour tests b. Methyl Ethyl Ketone Test (MEK Rub Test ) c. Adhesion Test Water immersion tests

7 Environmental Measurement Systems. a. Operating Temperature 160 to 85 C b. Humidity Cycling 10- to + 85 C c. Water Immersion at 23 C d. Accelerated Aging test at +85 C e. Retention of Coating Colour : @ +85 C with 95%

for 30 Days Humidity and then @ +85 C dry heat for 20 Days

8 Other Test Systems 1 9 Other Test Systems 2 10 Other Test Systems 3

Page 32: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

1/6

BOM For OFC Plants & Machineries: 1. Optic Fibre Colouring with Ring Marking & Rewinding System: a. BOM Description

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference

1 General Requirements: i. The optic fiber colouring Machine shall be configured for Colouring only / for colouring with ring Marking. ii. The colouring and ring marking shall as per TIA-598D standard / Munsell colour Std. EIA-359-A & IEC publication 304(4) / Equivalent standards.

2 Pay-off 3 Pay-off tension dancer 4 Coloring system with atleast two Dies 5 Ring Marking 6 UV curing System

i. Stage 1 ii. Stage 2

7 Capstan 8 Take-up tension dancer 9 Take-up

10 Control system with Display 11 UV Lamps 3 Nos. 12 Fibre tension sensors 13 Ultrasonic cleaner 14 Bottle ink shaker for 24 ink bottles 15 Safety guards for all moving parts, 16 Drawings:

i. Layout Design ii. Installation iii. Others

17 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control

Page 33: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

2/6

v. Commissioning vi. Maintenance vii. Others

18 Training : i. On site ii. At OEM Place

19 Others 1: Photograps 20 Others 2: 21 Others 3: 22 Others 4: 23 Others 5: 24 Others 6: 25 Others 7:

b. Services : Sl.No Services Description Compliance Services offered Remarks with documentation proof /

reference 1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Colouring System Technology Services 5 Colouring System Consultation services 6 Colouring System Engineering services 7 Colouring System design 8 Colouring System Configuration 9 Colouring System Layout

10 Colouring System Supply 11 Colouring System logistics

(Moving the cargo up to the site)

12 Colouring System Erecting 13 Colouring System Installation 14 Colouring System Testing 15 Colouring System Programming 16 Colouring System Calibration

Page 34: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

3/6

17 Colouring System Fine Tuning 18 Colouring System Trial run 19 Colouring System Commissioning 20 Colouring System Customer qualification

i. Retention of colour :Test method IEC-60793-1-51. ii. colour qualification test: MEK Rub test & water immersion test.

21 Colouring System Warranty 22 Colouring System AMC 23 Others 1: Photograps 24 Others 2 25 Others 3 26 Others 4 27 Others 5 28 Others 6

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances

to the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Construction speed 3000 mpm. 4 Typical Coloring working speed 2500 mpm

Ring marking : 800mpm.

5 Rewinding speed 3000 MPM 6 Fiber tension 0.2 to 1.0 N 7 Traversing pitch Automatic setting. 8 Reel size Capable of handling UPTO 410 MM FLANGE

DIAMETER

9 Reel flange diameter UPTO 400 mm 10 Reel width UPTO 400mm 11 Shaft bore día 25.4mm 12 Reel weight UPTO 10 kg

Page 35: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

4/6

13 Metering accuracy Better than 0.05% (length measuring accuracy)

14 Thickness of colouring layer 3-6 MICRONS 15 Additional loss (attenuation after colouring)

Short term loss less than 0.05 dB/Km. ≤0.01db/km ( attenuation increase)

16 UV lamps 3 Nos 3 NOS. FOR HIGH SPEED OF 3000 MPM

17 Safety guards for all moving parts AS PER International Safety STANDARDS

18 Dies Size To be specified 19 Nitrogen requirements 15 L/MIN PER UV LAMP 20 Operating temperature 23 +/- 5 Deg C 22 Compressed air pressure requirements

( MAX. 15 cu M /HR CLEAN DRY AIR WITH MIN. 5.0 BAR CONSTANT PRESSURE )

To be specified

23 Outline size To be specified 24 Exhaust system To be specified 25 Machine color To be specified 26 Total power in KW To be specified 27 Machine weight To be specified 28 Colouring System Length To be specified 29 Colouring System Width To be specified 30 Static Discharger & Dust Removal To be specified 31 PLC To be specified 32 All Drives To be specified 33 Winding Alogrithm To be specified 34 Laser non Contact diameter gage To be specified 35 Ramp Time To be specified 36 Fast Stop To be specified 37 Ring Inspection Camera To be specified 38 Others 1: To be specified 39 Others 2: To be specified 40 Others 3: To be specified 41 Others 4: To be specified

d. Raw Material & Consumables:

Page 36: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

5/6

Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended : Remarks with documentation proof /

reference 1 Raw Fibre 2 Colouring Ink bottles (Filled) 3 Coating Materials 4 Nitrogen 5 Electric Power in KW 6 Compressed air 7 Cooling air requirement 8 Air Conditioning requirements 9 Reel size : 10 Others 1: 11 Others 2:

e. Spares: Sl.No Spares Description Spares : Quantity Remarks with documentation proof /

reference 1 Sets of colouring dies 2 Ultrasonic cleaner for colouring dies 3 Frequently replaceable items to be listed indicated

with annual quantity required.

4 OEM shall recommend the list with quantity for 2 year running spares. To cover colouring , marking curing , electrical , mechanical , control , electronics etc. systems.

5 All consumables to be listed , indicated with annual quantity required.

6 Others 1: 7 Others 2 8 Others 3 9 Others 4

Page 37: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 1

6/6

10 Others 5 11 Others 6 12 Others 7 13 Others 8 14 Others 9 15 Others 10

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Colouring System. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Colouring System shall be supplied free of cost .

Page 38: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2 OFC Plants & Machineries:

2. Optical Fiber Secondary Coating Line / Lose Tube Line upto 24 F a. BOM Description:

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof /

reference 1 The system shall ensure matching capstan set up , guiding set

up, matching clenching setup, cooling control , temperature controls for PBT , PP , PE, PVC , Nylon etc mtls to get required stable EFL at rated production control shall be ensured by vendor.

2 Optical fiber pay-off up to 12F & 24 F(Optional) 3 Fiber preheating device 4 Swellable yarn pay off 5 Jelly filling device Complete system shall be provided

(vacuum type) i. Option 1: 75 Litres ii. Option 2:100 Litres

6 Extruding group: Complete system with including colouring ( as per TIA-598) , loader , dehumidifier etc. shall be provided for Loose Tube , single layer , double layer , dry Tube , micro tube

i. Option 1 : 45 mm ii. Option 2 : 30 mm

7 Hot water trough and hot water tank 8 Over-length capstan 9 Blowing dryer

10 Tension control unit 11 Cooling capstan 12 Air blow dryer 13 Diameter gauge 14 Lump detector

Page 39: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2 15 Take-up dancer 16 Dual automatic take-up for 1000 mm reels 17 Loose tube cooling system

With cooling tower & chiller Recommended local sources shall be

indicated by vendor 18 Static Discharge Removal 19 Dust Removal 20 On Line EFL and Post shrinkage monitoring. 21 Automatic Fibre Cutting & rewinding back to fibre spool 22 Control system with display:

All required processing parameters shall be settable on-line.

23 Safety guards for all moving parts, 24 Drawings:

i. Layout Design ii. Installation iii. Others

25 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

26 Training : i. On site ii. At OEM Place

27 Others 1: Photograps 28 Others 2 : To be specified 29 Others 3: To be specified 30 Others 4 : To be specified

Page 40: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2 b. Services :

Sl.No Secondary Coating Line 24 F

Service Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout

10 Line Items Supply 11 Line Items logistics (Moving the cargo to the site) 12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items Calibration 17 Line Items Fine Tuning 18 Secondary Coating Line Trial run 19 Secondary Coating Line Commissioning 20 Secondary Coating Line Customer qualification

( Compliance to TEC GRs for OFC )

21 Secondary Coating Line Warranty ( 2 Years )

22 Secondary Coating Line AMC ( 3 Years )

23 Others 1: To be specified 24 Others 2 To be specified 25 Others 3 To be specified

Page 41: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances

to the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed: 1000m/min. 4 Line processing speed: 450 – 600 m/min 5 Optical-fiber pay-off number: 1 to 12.

Upto 24 Fibers (Optional )

6 Pay-off tension: 0.3N - 1.96 N ±0.03 N (+ 8% of sv) 7 Optical-fiber reel size: Standard 25, 50 & 100 Kms reels. 8 Measurements :

On-Line EFL , Diameter , Lump etc

List of measured parameters To be specified

9 Reel of take-up: 500 mm dia to 1000 mm dia 10 Accuracy of length: ≤0.2% 11 Excess length accuracy: 0.2% to 0.02% 12 Additional loss: Shall not change more than 0.02

dB/KKm.

13 Finished product dimensions To be specified 14 Safety guards for all moving

parts as Per IEC Specifications To be specified

15 Line power: ( KW ) To be specified 16 Machine weight To be specified 17 Line Length To be specified 18 Line Width To be specified 19 Others 1: To be specified 20 Others 2 To be specified 22 Others 3 To be specified 23 Others 4 To be specified 24 Others 5 To be specified 25 Others 6 To be specified

Page 42: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2

d. Raw Material & Consumables:

Sl.No Raw Materials / Consumables Description

Raw Material & Consumables Recommended :

Remarks with documentation proof / reference

Remarks

1 Coloured Fibre: The required qty for testing , training , trial run shall be provided by vendor

2 PBT/PP/PE/PVC/Nylon: The required qty for testing , training , trial run shall be provided by vendor

3 Jelly: The required qty for testing , training , trial run shall be provided by vendor

4 Yarn: The required qty for testing , training , trial run shall be provided by vendor

5 Electric Power: Requirements to be mentioned : in KW 6 Water : Requirements to be mentioned

Quality , qty , temp., litres per minute , cooling tower , chiller , heater etc to be indicated by the vendor

7 Compressed air: Requirements to be mentioned. Quality , cfm , pressure cooling air , heating air etc. to be indicated by the vendor

8 Cooling air: Requirements to be mentioned 9 Heating air: Requirements to be mentioned

10 Spools / Reels: Requirements to be mentioned 11 All items required as consumables shall be indicated by

the vendor with required details

12 All items that required for frequent replacement shall be indicated by the vendor with required details

13 Others 1: To be specified 14 Others 2 : To be specified 15 Others 3 : To be specified

Page 43: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 2 e. Spares

Sl.No Spares Description Spares Quantity Recommended

Remarks with documentation

proof / reference Remarks

1 Set of Extrusion Dies 2 Set of Extrusion Tools 3 Set of Jellying Needles 4 EFL Table 5 Tool Kit for Electrical 6 Tool Kit for Mechanical 7 Tool Kit for Day to Day operations 8 Fiber Preparation Kits 9 Single Fibre aligners

10 Mould Cleaning Oven 11 Ultrasonic Cleaners for Dies 12 Spools / Reels 1000 mm 13 OEM shall recommend the list with qty for 2

year running spares for the supplied line and shall cover the electrical , mechanical , control , electronic etc. systems.

14 Frequently replaceable items to be listed with annual qtys required

15 All Consumables to be listed , indicated with annual quantity required

16 Others 1 To be specified 17 Others 2 To be specified 18 Others 3 To be specified 19 Others 4 To be specified 20 Others 5 To be specified

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Secondary Coating Line . ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Secondary Coating Line shall be supplied free of cost .

Page 44: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 3

1/5

BOM for OFC Plants & Machineries: 3. SZ Stranding Line 12 Pay off : Non Metal 2 to 12 Pay Off : a. BOM Description

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference

1 Central Support Member pay-off 1250 mm 2 Tension Regulator / Dancer 3 Loose tube pay-off up to 12 : DTA 1000 mm pay-offs for

1000 mm reels for Fiber tubes & Ribbon Tubes.

4 Jelly filling system 5 SZ oscillator 6 Concentric cross-binder : WS Yarns pay off with Single ,

double , double cross binder with double end yarns

7 Anti-twisting device 8 Longitudinal tape pay-off 9 Caterpillar system 10 Take up dancer / Tension unit 11 Ttake-up: 2000mm dia reel take up for drums from 1000 to

2000 mm and 3.0 Tonnes weight Cable core Dia : 3mm to 25 mm

12 Line Control system with display 13 Final Product Size: (Dimensions to be complied.) 3 mm to

25 mm.

14 Safety guards for all moving parts, ( As per CE Standards ) 15 Drawings:

i. Layout Design ii. Installation iii. Others

16 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

Page 45: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 3

2/5

17 Training : i. On site ii. At OEM Place

18 Tape Payoff (WS) system 19 Single Binder pay off (WS) system 20 Static & Dust removal 21 Product Dia 22 Others 1: 23 Others 2: 24 Others 3: 25 Others 4:

b. Services : Sl.No Services Description Compliance Services offered : Remarks with documentation

proof / reference 1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout 10 Line Items Supply 11 Line Items logistics :(Moving the cargo to the site) 12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items calibration 17 Line Items fine tuning 18 Line Items Trial run

Page 46: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 3

3/5

19 Line Items Commissioning 20 Line Items Customer qualification 21 Line Items Warranty for 2 years 22 Line Items AMC for 3 years 23 Others 1: Photograps 24 Others 2 25 Others 3 26 Others 4 27 Others 5 28 Others 6

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical

Compliances to the Specifications :

Remarks with documentation proof / reference

1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed: 200m/min 4 Processing speed: 150m/min 5 SZ oscillator working speed: Stranding Rotor speed 2500

rpm

6 Cross binder construction speed: 4500 rpm 7 Cross binder processing speed: 4500 rpm 8 Product outer dia.: Product dia : 4 mm to 25 mm 9 The number of loose tube: 2 to 12 10 Tube stranding pitch: 30-1000 mm 11 Binding pitch: 12 to 55 mm 12 SZ oscillator angle: 11 turns in each side. 13 Metering accuracy: ≤0.2% 14 Additional loss: ≤0.02dB/km 15 Final Product Size: (Dimensions to

be complied.) 3 mm to 25 mm. To be specified

16 Safety guards for all moving parts. To be specified

Page 47: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 3

4/5

As per CE standards 17 Installation power in KW To be specified 18 Machine weight To be specified 19 SZ Line Length To be specified 20 SZ Line Width To be specified 22 Others 1 To be specified 23 Others 2: To be specified 24 Others 3 : To be specified 25 Others 4 To be specified 26 Others 5 To be specified

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended : Remarks with documentation

proof / reference 1 Loose Tube ( Previous stage) 2 FRP 3 Jelly 4 Binder 5 Aramid Yarn 6 Water swellable Tape 7 Binder heads & dies 8 Reels ( Pay off , Take up ) 9 Compressed air 10 Electric Power in KW 11 Cooling and Heating air requirement 12 Air conditioning requirement 13 Others 1:

Page 48: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 3

5/5

e. Spares: Sl.No Spares Description Quantity Remarks with documentation

proof / reference 1 OEM shall recommend the list with qty for 2

year running spares covering SZ Stranding line,electrical, mechanical , control , electronics etc.

2 Frequently replaceable items to be listed indicated with annual quantity.

3 All consumables to be listed , indicated with annual quantity required.

4 Tool Kit for Electrical 5 Tool Kit for Mechanical 6 Tool Kit for Day to Day operations 7 Spools / Reels 1000 mm 8 Spools / Reels 2000 mm 9 Others 1: Photograps 10 Others 2 11 Others 3 12 Others 4

Note: 1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of SZ Stranding Line.

( Please use “Others” rows to specify additional items required ) 2. Anything extra required for successful Commissioning of SZ Stranding Line shall be supplied free of cost.

Page 49: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

1/6

BOM For OFC Plants & Machineries: 4. Sheathing Line :

a. BOM Description: Sl.No BOM Description Compliance to Availability Remarks with documentation proof /

reference 1 The system shall ensure matching capstan set up , guiding set up,

matching clenching setup, cooling control , temperature controls for PBT , PP , PE, PVC , Nylon etc., materials at rated production control shall be ensured by vendor.

2 Pay-off 3 Tension dancer unit 4 Swellable yarn pay off 5 Steel wire pay-off 6 Kevlar Server 7 Metal tape pay-off (Aluminium & steel ) 8 Metal tape splice table & welder (Aluminium & steel ) 9 Metal Tape accumulator (Aluminium & steel ) 10 Jelly filling device (Complete system ) 11 Swellable Tape payoff 12 Metal tape corrugators ( ECCS) 13 Metal tape forming device 14 Strength Member Payoff 15 Ripcord Payoff up to 2 per layer 16 Metal longitudinal Tape Applicator 17 Extrusion group : Complete system ( as per ITU-T standards) ,

loader, dehumidifier etc. shall be provided for Loose Tube , single layer , double layer , dry Tube , micro tube , 4 FRP rods per layer embedded etc.,

18 Material loader, hopper 19 Cross-head 20 Screws for PE 21 Vacuum extractor 22 Hot water trough 23 Cooling water trough

Page 50: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

2/6

24 Blower & dryer 25 Diameter gauge 26 Sparkle tester 27 Hot foil labeling device with Mechanical length counter 28 Belt Caterpillar 29 Take - up dancer 30 take-up 31 Line control system with Display

32 Final Product Size 5 mm to 30 mm. 33 Safety guards for all moving parts, 34 Drawings:

i. Layout Design ii. Installation iii. Others

35 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

36 Training : i. On site ii. At OEM Place

37 Others 1: Photograps 38 Others 2 39 Others 3 40 Others 4 41 Others 5

Page 51: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

3/6

b. Services : Sl.No Services Description Compliance Services offered Remarks with documentation proof

/ reference 1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout

10 Line Items Supply 11 Line Items logistics

(Moving the cargo to the site)

12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items Calibration 17 Line Items fine tuning 18 Sheathing Line Trial run 19 Sheathing Line System Commissioning 20 Sheathing Line Customer qualification 21 Sheathing Line Warranty 22 Sheathing Line AMC 23 Others 1: 24 Others 2 25 Others 3 26 Others 4 27 Others 5

Page 52: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

4/6

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances to

the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed 150 mpm 4 Line production speed i. Without Armor: 100 mpm

ii. With Armor: 80 mpm

5 Cable core diameter. 5 – 25 mm 6 Product outer diameter. 6 – 32mm 7 Additional loss ≤0.02dB/km 8 Final Product Size To be specified 9 Safety guards for all moving parts To be specified 10 Line Power ( KW ) To be specified 11 Line Machine weight To be specified 12 Line Length To be specified 13 Line Width To be specified 14 Others 1: To be specified 15 Others 2 To be specified 16 Others 3 To be specified 17 Others 4 To be specified 18 Others 5 To be specified 19 Others 6 To be specified 20 Others 7 To be specified 21 Others 8 To be specified 22 Others 9 To be specified 23 Others 10 To be specified

Page 53: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

5/6

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended Remarks with documentation

proof / reference 1 PE for sheath 2 Nylon for sheath 3 RIP Cords 4 Nitrogen 5 POLYAL Tape 6 Water swellable tapes 7 Polymer coated steel tape 8 White marking foils 9 Water 10 Compressed air 11 Others 1: 12 Others 2 13 Others 3 14 Others 4 15 Others 5

Page 54: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 4

6/6

e. Spares: Sl.No Spares Description Spares

Quantity Remarks with documentation

proof / reference 1 2 3 4 5 Others 1: 6 Others 2 7 Others 3 8 Others 4 9 Others 5 10 Others 6 11 Others 7 12 Others 8 13 Others 9 14 Others 10

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Sheathing Line. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Sheathing Line shall be supplied free of cost .

Page 55: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 5

1/5

BOM For OFC Plants & Machineries: 5. Optic Fibre Ribbon Colouring & Rewinding System: a. BOM Description

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference 1 General Requirements: The optic fiber Ribbon making

Machine shall be configured for making 6 F , 8F & 12 F Ribbons as per IEC specifications.

2 Pay-off 3 Pay-off tension dancer 4 Ribbon system with at least two Dies for each type – 6,8 & 12F 5 UV curing System

i. Stage 1 ii. Stage 2

6 Capstan 7 Take-up tension dancer 8 Take-up 9 Control system with Display

10 UV Lamps 3 Nos. 11 Fibre tension sensors 12 Ultrasonic cleaner 13 Final Product Size as per BSNL GR for 6, 8 & 12 F 14 Safety guards for all moving parts, 15 Drawings:

i. Layout Design ii. Installation iii. Others

16 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

17 Training : i. On site

Page 56: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 5

2/5

ii. At OEM Place 18 Others 1: Photograps 19 Others 2: 20 Others 3: 21 Others 4: 22 Others 5: 23 Others 6:

b. Services : Sl.No Services Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Ribbon Colouring System design 8 Ribbon Colouring System Configuration 9 Ribbon Colouring System Layout

10 Ribbon Colouring System Supply 11 Ribbon Colouring System logistics

(Moving the cargo up to the site)

12 Ribbon Colouring System Erecting 13 Ribbon Colouring System Installation 14 Ribbon Colouring System Testing 15 Ribbon Colouring System Programming 16 Ribbon Colouring System Calibration 17 Ribbon Colouring System Fine Tuning 18 Ribbon Colouring System Trial run 19 Ribbon Colouring System Commissioning 20 Ribbon Colouring System Customer qualification

i. Retention of colour :Test method IEC-60793-1-51. ii. colour qualification test: MEK Rub test & water

immersion test.

21 Ribbon Colouring System Warranty 22 Ribbon Colouring System AMC

Page 57: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 5

3/5

23 Others 1: Photograps 24 Others 2 25 Others 3 26 Others 4 27 Others 5 28 Others 6

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances to

the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Construction speed 1000 mpm 4 Ribbon Coloring working speed 500 mpm 5 Ribbon Coloring working speed with printing 330 mpm 6 Reel size Capable of handling UPTO 410 mm 7 Reel flange diameter UPTO 410 mm 8 Reel width UPTO 400 mm 9 Shaft bore día UPTO 25.4 mm 10 Reel weight UPTO 10 kg 11 Metering accuracy Better than 0.05%. 12 Ribbon gauge capability 0.25 mm to 4.0 mm 13 Additional loss (attenuation after colouring) ≤0.02db/km (

attenuation increase)

14 UV lamps 3 Nos: rated at 600w/inch. To be specified. 15 Safety guards for all moving parts: shall meet

CE requirements To be specified.

16 Dies for 6 F , 8F & 12 F Ribbons To be specified 17 Nitrogen requirements To be specified 18 Operating temperature To be specified 19 Compressed air pressure requirements To be specified 20 Outline size To be specified 22 Exhaust system To be specified 23 Machine color To be specified

Page 58: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 5

4/5

24 Final Ribbon Size/ Dimensions: To be specified 25 Safety guards for all moving parts To be specified 26 Total power (KW) To be specified 27 Machine weight To be specified 28 Ribbon Colouring System Length To be specified 29 Ribbon Colouring System Width To be specified 30 Static Discharger & Dust Removal To be specified 31 PLC To be specified 32 All Drives To be specified 33 Winding Alogrithm To be specified 34 Laser non Contact diameter gage To be specified 35 Ramp Time To be specified 36 Fast Stop To be specified 37 Others 1: To be specified 38 Others 2: To be specified 39 Others 3: To be specified 40 Others 4: To be specified 41 Others 5: To be specified 42 Others 6: To be specified 43 Others 7: To be specified

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended : Remarks with documentation proof /

reference 1 Coloured Optical Fibre 2 Acrylate Coating Material 3 Printing Ink 4 Nitrogen 5 Electric Power (KW) 6 Compressed air 7 Cooling air requirement 8 Air Conditioning requirements 9 Others 1:

Page 59: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 5

5/5

10 Others 2: 11 Others 3: 12 Others 4: 13 Others 5:

e. Spares: Sl.No Spares Description Spares : Quantity Remarks with documentation proof /

reference 1 Sets of colouring dies 2 Ultrasonic cleaner for colouring dies 3 Frequently replaceable items to be listed indicated with

annual quantity required.

4 OEM shall recommend the list with quantity for 2 year running spares. To cover colouring , marking curing , electrical , mechanical , control , electronics etc. systems.

5 All consumables to be listed , indicated with annual quantity required.

6 Others 1: 7 Others 2 8 Others 3 9 Others 4

10 Others 5 11 Others 6 12 Others 7 13 Others 8 14 Others 9 15 Others 10

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Ribbon Colouring System. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Ribbon Colouring System shall be supplied free of cost .

Page 60: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

1/6

OFC Plants & Machineries: 6. Optical Fiber Ribbon with Fiber Tube Line a. BOM Description:

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof /

reference 1 The system shall ensure matching capstan set up , guiding set

up, matching clenching setup, cooling control , temperature controls for PBT , PP , Nylon etc mtls to get required stable EFL at rated production control shall be ensured by vendor.

2 Optical fiber pay-off up to 12 F 3 Ribbon paying Cage for max of 12 Ribbons of 12 F each. 4 Jelly filling device: Complete system shall be provided 5 Extruding group: Complete system with including colouring (

as per TIA-598) , loader , dehumidifier etc. shall be provided for Loose Tube with Fibers and Ribbons, single layer Tube

6 Final Product Size: Ribbon Tube dia upto 6 – 9 mm 7 Hot water trough and hot water tank 8 Dual wheel over-length capstan 9 Tube drying system

10 Tension control unit 11 Dual wheel cooling capstan 12 Dual wheel cooling capstan 13 Air blow dryer 14 Diameter gauge 15 Mechanical lump detector 16 Take-up dancer 17 Dual automatic take-up 18 Loose tube cooling system With cooling tower & chiller 19 Static Discharge Removal 20 Dust Removal 21 OnLine EFL and Post shrinkage monitoring. 22 Automatic Fibre Cutting & rewinding back to fibre spool 23 Control system with display:

Page 61: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

2/6

All required processing parameters shall be settable on-line. 24 Safety guards for all moving parts, 25 Drawings:

i. Layout Design ii. Installation iii. Others

26 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

27 Training : i. On site ii. At OEM Place

28 Others 1: Photograps 29 Others 2 : 30 Others 3: 31 Others 4 : 31 Others 5 :

b. Services :

Sl.No Ribbon Line Service Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout

Page 62: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

3/6

10 Line Items Supply 11 Line Items logistics

(Moving the cargo to the site)

12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items Calibration 17 Line Items Fine Tuning 18 Ribbon Secondary Coating Line Trial run 19 Ribbon Secondary Coating Line Commissioning 20 Ribbon Secondary Coating Line Customer

qualification

21 Ribbon Secondary Coating Line Warranty : 2 years

22 Ribbon Secondary Coating Line AMC: 3 years

23 Others 1: 24 Others 2 25 Others 3 26 Others 4 27 Others 5

c. Technical Parameters

Sl.No Technical Parameters

Description Technical Parameters Technical Compliances

to the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed: 500 m/min 4 Line processing speed: 50 – 450 m/min 5 Optical-fiber pay-off number: 1 to 12 6 Pay-off tension: 0.3N to 1.96 N ±0.03 N (+ 8% of sv) 7 Optical-fiber reel size diameter i. 265mm (inbuilt)

Page 63: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

4/6

ii. Standard 25km or 50km fiber reel (optional)

8 Ribbon –Pay-off number 8 pay-offs 9 Ribbon Pay-off Reel size Max 500 mm flange diameter

10 Ribbon Reel Width Max 300 mm. 11 Reel of take-up: 500 mm dia to 1000 mm dia 12 Accuracy of length: ≤0.2% 13 Excess length accuracy: 0�3‰±0.2‰ 14 Additional loss: ≤0.02dB/km 15 Final Product Size of Ribbon To be specified 16 Safety guards for all moving parts To be specified 17 Line power: KW To be specified 18 Machine weight To be specified 19 Line Length To be specified 20 Line Width To be specified 22 On-Line EFL, Diameter , Lump

measurements etc,. To be specified

23 Others 1:. To be specified 24 Others 2 To be specified 25 Others 3 To be specified 26 Others 4 To be specified 27 Others 5 To be specified

d. Raw Material & Consumables:

Sl.No Raw Materials / Consumables Description

Raw Material & Consumables Recommended :

Remarks with documentation proof / reference

1 Fibre: The required qty for testing , training , trial run shall be provided by vendor

2 PBT/PP/PE/PVC/Nylon: The required qty for testing , training , trial run shall be provided by vendor

3 Jelly: The required qty for testing , training , trial run shall be provided by vendor

Page 64: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

5/6

4 Yarn: The required qty for testing , training , trial run shall be provided by vendor

5 Strength member : The required qty for testing , training , trial run shall be provided by vendor

6 Electric Power: Requirements to be mentioned : ( Normal power / UPS / DG etc )

7 Water : Requirements to be mentioned Quality , qty , temp., litres per minute , cooling tower , chiller , heater etc to be indicated by the vendor

8 Compressed air: Requirements to be mentioned. Quality , cfm , pressure cooling air , heating air etc. to be indicated by the vendor

9 Spools / Reels: Requirements to be mentioned 10 All items required as consumables shall be indicated by the

vendor with required details

11 All items that required for frequent replacement shall be indicated by the vendor with required details

12 Others 1: 13 Others 2 : 14 Others 3 : 15 Others 4 16 Others 5

e. Spares Sl.No Spares Description Spares : Quantity Remarks with documentation proof /

reference 1 Set of Extrusion Dies 2 Set of Extrusion Tools 3 Set of Jellying Needles 4 EFL Table 5 Tool Kit for Electrical 6 Tool Kit for Mechanical

Page 65: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 6

6/6

7 Tool Kit for Day to Day operations 8 Fiber Preparation Kits 9 Single Fibre aligners

10 Mould Cleaning Oven 11 Ultrasonic Cleaners for Dies 12 Spools / Reels 1000 mm 13 Spools / Reels 800 mm 14 Spools / Reels for 25 Km 15 Spools / Reels for 50 Km 16 Spools / Reels for the line 13 OEM shall recommend the list with qty for 2 year

running spares for the supplied line and shall cover the electrical , mechanical , control , electronic etc. systems.

14 Frequently replaceable items to be listed with annual quantity required

15 All Consumables to be listed , indicated with annual quantity required

11 Others 1: 12 Others 2

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Ribbon with Fibre Tube Line. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Ribbon with Fibre Tube Line shall be supplied free of cost .

Page 66: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

1/6

OFC Plants & Machineries:

7. Optical Fiber FTTH 2& 4 F a. BOM Description:

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof /

reference 1 The system shall ensure matching capstan set up , guiding set

up, matching clenching setup, cooling control , temperature controls for PBT , PP , PE, PVC , Nylon etc mtls to get required stable EFL at rated production control shall be ensured by vendor.

2 Optical fiber pay-off up to 12F & 24 F(Optional) 3 Fiber preheating device 4 Swellable yarn pay off 5 Jelly filling device Complete system shall be provided

(vacuum type) i. Option 1: 75 Litres ii. Option 2:100 Litres

6 Extruding group: Complete system with including colouring ( as per TIA-598) , loader , dehumidifier etc. shall be provided for Loose Tube , single layer , double layer , dry Tube , micro tube

i. Option 1 : 45 mm ii. Option 2 : 30 mm

7 Hot water trough and hot water tank 8 Over-length capstan 9 Blowing dryer

10 Tension control unit 11 Cooling capstan 12 Air blow dryer 13 Diameter gauge 14 Lump detector

Page 67: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

2/6

15 Take-up dancer 16 Dual automatic take-up for 1000 mm reels 17 Loose tube cooling system

With cooling tower & chiller

18 Static Discharge Removal 19 Dust Removal 20 On Line EFL and Post shrinkage monitoring. Recommended local sources shall be

indicated by vendor 21 Automatic Fibre Cutting & rewinding back to fibre spool 22 Control system with display:

All required processing parameters shall be settable on-line.

23 Safety guards for all moving parts, 24 Drawings:

i. Layout Design ii. Installation iii. Others

25 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

26 Training : i. On site ii. At OEM Place

27 Others 1: Photograps To be specified 28 Others 2 : To be specified 29 Others 3: To be specified 30 Others 4 : To be specified

Page 68: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

3/6

b. Services : Sl.No FTTH Line 2 to 4 F

Service Description Compliance Services offered : Remarks with documentation proof /

reference 1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout

10 Line Items Supply 11 Line Items logistics (Moving the cargo to the site) 12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items Calibration 17 Line Items Fine Tuning 18 FTTH Line Trial run 19 FTTH Line Commissioning 20 FTTH Line Customer qualification 21 FTTH Line Warranty 22 FTTH Line AMC 23 Others 1: 24 Others 2 25 Others 3 26 Others 4 27 Others 5

Page 69: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

4/6

c. Technical Parameters

Sl.No Technical Parameters

Description Technical Parameters Technical Compliances

to the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed: 1000m/min. 4 Line processing speed: 450 – 600 m/min 5 Optical-fiber pay-off number: 2 to 4. 6 Pay-off tension: 0.3N � 1.96 N ±0.03 N (+ 8% of sv) 7 Optical-fiber reel size: Standard 25, 50 & 100 Kms reels. 8 Measurements :

On-Line EFL , Diameter , Lump etc

List of measured parameters To be specified

9 Reel of take-up: 500 mm dia to 1000 mm dia 10 Accuracy of length: ≤0.2% 11 Excess length accuracy: 0.2% to 0.02% 12 Additional loss: Shall not change more than 0.02

dB/KKm.

13 Finished product dimensions To be specified 14 Safety guards for all moving

parts as Per IEC Specifications

To be specified

15 Line power: ( KW ) To be specified 16 Machine weight To be specified 17 Line Length To be specified 18 Line Width To be specified 19 Others 1: To be specified 20 Others 2 To be specified 22 Others 3 To be specified 23 Others 4 To be specified 24 Others 5 To be specified 25 Others 6 To be specified

Page 70: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

5/6

d. Raw Material & Consumables:

Sl.No Raw Materials / Consumables Description

Raw Material & Consumables Recommended :

Remarks with documentation proof / reference

Remarks

1 Coloured Fibre: The required qty for testing , training , trial run shall be provided by vendor

2 PBT/PP/PE/PVC/Nylon: The required qty for testing , training , trial run shall be provided by vendor

3 Jelly: The required qty for testing , training , trial run shall be provided by vendor

4 Yarn: The required qty for testing , training , trial run shall be provided by vendor

5 Electric Power: Requirements to be mentioned : in KW 6 Water : Requirements to be mentioned

Quality , qty , temp., litres per minute , cooling tower , chiller , heater etc to be indicated by the vendor

7 Compressed air: Requirements to be mentioned. Quality , cfm , pressure cooling air , heating air etc. to be indicated by the vendor

8 Cooling air: Requirements to be mentioned 9 Heating air: Requirements to be mentioned

10 Spools / Reels: Requirements to be mentioned 11 All items required as consumables shall be indicated by

the vendor with required details

12 All items that required for frequent replacement shall be indicated by the vendor with required details

13 Others 1: To be specified 14 Others 2 : To be specified 15 Others 3 : To be specified

Page 71: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 7

6/6

e. Spares Sl.No Spares Description Spares Quantity

Recommended Remarks with documentation

proof / reference Remarks

1 Set of Extrusion Dies 2 Set of Extrusion Tools 3 Set of Jellying Needles 4 EFL Table 5 Tool Kit for Electrical 6 Tool Kit for Mechanical 7 Tool Kit for Day to Day operations 8 Fiber Preparation Kits 9 Single Fibre aligners

10 Mould Cleaning Oven 11 Ultrasonic Cleaners for Dies 12 Spools / Reels 1000 mm 13 OEM shall recommend the list with qty for 2 year running

spares for the supplied line and shall cover the electrical , mechanical , control , electronic etc. systems.

14 Frequently replaceable items to be listed with annual qtys required

15 All Consumables to be listed , indicated with annual quantity required

16 Others 1 To be specified 17 Others 2 To be specified 18 Others 3 To be specified 19 Others 4 To be specified 20 Others 5 To be specified

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of FTTH Line . ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of FTTH Line shall be supplied free of cost .

Page 72: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 8

1/4

OFC Plants & Machineries: 8. Optical Fiber Cable Rewinding Line a. BOM Description:

Sl.No BOM Description Compliance to Availability Remarks with documentation proof / reference

1 The system shall ensure matching capstan set up , guiding set up, matching clenching setup, at rated production control shall be ensured by vendor.

2 Pay-off 3 Tension control unit 4 Capstan system 5 Take-up dancer 6 Take-up 7 Measurement system 8 Printing System 9 Control system with display:

All required processing parameters shall be settable on-line.

10 Safety guards for all moving parts, 11 Drawings:

i. Layout Design ii. Installation iii. Others

12 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

13 Training : i. On site ii. At OEM Place

14 Others 1: Photograps 15 Others 2 : 16 Others 3: 17 Others 4 :

Page 73: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 8

2/4

b. Services : Sl.No Services Description Compliance Services offered Remarks with documentation proof /

reference 1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Line Items design 8 Line Items Configuration 9 Line Items Layout

10 Line Items Supply 11 Line Items logistics (Moving cargo to the site) 12 Line items Erecting 13 Line items Installation 14 Line items Testing 15 Line Items Programming 16 Line Items Calibration 17 Line Items Fine Tuning 18 Line Trial run 19 Line Commissioning 20 Line Customer qualification 21 Line Warranty 22 Line AMC 23 Others 1: 24 Others 2 25 Others 3 26 Others 4 27 Others 5

Page 74: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 8

3/4

c. Technical Parameters

Sl.No Technical Parameters

Description Technical

Parameters Technical Compliances to the

Specifications Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Line construction speed: Minimum 150 m/min 4 Line processing speed: Minimum 120 m/min 5 Pay-off Up to 1000 mm 6 Measurement system To be specified 7 Printing System To be specified 9 Pay-off tension: To be specified

10 Optical-fiber reel size: Up to 1000 mm 11 Reel of take-up: Up to 1000 mm 12 Accuracy of length: To be specified 13 Safety guards for all moving parts To be specified 14 Line power (KW) To be specified 15 Machine weight To be specified 16 Line Length To be specified 17 Line Width To be specified 18 Others 1: To be specified 19 Others 2 To be specified 20 Others 3 To be specified 22 Others 4 To be specified 23 Others 5 To be specified

d. Raw Material & Consumables:

Sl.No Raw Materials / Consumables Description

Raw Material & Consumables Recommended

Remarks with documentation proof / reference

1 Electric Power: Requirements to be mentioned : 2 Compressed air: Requirements to be mentioned.

Quality , cfm , pressure cooling air , heating air etc. to be indicated by the vendor

Page 75: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 8

4/4

3 Cooling air: Requirements to be mentioned 4 Heating air: Requirements to be mentioned 5 Spools / Reels: Requirements to be mentioned 6 All items required as consumables shall be indicated by the

vendor with required details

7 All items that required for frequent replacement shall be indicated by the vendor with required details

8 Others 1 9 Others 2

10 Others 3 11 Others 4 12 Others 5

e. Spares

Sl.No Spares Description Spares

Quantity Remarks with documentation proof / reference

1 2 3 Spools / Reels 1000 mm 4 Spools / Reels 800 mm 5 OEM shall recommend the list with qty for 2 year running spares

for the supplied line and shall cover the electrical , mechanical , control , electronic etc. systems.

6 Frequently replaceable items to be listed with annual qtys required 7 All Consumables to be listed , indicated with annual quantity

required

8 Others 1: 9 Others 2

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Sheathing Line. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Sheathing Line shall be supplied free of cost .

Page 76: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 9

1/2

1. Optic Fiber Colouring Machine.

The Fibre Colouring machine shall be used for coloring and rewinding of optic fiber and shall have working speed of 2500 to 3000 Mtrs/Minute. There shall be auto-centralizing unit for the fiber pay-off associated with photoelectric sensor for controlling the process , Temperature, Pressure, UV power supply shall be auto-tracked and displayed in the system. The Nitrogen supply and ventilator power shall be controlled automatically / manually controlled .The machine shall be controlled by Siemens / suitable PLC system with sensor display. The supplier shall ensure to quote and supply all other components / modules required for the successful satisfactory functionality as per the relevant standards required for the Fibre Colouring system . Ring marking unit , ink roller unit , Ink storage , spools etc shall be quoted as optional items.

1.A. Optic Fiber Colouring Machine with ring marking.

The Fibre Colouring machine shall be used for coloring along with ring marking feature and rewinding of optic fiber and shall have working speed of 600 to 800 Mtrs/Minute. There shall be auto-centralizing unit for the fiber pay-off associated with photoelectric sensor for controlling the process , Temperature, Pressure, UV power supply shall be auto-tracked and displayed in the system. The Nitrogen supply and ventilator power shall be controlled automatically / manually controlled. The machine shall be controlled by Siemens / suitable PLC system with sensor display. The supplier shall ensure to quote and supply all other components / modules required for the successful satisfactory functionality as per the relevant standards required for the Fibre Colouring system .

2. Secondary Coating line / Fibre Loose Tube Line : Secondary coating line shall have working speed of 400 to 600 m/min. The secondary coating line shall be equipped with 2 - 24 Optical fiber pay-off, Jelly degassing and filling device (vacuum type), Extruding machinery, Hot water trough and hot water tank,. suitable over-length Caterpillar capstan, Cooling trough and chiller, Blowing dryer, Diameter gauge, Wheel capstan dancer of over-length control, Wheel capstan haul-off, Take-up dancer, suitable Dual automatic take-up, Electrical / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful satisfactory functionality of the Secondary Coating Line. 3. SZ Stranding Line SZ stranding line shall be running at a speed of 100m/min – 150m/min. The SZ stranding line shall be equipped with Central member pay-off, Multi sheave dancer-controller, suitable loose tube pay-off (up to 12), SZ oscillator table, concentric yarn binder. anti-twisting device, Caterpillar capstan, suitable Multi-wheel tension unit, take-up, Electrical / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful, satisfactory functionality of the Secondary Coating Line. 4. Sheathing Line The sheathing line shall be running at a speed of 80m/min – 150m/min. The sheathing line shall have the following components: Pay-off with tension dancer, yarn server, Steel tape pay-off, Jib crane, Steel tape Splice table & Welder, Metal tape accumulator, Steel tape corrugators and lubricator, Ripcord pay-off, Steel tape cone forming station, Armor powder application system for cone forming, Water blocking tape pay-off, Dual single head concentric binder, Mylar tape pay-off, Hot melt applicator,.90mm(or 120mm) Extruder, First Water trough, Second water trough, Diameter

Page 77: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 9

2/2

gauge/ lump detector, Spark tester, Hot stamp printer, Linear Belt Capstan, Cable accumulator, Take-up, Electrical / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful satisfactory functionality of the Secondary Coating Line. The supplier shall ensure to quote and supply all other components / modules required for the successful, satisfactory functionality of the Sheathing Line.

5. Optic fiber ribbon line

The Optic Fibre Ribbon Line shall be running at a speed of 300m/min – 500m/min. The Optic Fibre Ribbon Line shall be used to manufacture Fibre Optic ribbon. The ribbons manufactured shall have excellent mechanic and optical characteristics. The line shall have fiber pay-off stand, UV ribbon coating device, belt-capstan, take-up, / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful, satisfactory functionality of the ribbon Line.

6. Optical Fiber Ribbon with Fiber Tube Line The Optic Fibre Ribbon with Fibre Tube Line shall be running at a speed of 50m/min – 200m/min. The Optic Fibre Ribbon with Fibre Tube Line shall be used to manufacture Fibre Optic ribbon of various configurations required by customers. The ribbons manufactured shall have excellent mechanic and optical characteristics. The line shall have fiber pay-off stand, UV ribbon coating device, belt-capstan, take-up, / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful, satisfactory functionality of the ribbon with Fibre Tube Line.

7. FTTH Optic Fibre Cable line

The Optic FTTH Line shall be running at a speed of 150m/min – 300m/min. The FTTH production line shall be used for making FTTH cable. The line shall be equipped with Fiber pay-off, Strength member(FRP or Steel wire) payoff, Self suspending strength member pay-off, Swing arm type dancer, Extrusion group, Cooling system, Cable dryer, Dual-axis diameter gauge, suitable wrap belt capstan, Horizontal accumulator, Take-up and traversing unit, Electric / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful, satisfactory functionality of the FTTH Line.

8. Rewinding Line Loose Tube , Cable Core, and Final Product

Rewinding line shall have working speed of 100 to 150 m/min. The Rewinding line shall be equipped with suitable pay-off, suitable over-length Caterpillar capstan, Diameter gauge, Wheel capstan dancer of over-length control, Wheel capstan haul-off, Take-up dancer, suitable Dual automatic take-up, Electrical / Electronics control system. The line shall be controlled by Siemens / suitable PLC system with sensor display (PLC+ touch screen) etc.,. The supplier shall ensure to quote and supply all other components / modules required for the successful satisfactory functionality of the Rewinding Line.

Page 78: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

1/19

OPTIC FIBER DUAL DRAW TOWER REQUIREMENTS 1. Draft Fibre Draw Tower Technical Specifications. 2. Fibre drawing tower system proposed shall be capable of manufacturing all varieties of Optic Fibre required by the Indian Market and overseas market and shall comply to the following Optical Fibre Cable Product specifications of International Standards such as IEC 60739-1, 60793-2 , ITU-T-G.652.D , G.655, G.657A, G657B, G657C G657B, G657C & Indian TEC GR specifications used by Indian customers like BSNL, MTNL,BBNL, Indian Railways , OFC manufacturers etc. (Refer Annexure 1 for detailed specification requirements) with annual capacity approximately 3.0 Million Fibre KM (MFKM). 3. Optical Fiber Draw Tower proposed shall be designed to manufacture Optic Fibre Cables Referred in Annexure 1, Annexure 2 & Annexure 3 and to utilize the following perform specifications. These details are typical specifications provided for the purpose of guidance only and OEMs shall offer better system specifications currently available in the industry.

1. Preform nominal OD (mm): 120 to 200mm 2. Preform length (m) 2000mm – 6000 mm or higher 3. Preform handle length (m) 1 m 4. Structural Speed : up to 2700 m/min 5. Process speed (m/min) 2000 to 2500 m/min. 6. Fibre Specifications: ITU -T G652B, G652D, G655, G657A, G657B, G657C & TEC GRs. 7. Fibre Draw Capacity : 2.5 to 3.0 Million Fibre KM (MFKM) 8. Preform core VAD 9. Preform cladding OVD 10. Support for other Preforms : MCVD, PCVD 11. Support shall be made available in the Optic Fibre Draw tower for using alternate performs.

4. Drawing Tower Frame : Rigid wide-bodied tower frame shall be proposed for excellent base required for Optic Fiber production. 5. Fibre preform feeding 250kg : The feeding system is to be designed for heavy preforms. This system can feed preform overall weight up to 250 Kg. 6. Clean Air System: To be specified by the supplier suitable for fibre draw environment. 7. Fibre Induction Furnace : The Induction Furnace shall be sized up to outer diameter of 250mm preforms. A furnace solution for larger preform sizes shall be quoted separately as an optional item. The furnace have to be designed to work with suitable sealing solution for continuous production. Dynamic sealing / Iris System for Induction Furnace: Dynamic iris sealing system for the induction furnace shall be included. 8. Measurement & Process Control System: Make & Model shall be specified by the supplier The measurement system used for quality control applications shall have FIBER LASER based measuring equipments for the diameter measurement of bare fiber. With the new measuring principle the diameter of optical fiber with a diameter from 50um shall be measured with an accuracy of +/- 0.05um. 2500 measurements per seconds shall be possible to allow extremely precise single values and thus highest accuracy - even at high draw speed. Statistical analysis are to be part of the measurement directly taken in the gauge head by using FTT-analysis. 9. Cooling System: Make & Model shall be specified by the supplier 10. Fiber w-o-w coating system: Wet-On-Wet coating solution shall include high speed coating die optimized for DSM Super Coating. Coating system will include a re-filling cabinet from where the

Page 79: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

2/19

coating material is feed into the process tanks. Refilling tanks may be filled manually / automatically from bottles. 11. UV Curing System: The UV Curing system shall be of latest design consists of Fusion UV-curing irradiators along with the power supply and control units. 12. Fibre Start up Capstan : Start-up capstan shall be designed for fast initiation of the drawing process. The start-up capstan shall help to reach the correct fiber diameter during start-up and to keep the fiber diameter stable at start-up to ease the line threading. 13. Dual Fiber Take-up : Latest Dual Take-up shall be designed for continuous high speed production. Typically 1000km reel shall be used for effective performance and yield for mass production fiber. 14. Fibre Spinning System: shall be proposed by the supplier for reducing polarization mode dispersion (PMD) of optical fibre . 15. Proof Testing & Rewinding System : Make & Model shall be specified by the supplier 16. Quality Control System: Make & Model shall be specified by the supplier 17. Special Gas Handling Systems: Special gases ( Helium / Argon / Nitrogen / Other gases ) handling equipments required for the fibre draw process shall be proposed . 18. Special Gas Recovery Systems : Special gases such as Helium, Argon, Nitrogen etc used in Fibre draw process have to be recycled / re used to reduce the consumption rate and suitable recovery units shall be proposed. 19. The proposal shall include recovery units for special gases such as Helium / Argon / Nitrogen / Other gases to reduce consumption of special gases in the optical fiber draw process. Special gases Recovery systems shall collect used special gases from the fiber cooling system and shall recover, purify and recycle purified gases into the fibre draw process. With special gase Recovery Systems the consumption of special Gas shall be reduced by 90%. Other Systems: To be specified by the supplier for the successful installation & Commissioning of Fibre draw plant 20. Optical Fiber Draw tower Dual Line: Fibre Draw Tower shall be specially designed for high efficient fiber production from wide range of preform sizes and sources. The draw tower have to be flexible enough to use all types of optical preforms: Graded-index, single mode or special fiber preforms currently available in the market like CVD,MCVD, OVD,PCVD or VAD and other technologies. 21. The draw tower shall be designed for high mechanical integrity and rugged construction, with high quality, components, comprehensive process control system , primary coating system etc., The fiber draw tower is expected to work for high speed, high quality fiber Production. 22. The tower construction shall be modular and the frame works have to be customer specific tower heights. All components of the drawing tower to be designed on a precision-machined slide bar to ensures the flexible layout of the components as well as easy and quick upgrading for new processes. 23. The construction of the tower frame shall be based on quad face construction delivered with two draw line configuration. The process control system of the draw tower is required to be designed for

Page 80: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

3/19

productive fiber drawing. The control system shall include advanced functions for production and quality control so that high yield and productivity can be achieved with following features:

1. Easy interface with clear process visualization through the graphical display 2. Flexible and versatile recipe system 3. Alarm and event logging system 4. Time/based process parameter data logging 5. Configurable reporting facilities 6. Easy interfacing to upper level data networks

24. The draw tower is required to be designed to produce the fiber according to the relevant Indian and international standards and recommendations such as IEC 60739-1, 60793-2 , ITU-T-G.652.D , G.655, G.657A & Indian requirements (GR specifications ) used by Indian customers BSNL, BBNL etc. ( Refer Annexure 1 for detailed specification requirements of Indian customers ). The Optic Fibre draw tower proposed shall be capable of producing optic fiber which shall meet Physical , mechanical, geometrical , optical standards and other specifications described in ITUT standards & recommendations documents as well as capable of complying to producing optic fibre manufacturing process specifications. 25. Raw Materials and consumables used in the fiber draw process shall be recommended in the proposal. It is mandatory that the materials recommended shall meet the process specification and finished fibre will comply to the specification requirements for Optic Fibre Cable (OFC) manufacturing referred in Annexure 1, Annexure 2 and Annexure 3. 26. Typical Geometrical Optic Fibre Specifications

1. Bare fiber diameter : 125 um 2. Primary coating diameter :195 um 3. Secondary coating diameter :245 um 4. Fiber Type : ITU-T-G.652.D , G.655, G.657A

27. Typical Preform Specification:

1. Preform Nominal Diameter 150mm 2. Preform Overall Length 4000mm 3. Preform Draw able Length 3000mm depends on handle arrangement 4. Preform Handle OD / length Handle OD< Preform OD / L=1000mm

28. Fibre Draw Tower Line specification

1. Type of Draw Tower : Dual Line 2. Tower height 30 to 40 m 3. Structural Speed of draw tower 2700m/min 4. Maximum process speed with materials and preforms required shall be specified by the

supplier 29. Materials Used

1. Preform Cladding 2. Preform Core 3. Coating Material : OVD/VAD/DSM Super Coating or equivalent performance

30. Drawing Tower Frame: Fibre dual draw tower frame shall be a modular structure that enables easy and fast installation (modules are to be numbered). Structure allows future upgrading by replacing or adding modules whose height can be specified by the user at a later stage. The tower frame structure shall be manufactured with suitable rectangular hollow square (RHS) steel beams with necessary cross beams. The construction shall give good mechanical rigidity for the high tower frame.

Page 81: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

4/19

31. Typical modular frame consists shall of following modules: 1. Preform feeding module (upper module). 2. Module height is chosen according to the preform feeding length 3. Furnace module 4. Standard extension modules 5. Customer specified extension modules (option) 6. Tower frame ground module 7. Mounting base for foundation fixing

32. Bottom and top end flanges of module vertical beams shall be precisely machined to ensure the straightness of the tower. Modules shall be positioned together by using centering pins in module feet and modules are fastened together with bolts. The tower frame shall stand on four heavy screws in each corner of the frame. The screws shall be anchored in the foundation concrete. All components of the drawing tower underneath the furnace shall be fixed to a precision machined vertical slide bar to ensure:

1. The entire tower height is used efficiently 2. All components can be handled easily 3. The location of the components can be designed and upgraded freely 4. The drawing tower frame shall be a quad frame construction.

33. Extension module ( to be suggested as per the requirements) One / few extension modules consisting of:

1. Extension module 2. Plastic cable tracks for signal and power cables inside the module (both sides equipped) 3. Module fastening bolts

34. Frame Ground Module - dual This ground module shall consists of UV-cooling distribution channel for TWO lines. 35. Air Channel for multiple UV lamps This is UV-cooling distribution channel for line. Channel is located to module side. 36. Aluminum slide bar Aluminum slide bar is used for light components. Aluminum slide bar can be used for every extension module. Slide bar is preinstalled to module before the delivery and slide bar can be horizontally adjusted after tower installation. 37. Induction furnace modules Induction furnace to be fastened to machined steel beams. Induction furnace module shall consists of:

1. Furnace module 2. Plastic cable tracks for signal and power cables inside the module (both sides equipped) 3. Module fastening bolts

38. Mounting base Tower is to be fastened to foundation by using bolted vibration absorbed machine feet. Additional positioning plate (including to the delivery) enables bolts accurate location in the foundation. 39. Upper module Preform feeding unit is fastened to upper module and the height of the module is to be selected according to feeding travel. Upper module consists of:

1. Upper module 2. Module fastening bolts

Page 82: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

5/19

40. Fibre preform feeding up to 250 kg: Preform feeding unit shall be equipped with ball screw / suitable arrangements to achieve precise movement of XYZ-motion table where preform is attached with chuck. XY-Table shall allow good accuracy for centering preform in the center of the furnace during draw and at desired speed. Movements shall be controlled with brushless and maintenance-free servomotors and preform change feed movement (up and down) shall be operated with AC-motor. All directions shall be equipped with guide bars with linear bearings and ball screw with ball bearings to make sure steady and accuracy movement. Preform chuck shall be adjusted to different sizes of preform handles. Preform chuck table shall be tilted to all directions so that preforms with handle can be easily adjusted and drawn. XY-table shall allow easy preform installation, it shall be lowered ergonomically to desired height and install preform at comfortable level. Preform feeding system shall include remote control panel for easy use located close to XY-table. The perform feeding system can have equivalent mechanisms for achieving the required precision movements. Typical Specifications:

1. Slow feeding speed 0,1 mm/min 2. Fast feeding speed 22 mm/min 3. Fast movement speed (loading) Max. 800 mm/min 4. Feeding straightness max. deviation +/- 0,2 mm/m 5. Preform and handle weight max. 250 Kg 6. Y-movement range: 560mm 7. X-movement range: +/- 40mm 8. Z-movement range : 4.5 meters

41. Clean Air System for Fibre Draw . The integrated clean air system of the drawing tower shall provide an efficient solution for drawing fiber in a clean environment without traditional clean room facilities. The tower shall be covered by a clean air cabinet made of anodized aluminum and plexiglas. The clean air cabinet shall cover the tower components from the end of furnace extension tube to the coating unit. 42. The clean air system shall keep clean environment on the fiber line. A laminar horizontal flow of clean air coming from a continuous channel through HEPA-filters shall provide particle-free environment for the drawing process, typically class 1000 . To maximize the cleanliness and filter life-time, most of the clean air may be recirculated. A positive pressure shall be maintained inside the clean air system. The clean air system shall be divided into three section vertically to separate furnace extension tube, fiber natural / forced cooling section and coating system. The components inside the clean air cabinet are accessible through single sliding doors on one side of the frame. The ventilation unit shall include fan, pre-filtering and fine filtering. The ventilation unit Shall be located apart from the tower, connected with flexible tubing. 43. Ventilation unit with heat exchange: Suitable heat exchanger for one line shall be provisioned. 44. Tubing for one ventilation unit : Tubing includes air channel components between the clean air hood and a ventilation unit and shall be provisioned. 45. Clean air hood for furnace module: This section shall be located on the level of the exit iris of the induction furnace. The cabinet shall be HEPA filtered on the inlet and including a coarse filter on the air outlet to collect possible particles on this area. The cabinet shall be sectioned from the next clean cabinet locating on below. This section of the clean air hood shall includes the following :

1. Hepa filter, inlet 2. Coarse filter, outlet 3. Clean air module cabinet

Page 83: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

6/19

46. Clean air hood for intermediate section with air connection. This module shall be equipped with air connection fitting. 47. Clean air hood for coating level This shall consist as standard:

1. Hood for coating applicator 2. Standard height 1.5 m, 1 pcs. hepa filters

48. One sliding door set height & Back plate for floor module Material: Stainless steel 49. Back plate for intermediate module Material: Stainless steel 50. Back plate for furnace module Material: Stainless steel 51. Typical Specification for heat exchange:

1. Max. heat transfer capacity to water 23 kW 2. Option Max. heat transfer capacity to water 17-23 kW 3. Air conditioner dimensions 900x1200x3500 mm 4. Air conditioner weight 350 kg

52. Fibre Draw Induction Furnace The Graphite Induction Furnace / equivalent shall be designed for fast drawing of large diameter optical fiber preforms. This shall be ensured by the long hot zone and large furnace diameter. The furnace shall be tested prior to shipment and certified to be capable of drawing quality fiber. ITI officials shall be allowed to witness / inspect the furnace drawing trials at OEM Premises. 53. The offered offers furnace systems with suitable body size shall be designed for preform diameters of 120-200mm. The furnace may use induction heating technique to heat up a graphite heating element which results in a simpler graphite design that is robust, easy to change and, with proper operating procedures and to give good furnace life. 54. Induction power to the furnace shall be coupled at nominal 8-15 kHz frequency. The 100KW power supply / equivalent shall be provisioned for managing larger preforms sizes up to 200mm Induction power to the furnace shall be coupled at nominal 8-15 kHz frequency. The power supply system shall be transistorized solid state unit ensuring good input power factor and easy maintenance. 55. The graphite cylinder (susceptor) shall be surrounded by high quality graphite insulation. The transition from susceptor to furnace exit shall be shaped to control the gas flow to reduce fiber diameter fluctuations. The induction coil, furnace body as well as top and bottom flanges are all water cooled. 56. The furnace shall be vacuum tight for initial purging after which high purity Argon is fed into the furnace via inputs to the furnace bore and to another chamber outside the bore zone. This prevents particle contamination from the insulator and other graphite to the preform and fiber. The bore gas flow is downward laminar flow, which shall insure excellent control of fiber diameter variation. 57. The complete furnace system including the power generator, the furnace body and the controls for gas and water flows shall be designed to accept nominal perform diameters up to a maximum of 200mm. The power supply system shall be of standard industrial solid state power inverter based upon the latest IGBT switching technology. It shall be supplied and Supported for proven reliable in 24 x 7 operations in fiber drawing applications. This furnace design configured should have been used extensively in fiber manufacturing worldwide for successfully drawing single mode preforms.

Page 84: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

7/19

58. One set of graphite elements for drawing specified preform shall be provided for each furnace. Other graphite, coil and top flange sizes may be also be quoted to allow for drawing of smaller preforms with the same furnace body. The furnace exit shall be equipped with a 2 up to 2.5 meter long extension tube for reducing diameter fluctuations and attenuation. The top iris shall contain an additional gas flow to enable better control of diameter changes during entrance of handle into the furnace. 59. Fibre Draw Induction Furnace Body The main body shall be water cooled and made from stainless steel and inert argon gas shall be used inside the furnace at all times. The furnace body shall be designed to accept preforms up to 200mm diameter but the furnace shall be configured one perform nominal size with the range accepted in the furnace. Additionally furnace shall easily be modified for different preform diameters by just changing the internal components and top seal. Before shipping, the OEM shall ensure all assemblies are operating to the expectations and heats up all furnaces and ensure / certify that proper operation at the customer’s site is guaranteed. 60. Coil for Induction Furnace Induction coil optimized for customer`s preform size from 120mm to 200 mm 61. Set of graphite for 150mm Preform Graphites are optimized for customer preform size from 120mm to 200 mm 62. Cooling water: Cooling water requirements shall be indicated by the supplier. ITI will arrange water to a nearest point of the fibre draw tower. 63. Gas supply requirements: shall be indicated by the supplier. ITI will arrange required gas supplies to a nearest point of the fibre draw tower. 64. Pyrometer for Furnace / Pyrometer The pyrometer shall be located in the center of the hot zone and shall be used to monitor the interior temperature of the furnace. A viewing hole passes through the insulator to enable the pyrometer to measure the temperature at the susceptor surface. The pyrometer signal shall be fed via an analog signal to the PLC and is displayed in the main line control. Temperature sensing range> 1000C - 2500C . 65. Power Supply Unit - Typical Ratings : 100kW 400V (50/60Hz) Induction power to the furnace shall be coupled at nominal 8-15 kHz frequency and the power supply shall be transistorized solid-state unit ensuring good input power factor and easy maintenance. 66. The complete furnace system including the power generator, the furnace body and the controls for gas and water flows are prepared to accept nominal preform diameters up to a maximum of 200mm. The power supply is an industrial solid state power inverter based upon the latest in IGBT switching technology. It is proven reliable in 24 x 7 operations in fiber drawing applications. It is supplied and supported by a global company. This furnace design has been used extensively in fiber manufacturing worldwide for successfully drawing single mode preforms. 67. Power Supply Unit for Induction furnace Induction Power supply unit shall be of IGBT type generator. The system shall include the followings:

1. matching station including capacitors 2. one set of dry cables to link the generator to the matching station 3. busbar to link the matching station to the induction coil 4. seal box to save bus bar

68. Typical Specifications

Page 85: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

8/19

1. Input Voltage (mains) 3 phase 400 V -10% +5%, 50/60Hz 2. Input power factor about 0.9 for MV rated Voltage 3. Input power 120 kVA Nominal current by phase 173 A 4. MF nominal output power 5-100 kW 5. Output power factor about 0.96 6. MF nominal output voltage 550 V

69. Vacuum Purge System Vacuum purge system allows for fast start/up by evacuating oxygen in the furnace before heating up. System shall Include:

1. Oil free vacuum pump for long, maintenance free, lifetime. 2. Vacuum sealing plates for furnace body 3. Interconnecting pipes between pump and vacuum plate

70. Gas and Water control cabinet for Induction Furnace : Base cabinet for gas and water control shall be part of equipment supply with the following requirements. Base cabinet for gas and water control including manually operated flow controls. Proper water flow shall be ensured by using flow sensors. Cabinet shall include push buttons for base operation. The cabinet can be used either as a standalone unit or connected to the line control. 71. Mass Flow Controllers for Gas control : Mass Flow Controllers shall be part of supply and are of state of art technology to allow very precise performance of gas delivery into process. Flow ranges are to be specified according to application and specific needs of process. Mass Flow Controllers shall be controlled by the local PLC in the Gas Control Panel or by the line control PLC depending on chosen configuration. 72. Logix controller SIEMENS / Equivalent in the Gas and Water cabinet PLC based logix controlled gas and water flow cabinet gives more valuable controls. Control cabinet shall be equipped with PLC and Touch Panel for furnace operation. Gas and water flow control cabinet shall include full functionality and control for the whole furnace system. 73. Tubes and Pipes in between the furnace kettle and the gas cabinet and the power cabinet Water and gas tubes and pipes shall be included. 74. Dynamic Iris controls Gas cabinet shall be equipped with dynamic iris controls and water circuits. 75. Communication to Main line control unit Furnace communication to Main line control shall be included. 76. Movable Bracket for Induction furnace / Bracket for furnace and matching station Both furnace and capacitor box shall be mounted on a stainless steel frame. Frames include x-y and height adjustment for locating the furnace and are robustly engineered so they can be used as a platform to stand on while doing maintenance. 77. Movable bracket solution The bracket shall be included with a movable bracket system. The bracket is equipped with sliding rails which the furnace can be moved in vertical direction. The upper position is furnace operational position and can be slide down for maintenance. This latest improvements if any shall makes the furnace maintenance easy with good ergonomic.

Page 86: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

9/19

78. Dynamic Iris / Sealing System Fibre draw sealing system for large diameter (OD) variation within preform length shall be modular structure that enables easy and fast installation. Structure shall allow easy change for the sealing elements. The sealing system shall be designed suitably to fit with the fibre draw furnace recommended with precise connection into the top flange of the furnace. The sealing system shall allow larger diameter variation in preform and makes possible to draw glasses with uneven outer diameter. Nominal diameter is the glass average diameter calculated from the max and min diameter of the preform. In case of large (OD) diameter variation in the preform needs optimization in the production. Both diameter stability and fiber tension stability shall be needed to optimize with uneven preform. 79. Sealing specification for Nominal OD 150mm preform:

1. Number of (sealing sectors * layers ) 16 * 2 2. One sealing sector (leaf) movement range 23mm 3. Preform Diameter OD Variation (customer’s requirement) +/-10mm 4. Preform nominal Diameter (DO) 145mm 5. Preform Max. Diameter OD nom OD + 10mm 6. Preform Min. Diameter OD nom OD - 10mm 7. Max. Preform Diameter change as a function of perform length 10mm / 128mm 8. Preform max. surface change in longitudinal axes (Max. Angle) 6°

80. Measurement & Process Control System / Optic Fibre measurement system. State of the Art fibre measurement system shall be supplied with the new measuring principles with fibre diameter from 50um shall be measured with an accuracy of +/- 0.05µm. 2500 measurements per seconds shall be possible with extremely precise single values and thus highest accuracy - even at high draw speed shall be maintained. Statistical analysis shall be possible in the measurement gauge head by using FTT-analysis. 81. The devices shall be factory-calibrated and shall maintain their accuracy for the life of the gauge. The gauge head technology shall ensures the quality of the fiber, which guarantees reliable data transfer over long distance without data loss. The diameter sizing quality provided by the gauge shall guarantee a good connection of optical fiber. 82. The measuring principle shall be based on non/contact optical measurement of diameter without moving parts to measure with displaying on the single screen. Following measurements shall be possible.

1. Diameter measurements 2. Position measurement below furnace. 3. Tension measurements 4. precision ovality and spinning information 5. diameter measurement of the coated fiber 6. lump measurement of the coated fiber etc

83. Additionally the display shall have the capability to display all measurements in the form of cloud diagram the position of the fiber is visualized within the measuring field. The statistical distribution of short/term variations of the product parameters shall be graphically displayed during production on the processor system in the form of a cloud diagram. 84. Measurement control system shall be supplied for the visual monitoring of all parameters giving valuable process information collected into one screen. The monitor screen shall show the diameter of the bare fiber as well as the diameter after the coating. Additionally in the form of the cloud diagram the position of the fiber shall be visualized within the measuring field. The statistic distribution of

Page 87: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

10/19

short/term variations of the product parameters shall be graphically displayed during production on the processor system in the form of a cloud diagram. 85. Typical Specifications FIBER measurement system:

1. Measuring principle: non contact, optical with a "state of the art" CCD-camera technology and impulse driven laser light sources

2. Measuring range: 3 mm for a product size of 50 to 500 μm 3. sight field: 5 x 5 mm 4. application: bare fibers, primary coating, secondary coating 5. Accuracy: +/- 0.05 μm in the center of the measuring field of 3 mm +0.01% of measuring

value 6. Repeatability: 0.02 μm (1s at 3σ) 7. Resolution: selectable 0.01 μm, 0.1 μm or 1 μm 8. Exposure time: approx. 1.2 μsec. / measurement 9. Measuring rate: 2,500 / sec. 10. Interfaces: RS 485 + RS 232 service interface, LAN (Ethernet) interface providing 2,500

single measurements per axis (Diameter X, Y, average / Position X, Y), Profibus DP interface , Universal interface module, four analogue outputs unipolar 0 to 10V or bipolar -10 to +10V, resolution 16 bit.

11. Power supply: 100 to 240 V (+/- 10%), 50 / 60 Hz permissible environs 12. Temperature: + 5 to + 50°C (40 to 120°F) 13. Dimensions: 150 x 65 x 225mm (width x height x depth) without plugs 14. Weight: approx. 3 kg

86. Typical Specifications FIBER Lump measurement system

1. Measuring principle: differential signal processing with double sensors 2. Light source: IR 3. Measuring range: 3 x 3mm 4. Product size: 100 to 500 μm 5. Detectable fault length: 0.5 mm 6. Speed range: 1 to 3,000 m/min (3 - 9,000 ft) 7. Selectable tolerance range: ± 5 to 50μm 8. Resolution: 1 μm 9. Measuring rate: 3 x 100kHz 10. Max. detection sequence: 5 kHz (equal to a distance of 2 mm (0.08 inch) between two

successive faults at 600 m/min (1,800 ft/min)) 11. Interfaces: RS 485 + RS 232 service interface, Profibus DP, Universal interface module.

Analogue Inputs , dry contacts in case of lumps / neck-down 12. Power supply: 100 to 240 V (+/- 10%), 50 / 60 Hz 13. Permissible environs: temperature: +5 to +50°C (+40 to +120°F) 14. Dimensions: 150 x 65 x 280mm (width x height x depth) 15. Weight: approx. 4 kg

87. Typical Specifications for FIBER Control measurement system: The monitoring system shall display all measured specification values on 15” or bigger size TFT-touch monitor. Typical measurements shall include :

1. diameter 2. ovality 3. tension 4. spinning 5. vibration frequency 6. fiber position with the unique scatter plot 7. fiber temperature

Page 88: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

11/19

8. trend and statistic 9. number of airlines detected 10. number of lumps / neck downs 11. concentricity

88. Programming / Maintenance / Operation: shall be via touch screen 89. Memory: Flash Disk shall be provided for measured data storage purpose and production related data for an almost unlimited number of product types shall be stored and called up as and when required. 90. Fiber Cooling System for High Speed (9meters) An efficient fiber cooling system shall be required to obtain high drawing speed with reasonable tower height. The cooling system shall be installed between the furnace and the coating system. The cooling system shall consists of:

1. Insulated cooling tube with fastening brackets 2. Coolant chiller device 3. Helium supply with MFC control 4. Piping / hosing between MFC panel and cooling tube 5. Insulated piping / hosing between coolant chiller and cooling tube 6. Nitrogen top and bottom supply to minimize helium consumption

91. The modular cooling tube is available at different heights to fulfill various requirements as per field requirements. The tube shall be split into two halves and is openeable. The tube assembly shall be xy-positioned. Insulation is to prevent water condensation on the outer surface of the cooling tube and piping. Helium is used to maximize heat transfer. Chilled coolant is circulated through the ducts inside the tube. It also lowers the helium temperature inside the tube. Helium inlet and outlet as well as the tube construction are designed to achieve high cooling effect with low helium consumption. 92. Coolant chiller Suitable Chiller shall be positioned on the floor close to cooling tube. 93. Mounting bracket (select quantity) 3 x 3m cooling tubes shall be equipped two mounting brackets. 94. Piping/tube set Plastic piping from MFC panel and from chiller close to cooling tube shall be included. MFC control for plate for helium Helium flow inside the cooling tube can be adjusted automatically by the process control system and mass flow controller. The control system sets the flow according 95. Fiber w-o-w coating system The coating system shall be designed for high-speed and high-quality coating of optical fibers with two layers of UV-curable acrylate resin. The system shall be equipped with a refilling system which allows material filling during the fiber draw without interrupting the material supply to the coating process. The coating system shall consists of the following units:

1. Material cabinet for acrylate resin with coating reservoirs 2. Pressure controllers for both materials 3. Temperature controllers for both materials 4. Material feeding lines with temperature control 5. Coating applicator with die set

Page 89: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

12/19

6. X-Y table with tilt for applicator 7. Mounting bracket 8. Tempering unit for applicator 9. Compressed air cleaning filtration

96. The temperature control system shall control the temperatures of the both reservoir and the temperatures of the coating applicators and material feeding tubes. The pressure control system shall automatically regulates the coating pressures according to the drawing speed. The coating material reservoirs are located in a cabinet, which is ventilated for safety reasons. 97. Wet-on-wet coating unit with one die set Pressurized wet-on-wet coating unit shall be mounted on a X-Y-table. The unit shall consists of:

1. X-Y-table mounting clamp 2. Adjustable X-Y-table with tilting 3. Applicator body 4. Die set 5. Water tempering unit for applicator

98. The system shall apply both coating layers in one process (no intermediate UV-curing), The dual coating system offered shall be easy to operate. 99. ACS Coating material cabinet Cabinet shall include:

1. Acrylate tanks for both material 2. Compressed air filtration 3. Tempering devices for both materials 4. Fume ventilation fan 5. Flex I/Os for control 6. Coating material pressure and temperature control 7. Machine control panel 8. Additional control panel to control process start up

100. AFU Refilling material cabinet Cabinet shall include:

1. Acrylate tanks for both material 2. Compressed air filtration 3. Tempering system for both materials 4. Fume ventilation fan 5. Flex I/Os for control 6. Coating material pressure and temperature control 7. Machine control panel

101. Process piping for coating & Flow meter mounting This set is for stripping feed mounting, with flow meter. 102. Specification

1. Daily tank size : 30 Liter (Veff 16 Liter) 2. Refilling tanks size : 30 Liter (Veff 16 Liter)

103. UV Curing System (8pcs Lamps) The system shall consists of Fusion UV-curing irradiators with the power supply and control units. The lamp modules are versions, which are mounted on a backplate for easy alignment. The set of lamp modules shall be aligned at the same time. The mounting system shall enable the whole lamp system to be moved off the fiber line for replacing the quartz tube or for maintaining the lamps.

Page 90: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

13/19

104. Nitrogen feeding nozzle and fume extraction shall be designed so, that the quartz tube is easy to replace. The UV-lamp arrangement ishall be bank of two UV-lamps. The power of lamps and the nitrogen feed for the lamps shall be possible to control by the process control system. The power shall be selected 0%/50%/10% from the line control system. Nitrogen flow shall be controlled on and off and the nitrogen feed flow shall be adjusted by the flow meters – each bank of lamps shall be equipped with quartz tube. 105. The complete UV curing system shall consists of:

1. Lamp modules with power supply and interconnection cables, the length NEED TO 2. SPECIFY 8m of cable length is included as a standard. 3. Mounting and bracketing system for the lamps 4. Flexible tubing for ventilation between the lamps and air distribution boxes 5. Nitrogen feeding flow meters with on/off valve 6. Nitrogen feeding nozzles and fume extraction for each set of lamp modules

106. Assembly materials for UV-lamps This set is required for all UV-lamps. 107. The UV curing system The UV curing shall system consists of:

1. power unit 2. irradiator 3. "D" bulb, 11 mm 4. R500 Basic reflector 5. F10T light shield 6. RF-1 RF detector 7. Quartz tube for the bank of two UV-lamps 8. Standard cable length 8m, in between UV-lamps and the power unit

108. Mounting for 4x2UV-lamps (total eight lamps) This mounting system shall be included in the offer. 109. Base Cabinet for the UV-lamps (8 lamps) This system shall include power distribution box and base. 110. Start-up Capstan Start-up capstan shall allow fast initiation of the drawing process. The start-up capstan helps to reach the correct fiber diameter during start-up and to keep the fiber diameter stable at start-up to ease the line threading. The start-up capstan consists of two wheels for pulling the fiber. One wheel is servo motor driven and the other is guiding the fiber against the driven wheel. Fiber is released by opening the wheels either manually by the control buttons, or automatically by the control system after the start-up sequence has been completed. 111. The wheel movement shall be carried out pneumatically. The speeds of the start-up capstan and the main capstan are synchronized so that both capstans are pulling the fiber at same speed. After the fiber is attached to the main capstan the start-up capstan is released from the fiber. The start-up capstan will be installed on the slidebar above the first coating applicator. 112. Drive system Specifications

1. Pulling speed 2. Min. pulling speed 1.5 m/min 3. Rated operating speed 30 m/min 4. Max. pulling speed 300 m/min 5. Min. pulling speed 1.5 m/min

Page 91: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

14/19

113. Coating concentricity monitor The concentricity monitor shall be designed to monitor the concentricity and coating. The concentricity shall be measured with a two-axis laser diffraction system from two perpendicular directions. By the means of a mirror arrangement the diffraction patterns shall be easily seen on two parallel displays located in the front plane of the unit. The monitor shall be designed to detect the concentricity of the 245 um coating. Monitors for other coating diameters shall be made available as per request. The monitor will be installed right after the coating applicator. The reading is used to adjust the coating applicator manually by the X-Y slide and a tilt positioner until the diffraction patterns are centralized on the display. 114. The monitor shall be designed and constructed to prevent any accidental acrylate material from entering the unit. The monitor shall have purge gas inlet and can be pressurized to prevent acrylate spray enter the unit. The cover of the monitor housing is made of stainless steel and is easy to remove for cleaning. The monitor housing is made of aluminum and is mounted on a manual X-Y precision slide for easy centering to the fiber line. 115. Specification Coating diameter 245 um 116. Laser diodes Wavelength 670 nm Output power 3 mW 117. Fiber Spinning Unit Fiber Spinning Unit (FSU) is for reducing polarization mode dispersion of optical Fiber and shall be part of the Fibre Draw system. 118. The spinning unit shall be installed into the fiber draw tower between the UV-curing section and the master capstan. The spinning unit shall rotate the fiber around it's Longitudinal axis during the fiber drawing. The rotation shall be created with help of two wheels, which are on the opposite sides of the fiber line. These wheels shall be tilted equally to the opposite directions thus making the fiber rotate. The amount of tilt shall be controlled with a servo-motor. The spinning profile shall be adjusted by changing the parameters from the control panel. Several different profiles can be set into the memory and used as standard recipes. FSU shall be controlled from the main line control or it shall work as a stand-alone unit. The control cabinet includes a compact PLC for control and an operating panel as user interface. 119.Interconnecting cables Shall be as per the actual requirements. 120. Fiber capstan with Coated Fiber Tension Measurement Tower capstan shall be designed for accurate high speed fiber pulling. The steady frame construction with precision capstan wheel and brushless servo drive ensure the good control properties and maintenance free operation. 121. The capstan is floor mounted, laying on X-Y table for easy alignment. The capstan speed is controlled by the process control system based on the feedback signal from the bare fiber diameter measurement gauge right after the furnace. With this feedback loop the capstan can accurately control the bare fiber diameter by changing the pulling speed proportionally to the bare fiber diameter. The capstan also measures the speed and the length of the drawn fiber. This information is displayed on the Process Supervisor Unit and can be logged together with other process parameters. Motor and diameter subject to change depending on customer line speed requirements

Page 92: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

15/19

122. Tower capstan FTCA The FTCA model shall be equipped with bigger wheels and bearings to get better alignment and more stable and smooth rotation. System shall include tension measurement detector and wheel as a standard. 123. Specification

1. Pulling Capstan 2. Pulling speed, max. 3000 m/min 3. Pulling speed, min. 9 m/min 4. Pulling force max. 6 N 5. Pulling wheel diameter 190.736 mm 6. Length pulse 10 mm/pulse 7. Motor Power 400 W 8. Tension detector range 0-10 N

124. Dual Fiber Take-up DFT DFT shall be an automatic dual take-up designed to be used at high line speeds. The dual take-up is mainly designed for winding optical fiber after the drawing process. Automatic change over at full line speed shall be possible for continuous drawing process and minimizes the scrap with long fiber lengths. The take-up shall suit all applications where a dual take-up for fiber is needed. The machine shall include two take-ups, traversing and transfer system and user interface and electrical control cabinet. Special attention shall be paid to high-quality processing, take-ups, set-up times, easy operation and maintenance. The take-ups shall be equipped with a traversing system ensuring smooth fiber handling. High winding quality at high speed shall be guaranteed by efficient and accurate drives, sensitive dancer and automatic turning point control. The main operations of the control system are:

1. rotation movement control of take-ups 2. traversing movement control 3. the control of change over sequence 4. The most important parameters to be set: 5. reel parameters: width, turning points, traversing pitch, drum diameter 6. The most important parameters to be indicated by the system: 7. measured winding tension, option 8. active alarms and alarm history

125. Heavy take-ups with support This take-up shall be designed for big reels. Due to the great size and weight, the Construction shall be sturdy to eliminate any vibration. The motors and braking shall be sized for fast stopping after the change-over. 126. PLC & Siemens AC Servos The functions of the machine shall be controlled by a PLC. The take-up shall be connected to line control by using standard bus connection. 127. Safety doors The reels are fully covered when the line is running. The safety doors shall be designed to Minimize the needed floor space. 128. Ethernet interface to Draw Tower The Ethernet shall be the default method to connect to the Draw Tower. Hardwired I/O interface shall be made available optionally. 129. Specification general performance

1. Speed, max. 3000 m/min 2. Winding tension 40 - 100 g

Page 93: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

16/19

3. Machine color Grey RAL 7035 130. UTILITIES

1. Power consumption, max. 18 kVA 2. Compressed air pressure min./consumption max. 5 bar / 1 m3/h 3. Electrical supply 400 V, 50 Hz or optional 4. customer voltage

131. ENVIRONMENTAL REQUIREMENTS

1. Temperature 23±5 °C 2. Humidity 50±20% 3. Recommended Cleanroom Class ISO Class 8 (ISO 14644) or 4. Class 100,000 (US Federal 5. Standard 209) 6. ADAPTATION FOR 1000 KM ALUMINUM REEL 7. Reel type NXM-535/494 8. Process speed, max. 2500 m/min 9. Weight, max. 89 kg

132. HEAVY TAKE-UP WITH SUPPORT 1. Rotating speed, max. 3000 r/min 2. Traversing pitch, max. 5.0 mm/r

133. Winding tension measurement

1. Winding tension shall be measured by a load cell and reported on the screen. 134. Specification

1. REEL CAPACITY 1000 KM 2. Reel type NXM-535/494 3. Bore 50.8 mm 4. Width 494 mm 5. Flange diameter 535 mm 6. Barrel diameter 317.5 mm 7. Weight (Fiber length), max. 89 kg (1000 km) 8. Process speed, max. 2500 m/min

135. Non-contact fiber thermometer On line measurement of bare fiber temperature during fiber draw process shall be achieved with following:

1. Non touching to avoid fiber breakage 2. Tolerant to fiber vibration, e.g., can measure during simultaneous tension measurement 3. No need to focus sensor element on small fiber diameter, a difficulty encountered with

previous IR sensor methods used for measuring fiber temperature 4. Simple, cost effective design 5. Easy to mount on tower centerline; threading is simple 6. On line continuous fiber temperature monitoring and logging during draw

136. Non contact measurement Technology: System operation shall be based on detection of infrared radiation from fiber by using a special collector element (integrating sphere). Heat is emitted naturally from the fiber to every direction. The collector harvests efficiently the radiated heat and guides the energy into infra red sensor element and associated electronics which provide thermal temperature signal conversion to electrical form. The electrical temperature signal is then logged either into standalone data logging system or directly to

Page 94: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

17/19

the drawing tower line control computer. Presented non-contact on line bare fiber temperature measurement system is well suited to, e.g., monitoring fiber temperature at extension tube exit level (high temperature version) or monitoring fiber temperature before and after fiber cooling systems (low temperature version). Two identical measurement units may be used to simultaneous monitoring of true temperature difference of critical spots along fiber line. 137. Process control system The most comprehensive process control system for fiber drawing tower shall be offered for efficient fiber production. The process control system shall be realized utilizing state-of-the-art PLC and PC technology. The process control system shall be performed with SIEMENS technology platform / Equivalent Technologies . The control cabinet shall include:

1. Motor drives 2. Measurement unit displays 3. PLC and control hardware 4. Industrial PC with touch screen monitor for user interface 5. Printer

138. The hardware of the control system shall be PLC based automation system. The user interface shall be PC based. The user interface shall be based on InTouch and it shall have suitable control system with Windows based process supervisory software. Main features of the process supervisory system are:

1. Easy user interface with clear process visualization 2. Process visualization through the graphical color monitor screen. 3. Flexible and versatile recipe system with easy process fine-tuning 4. Extensive and configurable reporting facilities. 5. Alarm and event logging system with time and length position indication. 6. Time-based process parameter data logging. 7. Interfacing to upper level data networks for reporting, quality management and 8. traceability purposes. 9. The control system includes all controls needed for fiber drawing: 10. Furnace temperature and gas flow control 11. Preform feed control 12. Automatic preform X-Y centering 13. Automatic (parametrisized) preform feeding control during ramp up 14. Bare fiber diameter control 15. Coating pressure control 16. Coating diameter measurement 17. Line speed master control 18. Fiber length measurement

139. Touch screen monitor Industrial touch screen monitor shall be provided. 140. System Application The services provided by the supplier shall facilitate the smooth and efficient management of the project from quotation through the installation phase trough the delivery of the following documents:

1. customer layout planning for Fibre Draw Tower equipment and required facilities 2. documents and consultation for installation, operating and maintenance 3. general arrangement drawings for the complete line 4. necessary detail and assembly drawings with material lists for the erection and maintenance

of the line 5. customer project supervision 6. consultation concerning to the raw materials, facilities and the environment, where 7. the line will be installed

Page 95: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

18/19

141. System application and documentation Final electrical diagrams shall be supplied along with the equipments. 142. Line Cables The line cables are made to connect all the equipments to the line control. Line cables which shall include:

1. all the motor connections 2. emergency stop connections 3. Control Net bus between the I/O-module 4. all analog signal cables

143. Installation of Fibre Draw Tower Installation of Fibre Draw Tower shall be the responsibility of the Supplier. 144. Commissioning Commissioning of Fibre Draw Tower shall be the responsibility of the Supplier and Commissioning of the Fibre Draw Tower shall include

1. checking of the installation 2. electric start-up of the line 3. acceptance test run 4. basic operator and maintenance training 5. installation of and wiring of line 6. the start-up and test run materials

145. Machinery test runs for per draw line Process run shall be made after commissioning of the line is completed. Purpose of the process run is to demonstrate the operation of the synchronized line. The drawing process shall be done with suitable preform and output of the draw process is for single mode fiber. Run the process of line is required to show the ability to produce fiber with the specified line speed. Acceptance criterion shall be agreed before signing of a contract or order. 146. Reel Handling Cart The cart shall be designed for working with 1000 km aluminum reel and the dual take-up machine requirements . The cart shall be equipped with two interchangeable tools. Height of the tool shall be electrically controlled. A shaft model tool shall be designed to be used between the Dual take up and intermediate storage. A table model tool shall be designed to be used between the intermediate storage and the Proof Testing and Rewinding Machine. 147. Set of Reels 1000km (6pcs per each of take-up) The take-up shall be designed for 1000 km capacity reels. This item includes required reels for effective production. Weight of the aluminum reel with full capacity of fiber (1000km) is 100 kg. Due to heavy mass of full reel the Reel Cart for loading unloading and transportation shall be required. This position shall provide 6 pcs of fiber reel for each of the take-up. 148. Helium Recovery Process The helium cooling process shall be required in the glass fiber drawing, especially when pursuing higher production speeds. The fiber cools down naturally when it is drawn down through the air, vertically from the draw tower. Fiber cooling can be enhanced by using cooling equipment whereby Helium gas is used in cooling systems to improve the transfer of heat from the surface of the optical fiber to the cooling system. By using Fibre Draw Helium Recovery system the gas mixture released from the cooling system can be collected and cleaned for re-use in the very same fiber cooling system. The system works as an on-line system. It does not involve any helium storage or buffering of the refined helium. Helium Recovery System is a compact unit enables easy and fast installation. The small unit is located near the helium cooling tube and close the suction point.

Page 96: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 10

19/19

Typical Specifications 1. Unit size: w600 x d500 x h800 2. Unit weight: under 100kg (depending on configuration) 3. Electric connection (Options): 1x115V 60Hz; 4. 1x220-240V 50Hz; 5. 1x220-240V 60Hz 6. Electric power max.: 600W 7. Inlet / outlet connections: 8mm tube connector 8. Location: near the suction point 9. Operating temperature: 20 - 30ºC

149. Inlet gas specification

1. Inlet volume max: 30 SLPM 2. Inlet gas mixture in suction point: He 75%, N2 20%, O2 5% 3. Electric connection (Options): 1x115V 60Hz; 4. 1x220-240V 50Hz; 5. Outlet volume max: 20 SLMP 6. Outlet purity: typical He 99% 7. Recovery rate: typical 85 - 95%

150. Helium Recovery System (HRS) Helium Recovery System shall be a compact cabinet which is easy to locate near the helium cooling tube. It is on-line gas recovery system designed to re circulate the purified gas back to the fiber cooling process. The system requires a helium supply line with MFC regulation as an input for HRS. Helium is collected from the suction point of the helium cooling tube. Recovered helium is supplied back into the inlet port of the helium cooling tube. The purification process is performed with the process phases compressing, pre-treatment and purification. The purification stage is performed by using membrane elements such as SEPURAN Noble. 151. HRS unit shall consists of the following:

1. Cabinet for the system components 2. Interface terminal for electric and control cables 3. Inlet and outlet connection interface for gas connections 4. Compressing section 5. Gas pre-treatment section 6. Gas purification section with SEPURAN NOBLE membrane elements (multi stage

membranes) 152. Connection Cables and Gas Tubes Accessories The line cables which made to connect the equipment to the line control and Gas tubes required in between the equipment and the helium cooling tube shall be supplied as indicated:

1. power supply cable for HRS 2. control cable for HRS 3. Gas supply tube from the cooling tube 4. Suction tube from the cooling tube 5. Gas supply line (recovered helium) from HRS

Page 97: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

1/7

BOM For Optic Fibre (OF) Plants & Machineries: 1. Optic Fibre Draw Tower & Rewinding System: a. BOM Description for Dual Line Fibre Draw Tower

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference 1 General Requirements:

Optical Fibre Cable Product specifications of International Standards such as IEC 60739-1, 60793-2 , ITU-T-G.652.D , G.655, G.657A & Indian requirements (GR specifications ) used by Indian customers BSNL, BBNL etc

2 High Capacity Fibre Draw Tower Frame 33 to 40 m (Dual line)

3 Optic Fibre preform (up to 250kg ) Feeding , Handlind & Loading system

4 High Capacity Fibre Drawing system 5 Optic Fibre Induction Furnace 6 Optic Fibre helium Cooling System with recovery 7 Optic Fibre Main Control Unit 8 Dynamic sealing System for Optic for Induction Furnace 9 High speed Coating system ( w-o-w coating )

10 Clean Air System for (Closed) 11 Class 1000 / 100 Clean environment System 12 UV Curing System (8 Lamps) 13 Fiber Spinning Unit 14 Optic Fibre measurement system 15 Fibre quality control and measurement System 16 Coating concentricity monitor 17 Start-up Capstan 18 Fiber capstan with Coated Fiber Tension Measurement 19 Dual Fiber Take-up 20 Proof Testing & Quality Check System 21 Optic Fibre Packing system 22 Process control system with Display 23 System Application Hardware & software 24 Special gases supply system 25 Vacuum System

Page 98: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

2/7

26 Deuterium treatment system 27 Accessories 28 Non-contact fiber thermometer (LT) 29 Fibre Draw tower line cables set 30 Fibre Draw installation accessories 31 Optic Fibre Rewinding Station 32 Optic Fibre Argon Recovery Unit 33 Optic Fibre Helium Recovery Unit 34 Reel Handling Cart 35 Set of Reels 1000km (6pcs) 36 Safety guards for all moving parts, 37 Drawings:

i. Layout Design ii. Installation iii. Others

38 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

39 Training : i. On site ii. At OEM Place

40 Others 1: Photograps 41 Others 2: 42 Others 3: 43 Others 4: 44 Others 5: 45 Others 6:

Page 99: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

3/7

b. Services : Sl.No Services Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Fibre Draw Tower Consultation services 4 Fibre Draw Tower Technology Services 5 Fibre Draw Tower infrastructure design services 6 Fibre Draw Tower Plant Design Services 7 Site preparation for installation 8 Fibre Draw Tower System setup design 9 Fibre Draw Tower System Configuration

10 Fibre Draw Tower Layout 11 Fibre Draw Tower Supply 12 Fibre Draw Tower System logistics (Moving the cargo up to

the site)

13 Fibre Draw Tower System Erecting 14 Fibre Draw Tower System Installation 15 Fibre Draw Tower System Testing 16 Fibre Draw Tower System Programming 17 Fibre Draw Tower System Calibration 18 Fibre Draw Tower System Fine Tuning 19 Fibre Draw Tower System Trial run 20 Fibre Draw Tower System Commissioning 21 Fibre Draw Tower System Customer qualification 22 Fibre Draw Tower System Warranty 23 Fibre Draw Tower System AMC 24 Others 1: Photograps 25 Others 2 26 Others 3 27 Others 4 28 Others 5 29 Others 6 30 Others 7

Page 100: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

4/7

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances to

the Specifications : Remarks with

documentation proof / reference

1 Model No To be specified 2 Year of Manufacture To be specified 3 Construction speed 2700 mpm 4 Typical working speed 2000 mpm 5 Tower dimensions (height X Length X Width) As per Appendix 10 6 Optic Fibre Induction Furnace As per Appendix 10 7 Optic Fibre helium Cooling System with recovery As per Appendix 10 8 Optic Fibre Main Control Unit As per Appendix 10 9 Dynamic sealing System for Optic for Induction Furnace As per Appendix 10

10 High speed Coating system ( w-o-w coating ) As per Appendix 10 11 Clean Air System for (Closed) As per Appendix 10 12 Class 1000 / 100 Clean environment System As per Appendix 10 13 UV Curing System (8 Lamps) As per Appendix 10 14 Fiber Spinning Unit As per Appendix 10 15 Optic Fibre measurement system As per Appendix 10 16 Fibre quality control and measurement System As per Appendix 10 17 Coating concentricity monitor As per Appendix 10 18 Start-up Capstan As per Appendix 10 19 Fiber capstan with Coated Fiber Tension Measurement As per Appendix 10 20 Dual Fiber Take-up As per Appendix 10 21 Rewinding speed 3000 mpm 22 Fiber tension 0.2 to 1.0 N 23 Traversing pitch As per Appendix 10 24 Reel size Capable of handling As per Appendix 10 25 Reel flange diameter 270mm & 410 mm 26 Reel width 250mm & 400mm 27 Shaft bore día 25.4mm 28 Reel weight 7kg & 25kg 29 Metering accuracy Better than 0.05% (length

measuring accuracy)

Page 101: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

5/7

30 Thickness of coating layer As per Appendix 10 31 Additional loss (attenuation after colouring) ≤0.01db/km ( attenuation

increase)

32 UV lamps 8 Nos Each lamp to be rated at 600 w/inch.

33 Final Product / fibre Size As per Appendix 10 34 Safety guards for all moving parts as per CE Standards As per Appendix 10 35 Dies Size As per Appendix 10 36 Special gases requirements As per Appendix 10 37 Operating temperature As per Appendix 10 38 Compressed air pressure requirements As per Appendix 10 39 Outline size As per Appendix 10 40 Exhaust system As per Appendix 10 41 Machine color As per Appendix 10 42 Total power As per Appendix 10 43 Machine weight As per Appendix 10 44 Fibre Draw Tower System Length As per Appendix 10 45 Fibre Draw Tower System Width As per Appendix 10 46 Static Discharger & Dust Removal As per Appendix 10 47 PLC As per Appendix 10 48 All Drives Technical details As per Appendix 10 49 Winding Alogrithm As per Appendix 10 50 Laser non Contact diameter gage As per Appendix 10 51 Ramp Time As per Appendix 10 52 Fast Stop As per Appendix 10 53 Others 1: As per Appendix 10 54 Others 2: As per Appendix 10 55 Others 3: As per Appendix 10 56 Others 4: As per Appendix 10 57 Others 5: As per Appendix 10

Page 102: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

6/7

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables Description Raw Material & Consumables

Recommended Remarks with documentation proof / reference

1 Preform 2 Coating Materials 3 Special Gases Clean air requirements

4 Electric Power 5 Water 6 Compressed air 7 Cooling air requirement 8 Air Conditioning requirements 9 Heated Air 10 Others 1: 11 Others 2: 12 Others 3: 13 Others 4: 14 Others 5: 15 Others 6:

e. Spares: Sl.No Spares Description Spares : Quantity Remarks with documentation proof /

reference 1 Sets of furnace dies 2 Ultrasonic cleaner for dies 3 Frequently replaceable items to be listed indicated with annual

quantity required.

4 OEM shall recommend the list with quantity for 2 year running spares. To cover furnace, cooling, measurement , fibre draw , electrical , mechanical , control , electronics systems etc.,

5 All consumables to be listed , indicated with annual quantity required.

6 Others 1: 7 Others 2 8 Others 3

Page 103: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 11

7/7

9 Others 4 10 Others 5 11 Others 6 12 Others 7 13 Others 8 14 Others 9 15 Others 10

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Draw Tower System. ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Fibre Draw Tower System shall be supplied free of cost .

Page 104: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 12

1/5

BOM For OFC Plants & Machineries: 12. Optic Fibre Proof Testing & Rewinding System: a. BOM Description

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference 1 Pay-off 2 Pay-off tension dancer 3 Capstan 4 Take-up tension dancer 5 Take-up 6 Control system with Display 7 Tension testing system 8 Length measurement system 9 Ribbon Rewinder (Optional)

10 Safety guards for all moving parts, 11 Drawings:

i. Layout Design ii. Installation iii. Others

12 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

13 Training : i. On site ii. At OEM Place

14 Others 1: Photograps 15 Others 2: 16 Others 3: 17 Others 4: 18 Others 5:

Page 105: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 12

2/5

b. Services : Sl.No Services Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 Rewinding System design 8 Rewinding System Configuration 9 Rewinding System Layout

10 Rewinding System Supply 11 Rewinding System logistics (Moving the cargo up to the

site)

12 Rewinding System Erecting 13 Rewinding System Installation 14 Rewinding System Testing 15 Rewinding System Programming 16 Rewinding System Calibration 17 Rewinding System Fine Tuning 18 Rewinding System Trial run 19 Rewinding System Commissioning 20 Rewinding System Customer qualification. 21 Rewinding System Warranty 22 Rewinding System AMC 23 Others 1: Photograps 24 Others 2 25 Others 3 26 Others 4 27 Others 5

Page 106: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 12

3/5

28 Others 6 c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical

Compliances to the Specifications

Remarks with documentation proof / reference

1 Model No To be specified 2 Year of Manufacture To be specified 3 Construction speed 3000 mpm 4 Typical working speed 2500 mpm . 5 Rewinding speed 3000 mpm 6 Fiber tension 0.2 to 1.0 N 7 Traversing pitch To be specified 8 Reel size Capable of handling To be specified 9 Reel flange diameter 270mm & 410 mm 10 Reel width 250mm & 400mm 11 Shaft bore día 25.4mm 12 Reel weight To be specified 13 Metering accuracy (length measuring accuracy) Better than 0.05% 17 Safety guards for all moving parts as per CE requirements. To be specified 18 Operating temperature To be specified 19 Compressed air pressure requirements To be specified 20 Outline size To be specified 22 Exhaust system To be specified 23 Machine color To be specified 24 Total power To be specified 25 Machine weight To be specified 26 Rewinding System Length To be specified 27 Rewinding System Width To be specified 28 Static Discharger & Dust Removal To be specified

Page 107: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 12

4/5

29 PLC To be specified 30 All Drives To be specified 31 Winding Alogrithm To be specified 32 Laser non Contact diameter gage To be specified 33 Ramp Time To be specified 34 Fast Stop To be specified 35 Others 1: To be specified 36 Others 2: To be specified 37 Others 3: To be specified 38 Others 4: To be specified 39 Others 4: To be specified

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended Remarks with documentation proof /

reference 1 Raw Fibre 2 Electric Power 3 Compressed air 4 Cooling air requirement 5 Air Conditioning requirements 6 Others 1: 7 Others 2: 8 Others 3: 9 Others 4: 10 Others 5:

e. Spares: Sl.No Spares Description Spares - Quantity Remarks with documentation

proof / reference 1 Frequently replaceable items to be listed indicated with annual quantity

required.

2 OEM shall recommend the list with quantity for 2 year running spares. To cover electrical , mechanical , control , electronics etc. systems.

Page 108: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 12

5/5

3 All consumables to be listed , indicated with annual quantity required. 4 Others 1: 5 Others 2 6 Others 3 7 Others 4 8 Others 5

Note:

1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Proof Testing & Rewinding Line . ( Please use “Others” rows to specify additional items required )

2. Anything extra required for successful Commissioning of Optic Proof Testing & Rewinding Line shall be supplied free of cost .

Page 109: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 13

1/4

BOM For OFC Plants & Machineries: 1. Optic Fibre Deuterium Treatment and Hydrogen Test System : a. BOM Description

Sl.No BOM Description Compliance to Availability : Remarks with documentation proof / reference 1 Deuterium Treatment chamber 2 Hydrogen Test system 3 Gas Mixing 4 Gas Recycling 5 Reel Capacity

i. 25 KM ii. 50 KM iii. 1000 KM

6 Number of Chambers 7 Reels handling systems 8 Reels storage systems 9 Reels movement systems

10 Safety guards for all moving parts, 11 Drawings:

i. Layout Design ii. Installation iii. Others

12 Documentations: i. Technical Literature. ii. Installation iii. Testing iv. Quality Control v. Commissioning vi. Maintenance vii. Others

13 Training : i. On site ii. At OEM Place

14 Others 1: Photograps 15 Others 2:

Page 110: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 13

2/4

16 Others 3: 17 Others 4: 18 Others 5:

b. Services : Sl.No Services Description Compliance Services offered : Remarks with documentation proof / reference

1 Pre bid Visit to ITI Site 2 Selecting the location 3 Site preparation for installation 4 Line Items Technology Services 5 Line Items Consultation services 6 Line Items Engineering services 7 System design 8 System Configuration 9 System Layout

10 System Supply 11 System logistics (Moving the cargo up to the site) 12 System Erecting 13 System Installation 14 System Testing 15 System Programming 16 System Calibration 17 System Fine Tuning 18 System Trial run 19 System Commissioning 20 System Customer qualification. 21 System Warranty 22 System AMC 23 Others 1: Photograps 24 Others 2 25 Others 3 26 Others 4 27 Others 5 28 Others 6

Page 111: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 13

3/4

c. Technical Parameters Sl.No Technical Parameters

Description Technical Parameters Technical Compliances to

the Specifications : Remarks with documentation

proof / reference 1 Model No To be specified 2 Year of Manufacture To be specified 3 Storage space for 5 Million KM Annual production To be specified 4 Reel size Capable of handling To be specified 5 Reel flange diameter To be specified 6 Reel width To be specified 7 Reel weight To be specified 8 Reel storage Size (Nos) To be specified 9 Safety guards for all moving parts as per CE standards To be specified 10 Hydrogen requirements To be specified 11 Nitrogen requirements To be specified 12 Operating temperature To be specified 13 Compressed air pressure requirements To be specified 14 Outline size To be specified 15 Exhaust system To be specified 16 Machine color To be specified 17 Total power (KW) To be specified 18 Machine weight To be specified 19 System Length To be specified 20 System Width To be specified 22 Static Discharger & Dust Removal To be specified 23 Treatment methods To be specified 24 Others 1: To be specified 25 Others 2: To be specified 26 Others 3: To be specified

Page 112: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Enquiry No:C027B001 dated 04-02-17 Appendix 13

4/4

d. Raw Material & Consumables: Sl.No Raw Materials / Consumables

Description Raw Material & Consumables

Recommended : Remarks with documentation proof /

reference 1 Hydrogen 2 Nitrogen 3 Electric Power 4 Compressed air 5 Cooling air requirement 6 Air Conditioning requirements 7 Heated Air 8 Others 1: 9 Others 2: 10 Others 3:

e. Spares: Sl.No Spares Description Spares : Quantity Remarks with documentation proof /

reference 1 2 3 Frequently replaceable items to be listed indicated

with annual quantity required.

4 OEM shall recommend the list with quantity for 2 year running spares. To cover, electrical , mechanical , control , electronics etc. systems.

5 All consumables to be listed , indicated with annual quantity required.

6 Others 1: 7 Others 2 8 Others 3 9 Others 4

Note: 1. The supplier shall indicate and quote for any other additional items / equipments required for the successful functioning of Optic Fibre Deuterium

Chambers . ( Please use “Others” rows to specify additional items required ) 2. Anything extra required for successful Commissioning of Optic Deuterium Chamber System shall be supplied free of cost .

Page 113: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Annexure: B

NOTICE INVITING TENDER (THREE COVER SYSTEM)

Detailed Enquiry is uploaded in M/s. ITI Limited website www.itiltd-india.com. In tender column (Bangalore Plant) For further details/clarification please contact Chief Manager - MM M/s. ITI Limited, Bangalore Plant, Dooravaninagar, Bangalore 560 016, Telephone No: 080 28503606, Email: [email protected] Bids will be received by the Mailing Section M/s. ITI Limited, Bangalore Plant, Dooravaninagar Bangalore 560 016 The tender shall be submitted in the three cover system as follows: 1. Part-I (Technical Bid) shall be enclosed in a double sealed cover superscribed with “Part-I (Technical Bid) with detail of machines quoted with supporting document such as catalogues/ leaflets, with tender reference, due date of submission and opening date and firm's address with phone no. / E-mail”. 2. Part-II (Commercial Bid) shall be enclosed in another double sealed cover superscribed with “Part-II (Commercial Bid), with tender reference, due date of submission and opening date and firm's address with phone no. / E-mail”. 3. Part-III (EMD) shall be submitted of an amount Rs. 5,00,000/-(Rupees Five Lakh Only) through Bank Demand Draft In favour of “ITI LIMITED” Bangalore. All the above three documents shall be kept in a separate sealed cover and shall be enclosed in another one sealed cover superscribed with tender reference, due date of submission and opening date and firm's address with phone no. / E-mail”. Sealed tender should be addressed to Chief Materials Manager - MM, M/s. ITI Limited, Bangalore Plant, Dooravani Nagar, Bangalore 560 016 Note :- Quotation shall be valid for 90 days from the date of opening of the tender. DETAILS OF BID: Part-I Technical Bid : It shall consist of the following documents enclosed in a double sealed cover. 1. Description of item, Make, Model along with technical brochure containing detail specification, data sheet Etc without price detail.

Page 114: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

2) Item wise Compliance Report for the entire enquired item. Note: No price shall be mentioned in technical bid.

Part-II (Commercial Bid) : It shall consist of the Description of item , Make , Model with price detail I.e. Unit price (delivery to ITI Ltd Bangalore) and applicable statutory levies ( ED , VAT , CST , Entry Tax / Octori, Freight charges etc) The statutory levies shall be clearly mentioned in percentage/ amount for each item. The description written as inclusive or exclusive or actual shall not be accepted. The rate shall be quoted FOB / Ex-Works / FOR ITI Limited, Bangalore NOTE: All the pages of the quotation shall be signed and stamped by the tenderer and submitted. 1. Only the EMD cover shall be opened first and Technical Bid of those vendors who has submitted EMD shall be opened thereafter, on the due date. The date and time of opening of the commercial Bid shall be intimated only to the technically qualified bidders, well in advance

Chief Materials Manager – MM

Page 115: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

PRE-CONTRACT INTEGRITY PACT

GENERAL This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on……………………………………………………., between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore – 560016, India, (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, his successors in office and assigns) of the First Part and m/s…………… (address of the Bidder) (hereinafter called the "BIDDER " which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment of technology partner for a technical tie-up with ITI for the marketing/manufacturing of ……………….….. (name of the product) and the BIDDER is willing to participate in the EoI as per the terms and conditions mentioned thereon; WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership company (strike off whichever is not applicable), constituted in accordance with the relevant law in the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of Communications & IT, Government of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of …. (name of the product) through the EoI in a transparent and corruption free manner, and Enabling BIDDERs to abstain from bribing or Indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: 1. Commitments of the BUYER

1.1 The BUYER undertakes that no official of the BUYER, connected directly or

indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either

Page 116: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

for themselves or for any person, 'organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.

1.3 All the officials of the BUYER will report to the appropriate Government

office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2 In case any such preceding misconduct on the part of such official(s) is reported

by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

3 Commitments of BIDDER

3.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:-

a) The BIDDER will not offer, directly or through intermediaries, any bribe,

gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

b) The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or, execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government.

c) BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates.

Page 117: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

d) BIDDERs shall disclose the payments to be made by them to agents/

brokers or any other intermediary, in connection with this bid/contract.

e) The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer/ integrator and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such, intercession, facilitation or recommendation.

f) The BIDDER either while presenting the bid or during pre-contract negotiations or before signing the contract, shall 'disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their· family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

g) The BIDDER will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

h) The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

i) The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

j) The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

k) The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

l) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

Page 118: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

m) The BIDDER shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

4 Previous Transgression

4.1 The BIDDER declares that no previous transgression occurred in the last three

years immediately before signing of this Integrity Pact, with any other company in any country in respect of any 'corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify BIDDER's exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

5 Sanctions for Violations

5.1 Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:-

a) To immediately call off the pre contract negotiations without assigning any

reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

b) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

c) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission.

d) To recover all sums paid in violation of this Pact by the BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also

on the Commission by the BIDDER or anyone employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent Monitor(s) appointed for the purposes of this Pact.

Page 119: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

6 Independent Monitors

6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor)

for this Pact in consultation with the Central Vigilance Commission.

6.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

6.3 The Monitor shall not be subject to instructions by the representatives of the parties and perform their functions neutrally and independently.

6.4 Both the parties accept that the Monitor have the right to access all the documents relating to the project/procurement, including minutes of meetings.

6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

6.6 The BIDDER(s) accept(s) that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentiality.

6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10 weeks from the date of reference or intimation to him by the BUYER I BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

7 Facilitation of Investigation

7.1 In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

8 Law and Place of Jurisdiction

8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

Page 120: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

9 Other Legal Actions

9.1 The actions stipulated in this Integrity Pact are without prejudice to any other

legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

10 Validity

10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the contract period with the BUYER in case a contract is signed. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract.

10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

11 The parties hereby sign this Integrity Pact. BUYER BIDDER Name of the Officer. CHIEF EXECUTIVE OFFICER Designation M/s …. (address) ITI Limited (address) Place: Place: Date: Date: Witness: 1. ……….. 1. ………… 2. ……….. 2. ………….

Page 121: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Annexure- I

Form No.: NSU/MM/02 Page 1/2

GENERAL TERMS AND CONDITIONS FOR SUBMISSION OF TENDER

ENCLOSURE TO ENQUIRY No:C027B001 DATE: 09.02.2017

1. SUBMISSION OF TENDER:

(i) This is only an enquiry to quote and not an order. This tender enquiry is not transferable.

(ii) Tenders must be submitted as mentioned in the tender enquiry in a Sealed Envelope indicating our Enquiry No. & Due Date” on the face of the envelope and should be addressed to the undersigned.

Chief Materials Manager(C), M/s ITI Limited, Bangalore Complex, Dooravaninagar, Bangalore –560 016. Phone : 080-2850 3639 .

Note (a) Tenders should reach us before 16.00 Hrs. of the Due Date (b) Separate envelopes should be used for each enquiry.

(c) Offer should have commercial condition and technical details (d) Earnest Money Deposit (EMD) if required has to be rem itted in the form of Demand Draft in favour of ITI Ltd.,

payable in any Scheduled Bank in Bangalore. No interest will be paid on EMD and will be returned to the unsuccessful tenderer after finalisation of the purchase order. EMD of successful bidder will be adjusted towards security deposit payable by him as laid down at Sl. No. 13

2. OPENING OF TENDERS:

Tenders against our enquiries will be opened in the presence of the tenderer/authorised representatives on the due date and time. If there is any pre bid meeting with the tenderers, the date & time of the same will be informed to them.

3. LATE OFFERS:

Tenders without indicat ing our enquiry No. & Due Date on the face of the envelope and tenders received late are liable for rejection without assigning any reason.

Note (a) Send your quote well in advance of the due date. Quotat ions are accepted by fax / e-mail followed by confirmatory copy. Vendors are advised to submit the tenders to our P&A Department in person to avoid postal delay / loss of tenders in transit.

(b) If you are not in a position to quote, for any reason, please communicate the same without fail to enable us to keep you on our vendor list for future requirements.

(c) Please mention the Sl. No. and Code / description of the items exactly as per our enquiry.

4. PRICES:

(a) ITI Ltd., is planning to have long term tie up with limited vendors, who can supply the item with good quality, prompt delivery and at lowest price. Hence, you may quote in such a way that a long-term relationship is possible.

(b) Prices must be per unit as called for in the enquiry and should be on FOR ITI/FOR destinat ion basis as the case may be and inclusive of Insurance charges.

(c) ITI Ltd., under normal circumstances, may not negotiate for the price. Hence you are requested t o quote your best price in the original quotation itself.

(d) Any counter terms and conditions are not binding on us unless ITI Ltd., agree to the same in writing. (e) In case of an order issued on you, the ordered rate should be firm till the complet ion of the order. In case where the

market prices are going down beyond 5% of the ordered rate or decrease in the statutory levies, the same should be passed on to ITI Ltd.

(f) Vendors should deliver the materials to ITI Ltd., Stores/ the dest ination as mentioned in the P.O. ITI Ltd., will not take the responsibility of clearing the goods from the carriers godown/office/Railway Station/Air port, etc.

(g) In case of supply of imported items by local dealers proof of import should be provided. Prices quoted should indicate clearly the Modvat relief (by way of C.V.D.), being passed on to ITI and supplier should furnish regular invoice indicating rate and amount of duty that is passed on which should be proport ionate to the material sold to ITI from the relevant imported consignment , covered under this appropriate Bill of Entry.

(h) If the supplier supplies the same item at a lower rate to any of their customers during the pendency of execution of ITI Ltd., Purchase Order/ Order Amendment, the supplier should voluntarily come forward and reduce the price.

(i) The validity of your offer should be for a minimum period of 90 days from the date of opening the tender. (j) Any Plant /division of ITI reserves the right for placement of Repeat Order if required within one year of original PO date.

5. STATUTORY LEVIES:

(a) All applicable statutory levies like Sales Tax WITH Form C & WITHOUT Form C, Excise Duty, VAT, etc., should be separately indicat ed with the current rate applicable. Otherwise quoted rate will be considered as inclusive of taxes / levies. Vague terms like “As applicable at the time of supply” should be avoided. Apart from Statutory levies other charges like handling, Packing & Forwarding etc., will not be paid by ITI Ltd.

(b) In case of sales tax exempted del ivery, authorisation let ter from the competent authority should be enclosed along with the quote.

(c) In case you absorb the sales tax portion, the same may be specified clearly in the quotation itself and not after opening the tender, which otherwise will be treated as post-tender correction and would disqualify your quote.

(d) In case of statutory levies like Sales Tax, Excise Duty, Surcharge, VAT, etc., are modified, the same has to be int imated to ITI immediately.

(e) In the event of any refund in Excise Duty/Customs Duty obtained from the Central Excise Department/ Customs Department by you or the manufacturer (if the manufacturer happens to be different from the supplier) on the Supplies made to us, such refunds should be passed on to us, immediately without waiting for any claim from us.

6. MODVAT RELIEF:

(a) We are eligible to avail the credit of Excise Duty paid on items procured for manufacturing Tele-communication equipment under MODVAT RELIEF scheme. Hence “Invoice cum Gate Pass” in original for payment, and transporter copy duly marked and authenticated is to be produced along with the consignment. In case of your failing to adhere to this instruct ion, no ED will be reimbursed by us.

(b) Invoices should be in the prescribed form and have all particulars as per the Central Excise Rules and notifications as amended from time to time, particularly Assessor code, Range Division, rate and amount of duty debited and debit particulars.

Page 122: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:

Annexure- I

Form No.: NSU/MM/02 Page 2/2

(c) Agents/Distributors, on whom an order is placed, should also produce invoice Cum Gate Pass as per the procedure laid down by Central Excise Rules and notificat ion issued from time to time. They should get registered with Central Excise authorit ies where ED is being passed on.

7. TERMS OF PAYMENT:

(a) Payment will be made for the accepted quantity within 60 days from the date of receipt of the material / services at our Stores / Destinat ion.

(b) No payment will be made for the rejected quant ity. (c) In case you fall under SSI as per DIC, please mention the same in all your quotations / invoices indicating also the

certificate number. This is essent ial if in the unlikely event of delay in payment, you would like to claim preferential payment as an S.S.I

8. INSPECTION:

(a) ITI reserves the right to split the purchase order among the vendors who are capable of meeting the Quality, Delivery and Cost requirements. Preference will be given to the vendors with well-maintained and proven Quality Assurance.

(b) We are planning to reduce inspect ion time with self-cert ification scheme for the vendors who keep up good quality leading to “ship to stock system”.

(c) Inspection of the material at our works/site will be final. ITI reserves the right to inspect the material at any other standard testing centre authorised by us.

(d) We or our representative including our customer may if required preliminarily inspect the product at vendor’s prem ises. Such verificat ion shall not absolve the vendor of the responsibility to provide the acceptable product nor shall preclude subsequent reject ion during the final inspection at our works/site. It is the responsibility of every vendor to ensure that only the inspected materials confirming to our specifications / drawings / requirements are supplied.

(e) The supplies shall be from the latest batch of production. Batch Number should be indicated on the item/ packet / test certificate and accompanying delivery challan / test certificate.

(f) Test Certif icate/check list should accompany each supply. Consignments without test certif icate, if asked for, are liable for rejection. Rejected material should be collected immediately (within 30 days) after our intimat ion by giving two days prior not ice for completing the necessary excise formalities. You should make arrangements to collect the material either personally OR through your authorised representat ives. ITI does not take any responsibility to send the material back to you. After 90 days from the date of rejection int imation to you the material will be scrapped at your r isk if not collected.

9. SAMPLES:

Those tenderers, who have not supplied the material against any of earlier orders, should submit FREE SAMPLES clearly indicating enquiry reference. Free samples along with your offer is preferable. In case of a Purchase Order on you, bulk supply should commence only after approval of samples and other approval formalities including infrastructure clearance.

10. WARRANTY:

ITI Ltd., is an ISO accredited company. All our equipment systems have a warranty of 24 months from the date of despatch to our customer. Hence, the warranty of your products should be for a minimum period of 24 months from the date of supply if not specified explicitly. Within this warranty period, if any of your components/subsystem is found defective during ou r manufacturing process/system testing/ installation & commissioning/operation of our equipment in the field, the same is to be replaced free of cost immediately by you. W arranty specified in the P.O. to be reckoned as final.

11. GENERAL:

(a) We reserve the right to accept or reject any or all offers and to order full or part quant ities or cancellation thereof without assigning any reason whatsoever.

(b) Successful tenderer only will be intimated by post through letter of intent / firm orders. (c) Canvassing by tenderers in any form including un-solicited letters against tenders submitted or post -tender corrections

shall render their tenders liable for summary reject ion. (d) Any Plant /division of ITI reserves the right for placement of Repeat Order if required within one year of original date.

12. DELIVERY SCHEDULE:

(a) Please indicate minimum lead-time required, manufacturing capacity and the quantity that can be reserved for us. (b) Liquidated Damages Clause : Time is the essence of contract and the materials, against an order arising out of this

enquiry must be delivered by the supplier according to the delivery schedule indicated in the P.O. In case of any change, the supplier should inform us in advance and obtain our approval to the revised delivery schedul e. Should the supplier fail to deliver the material or part thereof as per the delivery schedule, or any extension thereof, we shall be entitled at our option either to recover from the supplier, as penalty, a sum equivalent to ½% (half percent) per week for first four weeks and 0.7% per week (fract ions of a week will be considered as one week) thereaft er for such delay or part thereof of the item delayed or terminate the contract in respect of the balance supply so delayed and purchase materials elsewhere at the risk and cost of the defaulted supplier . Delivery schedule specified in the P.O. will be final.

13. SECURITY DEPOSIT:

In case of an order / LOI on you, you will have to deposit an interest free security deposit of 5% of the Order value along with the order / LOI acceptance by Bank Guarantee which will be forfeited in case you fail to execut e the order to our sat isfaction in all respects. The security deposit / BG will be refunded / returned after expiry of warranty period.

14. LOCAL REPRESENTATION:

Please indicate your local representat ive’s address, telephone, Fax No. , of the person to be contacted, in the offer.

15. TECHNICAL CATALOGUE:

The Technical Catalogue in English should be submitted. In the event of any change in the technical catalogue, updated version may be sent to us immediately. It is essent ial that you simultaneously take up the same with approval authority and their approval copy sent to us.

16. FORM C:

Form C will be issued only after receipt and acceptance of materials if applicable.

17. GOVERNING LAW:

All suits shall be instituted in a court of competent jurisdiction at Bangalore and in case of arbit ration, the Indian Arbit rat ion Conciliation Act, 1996 is applicable.

Chief Manager (Materials)

Page 123: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications:
Page 124: Enquiry No:C027B001 - ITI Limitedintra.itiltd-india.com/bgp/tenders/ITI Tenders - C027B001.pdf · Enquiry No:C027B001 dated 04-02-17 Annexure 1 1/1 I. DOT /TEC / BSNL / BBNL specifications: