general (commercial) conditions of the

101

Upload: others

Post on 24-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GENERAL (COMMERCIAL) CONDITIONS OF THE
Page 2: GENERAL (COMMERCIAL) CONDITIONS OF THE

1

ITI Limited

Network System Unit

Dooravani Nagar

BANGALORE-560016

Ref No: NSU/Projects/Airtel-NLD OR/PIA/01 Date: 06.09.2021

TENDER FOR

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

FIBRE ROLLOUT IN ODISHA

Last Date and Time for submission: 2 1 .09.2021, 12.15 Hrs.

ITI Limited

Network System Unit

Dooravani Nagar

BANGALORE-560016

Ph:080-25662284,25650054

Page 3: GENERAL (COMMERCIAL) CONDITIONS OF THE

2

TABLE OF CONTENT

SECTION NO. ITEM PAGE NO.

I INTRODUCTION TO THE PROPOSAL 3

II SCOPE OF WORK(General) 4-5

III MINIMUM ELIGIBILITY CRITERIA 6-7

IV INSTRUCTIONS TO BIDDERS 8-13

V FINANCIAL BID 14

VI GENERAL (COMMERCIAL) CONDITIONS OF THE

CONTRACT 15-31

VII SPECIAL TECHNICAL CONDITION 32-33

VIII SPECIAL CONDITIONS OF CONTRACT 34-36

IX DETAILED SCOPE OF WORK 37-40

X LIST OF DOCUMENTS TO BE SUBMITTED AS A

PART OF THE BID 41-42

ANNEXURE-I TECHNICAL SPECIFICATIONS 43-81

ANNEXURE-II FORMAT FOR PERFORMANCE BANK GUARANTEE 82-83

ANNEXURE-III PRE-CONTRACT INTEGRITY PACT 84-87

ANNEXURE-IV PROFORMA OF CONTRACT AGREEMENT 88-90

ANNEXURE-V DECLARATION OF TENDERS 91-92

ANNEXURE-VI NON-DISCLOSURE AGREEMENT 93-96

ANNEXURE-VII BID DECLARTION PROFORMA 97

ANNEXURE-VIII NON-BLACKLISTED/DEBARRED

DECLARATION-PROFORMA 98

ANNEXURE-IX PRICE BID FORMAT 99

Page 4: GENERAL (COMMERCIAL) CONDITIONS OF THE

3

SECTION I: INTRODUCTION TO THE PROPOSAL

1.1.Brief about Intender and Tender Intent

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

providing various Telecom and IT goods and services to its customers. ITI has diversified into new areas of

providing end to end, infra services and turn key solutions in the domain of IT, Telecom, IoT and Smart city for

various Government / Private customers. There are many ongoing OFC infra projects, Inter City /Intra City at hand

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

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

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

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

Intercity / Intra city expansion of Telecom & IT Network by way of expanding and roll out of their Optical Fibre

and FTTH network. Accordingly, ITI is seeking area-wise experienced, efficient and capable project

implementation partners to deliver such projects in strict time lines with highest degree of quality and efficiency in

given areas of Cities and States.

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

IMPLEMENTATION AGENCIES [PIAs]"FOR INTERCITY TRANSPORT FIBRE ROLLOUT IN

ODISHA, involving underground and excavations in various cities/inter cities as indicated in route details in

Clause No: 9.2.

1.2 Purpose of Tender:

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

Experienced work force and domain knowledge expertise to Manage such projects in respected areas of their

interest, matching with their experience in most professional and efficient manner to meet the aspirations of ITI and

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

1.3 Scope of work:

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

Distribution Fiber network as per the specifications, along with coordinating to obtain (Right of Way) RoW

permissions from respective agencies. The detailed and specific Schedule of Work is also provided in the detailed

Tender Document.

Page 5: GENERAL (COMMERCIAL) CONDITIONS OF THE

4

SECTION I I : SCOPE OF WORK (General)

2.1 Overall scope of work is construction of Optical Fiber Network for Intercity Fibre Transport Rollout in

awarded Routes in state of Orrissa as:

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

Intercity fiber route will be constructed for backbone transport layer fiber connectivity between two

locations / Sites. OFC network construction will be underground fiber.

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

(OFC) network for Intercity area for connecting given locations and routes. Implementation of Optical fiber

cable network with HDD method or Open trench method will be decided by the Customer as per

requirement.

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

locations /Sites and will be more than 5 Kms. Long fiber route could be in city or outside city. Activities

will include but not limited to survey of routes, deployment of HDD machine, open trenching,

Manhole/Chamber fixing, coupler fixing, Route marker installation, OFC pulling in duct and accessories as

per RFP guidelines.

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

condition with detail plan to submit tender authority for approval. Survey plan should have detail drawings,

GIS information-based route map in KMZ/KML and in given report formats shared by Customer. Once

1 Intercity Transport Fiber Rollout

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

of detailed survey reports for approval in triplicate, liaisoning and obtaining RoW

permission, trenching / HDD with 4 Ducts in all types of soil/rock, HDPE duct laying,

providing mechanical protection for low depth & road / rail /river/bridge crossings with GI

pipe /concrete/RCC pipe / DWC pipe as the case may be, Optical Fiber Cable blowing,

splicing of joints, supplying and placing of RCC splicing chamber / manholes as per

requirement, installation of FDMS in PoP/Nodes, supplying and fixing RCC route

indicators, fixing electronic route markers, earthing pit, pulling nylon rope etc. as per

technical and laying specification, restoration PCC 1:2:4, removal/supply & fixing of

Interlocking Tiles , Duct Integration Test, end termination, acceptance testing, As built

drawings etc. complete end to end in all respects

All the material to be installed shall be supplied by customer except the raw material to be used in

fixing & Installations at site (like all masonry works) or as specifically mentioned in the item to be

executed.

Average Quantities used per KM of variable elements above, given in the “Annexure-I Technical

Specifications - Selection of “Project Implementation Agencies [PIA’s] for Intercity Transport

Fibre Rollout of Optical Fibre Network in Orrissa” BoQ”

Page 6: GENERAL (COMMERCIAL) CONDITIONS OF THE

5

route plan is verified and approved, PIA has to coordinate with relevant departments of government or

concerned authority or local authority for ROW / Pole permission for creation of fiber network. PIA needs to

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

in time to match delivery timelines.

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

be done through the mobile application which shall be loaded to the mobile hand-sets of the selected bidders

inspection personnel. Mobile handsets (android or iOS powered and related GIS platform shall be arranged

by the bidder).

--- END OF SECTION II ---

Page 7: GENERAL (COMMERCIAL) CONDITIONS OF THE

6

SECTION III: MINIMUM ELIGIBILITY CRITERIA

Sl. No.

Criteria Documentary Proof to be Submitted

1

The Bid can be submitted by a Sole Bidder. The Bidder must be an Indian registered company and GST registered and should have at least 3 years of operations in India as on bid submission date.

Copies of the Certificate(s) of Incorporation.

2

The bidder’s Average Annual Financial Turnover during the last 3 years, ending 31st March-2021 must be as per Table (I) appended below as per Intercity Routes bid for.

Audited financial statements for the last 3 years (2018-19, 2019-20 and 2020-21) to be enclosed. In case, 2020-21 Balance Sheet is not audited till bid submission, CA Certified report shall be accepted to be supplanted by audited report as soon as, it is available.

3

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

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

4

The Bidder must have successfully executed OFC laying of Intercity Transport Fibre Rollout projects (Under Ground) during the last five years (till 31st March’2021). The essential minimum eligibility experience sought in this regard is given in Table-(I) below as per the Intercity Routes intended to be Bid for.

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

5

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

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

6 The Bidder should not be blacklisted by any Govt. Department or any PSU in India as on the date of publication of this Tender.

Self-declaration by the bidder duly signed by the authorized signatory as per the Annexure VI

Page 8: GENERAL (COMMERCIAL) CONDITIONS OF THE

7

TABLE-(I):

Intercity Routes ODISHA

Turn-Over (Rs. Cr.) 3.5 Crs

Solvency (Rs.Cr.) 1 Cr

Experience (KM) UG NLD Routes in

Eastern part of India 200 KMs

Co-ordinated and obtained ROW permissions from

local authorities

200 KMs

EMD Bid security declaration to be submitted as

per Annexure III

--- END OF SECTION III ---

Page 9: GENERAL (COMMERCIAL) CONDITIONS OF THE

8

SECTION IV: INSTRUCTIONS TO BIDDERS

4.0 Invitation to Bid:

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

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

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

Network in Odisha” in particular, who meet the minimum eligibility criteria as specified in this

Tender.

4.1 Bid Preparation Costs

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

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

informative and other diligence activities, participation in

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

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

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

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

or outcome of the bidding process.

4.2 Authentication of Bid

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

the bidder.

4.3 Bid Submission

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

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

available for sale by ITI.

4.3.2 Tender document fee of Rs. 10,000 (Rupees Ten Thousand Only) plus GST @18%

(Total Rs. 11,800) shall be payable with the bid. This shall be submitted as a Demand

Draft or through NEFT or bank transfer or Pay Order drawn at a Scheduled Bank/Post

Office in favor of ITI Limited (N S UNIT), Dooravani Nagar, Bangalore - 560016,

along with the bid document. The MSME bidders shall be exempted from the bid

document fee. The Bank details for crediting/Transferring money to ITIL is as below.

State Bank of India,

Account No: 10637729843

IFSC CODE: SBIN0009077

Branch: IFB Bangalore

4.3.3 The Tender document fee is non-refundable.

Page 10: GENERAL (COMMERCIAL) CONDITIONS OF THE

9

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

4.3.5 EMD is not required for this tender as per the Government of India Ministry of finance

procurement policy division office memorandum dated 12 Nov 2020. However, bidder must

submit duly signed bid security declaration as per the Annexure XVII. The MSMEs shall be

exempted from EMD on submission of relevant document to claim such relaxation.

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

Scheduled Bank to ITI for an amount equal to 3% of the work awarded valid for two

years. The PBG should be submitted latest within 21 days from the date of ITI’s

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

of original delivery time lines of the project.

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

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

the top of envelope and submitted to the;

The

DGM (MM & Projects),

ITI Limited,

Materials Management Dept.

Network Systems Unit

F-100, West Wing,

Dooravaninagar, Bangalore-560016

Ph: 080-25650054, 080-25662284, 080-2566 0502 / 08

E-mail: [email protected]

4.3.8 The Bid submitted shall consist of two covers as below

4.4 Envelop-I [Technical Bid]

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

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

following:

4.4.1Cover notes by the Bidder indicating name of the Company, address, communication

details (like, mobile numbers, land line numbers, fax numbers, e-mail ids for

correspondence), name and designation of the Bid submission authority etc.)

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

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

understood the Tender.

Page 11: GENERAL (COMMERCIAL) CONDITIONS OF THE

10

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

4.4.4Bid document fee of Rs. 11,800/- (Rs Eleven Thousand Eight Hundred Only)

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

4.4.5GST Registration document

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

requisites for each bid separately.

4.4.7Bid security declaration form as per Annexure III

4.5 Envelop 2 [Financial BID]

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

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

bid format and separate bid for each Intercity Routes.

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

4.5.3 Incomplete bids are liable for rejection.

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

for rejection.

4.6 Important Information:

Sl. No. Information Details

1 Tender Number Ref No: NSU/Projects/Airtel-NLD

OR/PIA/01 Date: 06.09.2021

2 Tender Name Tender for the Selection of “Project Implementation

Agencies [PIA’s] for Intercity Transport Fiber Rollout

of Optical Fiber Network in Odisha”

3 Work description/Nature of the

work

Intercity Transport Fiber Rollout of Optical Fiber

Network in Orisha” for the Telecom Service

Provider (End Customer)

4 Date of Issue/Publishing of the

Tender 06.09.2021

5 Last Date for Queries received

on Tender 14.09.2021

6 Last Date and Time for

Submission of Bids 21.09.2021, 12:15 Hrs.

7 Date and Time of Opening of

Technical Bids 21.09.2021, 14:30 Hrs.

Page 12: GENERAL (COMMERCIAL) CONDITIONS OF THE

11

8

Date and Time of Opening of

Financial/Commercial Bids of

Technical suitable bidders

23.09.2021 at 14:30 Hrs. If any change in the

date and time, the same will be informed

accordingly.

9 Tender Fee Rs. 11,800/- (Rupees Eleven Thousand

Eight Hundred only)

10 EMD Not required. Bid security declaration to

be submitted as per Annexure III

11 Solvency Certificate As per TABLE-(I)

12 Bid Validity 90 Days

13 Validity of the contract One Year (extendable)

14 Attachments/Annexures Formats and Specifications

15 Tender issuing Authority

The General Manager – Projects (NSU),

NS Unit, ITI Limited, Dooravaninagar, Bangalore

– 560016

16 E-Tender Process

The bidder must follow e-tender process for

submission of bids. For submission of online bids

and procedure to be followed. Visit

https://www.tenderwizard.com/ITILIMITED.All

the vendors must register in website and pay the

registration fee if required.

17 Performance Bank

Guarantee

Successful bidder should submit PBG for 3% of

order value valid for 16 months covering project

implementation period and One year warranty

period after AT should be submitted within 21

working days from the date of Letter of Intent

from ITI in the enclosed format.

4.7 CLARIFICATIONS:

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

to: [email protected]

The last date for sending queries is 14-09-2021

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

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

required and prescribed in this Tender, will be rejected.

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

Page 13: GENERAL (COMMERCIAL) CONDITIONS OF THE

12

The

DGM (MM & Projects),

ITI Limited,

Materials Management Dept.

Network Systems Unit

F-100, West Wing,

Dooravaninagar, Bangalore-560016

Ph: 080-25650054, 080-25662284, 080-2566 0502 / 08

E-mail: [email protected]

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

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

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

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

any time without assigning any reason, without any obligation or liability whatsoever and the

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

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

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

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

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

the Tender document.

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

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

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

their offers,

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

time on the next working day.

4.17 Tender will be received/submission up to 12:15 Hrs. on 21/09/2021 and technical bid will be

opened on same day i.e. 21/09/2021 at 14:30 Hrs.

4.18 Commercial bids of technical suitable bidders will be opened on 23/09/2021 at 14:30 Hrs. If any

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

4.19 BID PRICES:

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

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

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

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

Page 14: GENERAL (COMMERCIAL) CONDITIONS OF THE

13

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

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

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

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

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

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

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

4.20 PERIOD OF VALIDITY OF BIDS:

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

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

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

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

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

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

A bidder accepting the request and granting extension will not be permitted to modify

its bid.

4.21 SIGNING OF BID:

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

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

to be executed by the bidder under the contract.

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

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

dated by the person or persons signing the bid.

4.22 Disclaimer:

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

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

any information including statements, information, forecasts, estimates or projections

contained in this document or conduct ancillary to it whether or not the loss or damage

arises in connection with any omission, negligence, default, lack of care or

misrepresentation on the part of ITI and/or any of its officers, employees.

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

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

agreement of any kind with any party.

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

interested bidders shall satisfy themselves that the information contained in the

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

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

wherever required.

Page 15: GENERAL (COMMERCIAL) CONDITIONS OF THE

14

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

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

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

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

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

Page 16: GENERAL (COMMERCIAL) CONDITIONS OF THE

15

SECTION V: FINANCIAL BID

5.1 The bidders are to quote the price against the Service Items for the Intercity Routes.

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

(I). GENERAL SERVICE ITEMS:

Note: ALLIED SERVICE ITEMS (on need basis): Additional Services, if any, are apart from the services /

items and quantity mentioned in the Scope of work in this NIT. If any requirement raises in due course of work

due to field condition / customer requirement, prior permission / clearance to be taken and service charges will be

discussed and agreed for execution.

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

Name of Area Bid For: Intercity

Routes/State

Orrissa

I.

Service Items for

Execution (Complete

Work as per SoW &

Specs)

Qty

(KMs)

Quoted Rates Per KM (Rs) Itemized Bid Value

(Qty x Rates) In Figures in Words

A B B AxB

(i) Intercity Transport

Underground NLD/BB

OFC Laying

343

TOTAL

Page 17: GENERAL (COMMERCIAL) CONDITIONS OF THE

16

SECTION VI: GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

6.1 APPLICATION:

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

pipes allied and Associated works by Open Trench Method/Trenchless Technology, Optical Fiber

Cable Pulling/Blowing and splicing works.

6.2 STANDARDS:

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

construction practices using open trenching, trenchless technology methods.

6.3 PRICES:

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

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

Increase and decrease of taxes/duties will not affect the price except Goods and Service tax (GST)

which will be paid at prevailing rate, during this period.

6.4 SUBCONTRACTS:

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

contract, under any circumstances without written approval of ITIL in advance.

6.5 LIABILITY:

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

way sustain/suffer due to non-issue of work order/delay in making store available or delay in receipt

of permission from road authorities/local bodies/forest department.

6.6 PERFORMANCE SECURITY:

6.6.1 The successful bidder including MSME shall submit an amount equivalent to 3% of the value of work

awarded at the Tender approved price as security deposit by way of Performance Bank Guarantee

(PBG) within 21 days from the date of issue of LOI, in favour of ITI Limited, (NS Unit), payable at

Bangalore from any scheduled bank in India, and valid for 16 months from the date of issue of LOI.

6.6.2 A separate Security in the form of Bank Guarantee may also be taken for the Material issued during

the execution of project if the progress of work is not in pace of issue of material.

6.6.3 The proceeds of the performance security shall be payable to the ITIL as compensation for any loss

resulting from the PIA’s failure to perform the obligations under the contract and warranty

obligations including the cost of material of ITIL or any other liability incurred.

6.6.4 The performance security deposit shall be refunded after expiry of warranty period of last work

executed provided there are no recoveries to be made arising out of poor quality of work, incomplete

work and/or violation of any terms and conditions of the contract as stipulated in the bid document.

6.6.5 If there are recoveries to be made, PIA shall deposit the money before the release of PBG for getting

the PBG released and in failure to do so, PBG will be forfeited and recovery to be affected from the

Page 18: GENERAL (COMMERCIAL) CONDITIONS OF THE

17

realized PBG amount and the balance amount, if any, after adjustment of recoveries, will be refunded

to the bidder.

6.6.6 It is the responsibility of the PIA to submit the proof that he has deposited the Goods & service tax in

time. Otherwise ITIL will recover from subsequent bills or PBG as the case may be.

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

6.7 ISSUE OF WORK ORDERS AND DELIVERY SCHEDULE:

6.7.1 Work will be executed by way of issuing work orders. Work orders may be issued in parts for a period

as specified in the work order. The work order shall be for a part of work which will have to be

completed in time as specified in work order.

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

intercity Transport Fibre Rollout works after Pro-forma work order approval from ITIL. The

Designated Officer in charge of work shall issue the work order after examining the technical and

planning details of the works to be executed.

6.7.3 The ITIL reserves the right to cancel or modify the scope of work stipulated to be carried out against

the work order in the event of change of plan necessitated on account of technical reasons or in the

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

required pace.

6.7.4 The work orders shall be issued as per the work execution plans of the customer and not as per the

convenience of the PIA.

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

in-charge and PIA would have no claim what so ever to demand for a particular route or section for

execution first.

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

amongst awarded PIAs, but the preference of geographical area and claim on quantum would not lie

with any of the PIAs.

6.7.7 PIA will start the work execution only after obtaining all required ROW for the full section of work.

6.8 EXTENSION OF THE DELIVERY SCHEDULE:

6.8.1 General:

6.8.1.1 In each work order, the work order issuing authority shall specify the time allowed for completion of

work consistent with the magnitude and urgency of work. The time allowed for carrying out the work

is to be strictly observed by the PIA and shall be reckoned from the day of issue of work order.

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

of contract, the work is to be proceeded with all due diligence on the part of the PIA.

6.9 APPLICATION FOR EXTENSION OF TIME AND SANCTION OF EXTENSION OF TIME(EOT)

6.9.1 There may be some hindrances, other than covered under force majeure, while execution of work and

in such cases the PIA shall apply in writing to the Designated Officer-in-charge for extension of time

(EOT), on account of which, he desires such extension, on the same day of occurrence of hindrance.

The Designated Officer-in-charge shall forward the request to the competent authority with his

detailed report, who shall may or may not grant extension of time for completion of work or may allow

so with certain conditions.

Page 19: GENERAL (COMMERCIAL) CONDITIONS OF THE

18

6.9.2 The application must contain the ground(s), which hindered the PIA in execution of work.

6.9.3 The Designated Officer-in-charge is of the opinion that the grounds shown for extension of time are

reasonable.

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

shall grant extension of time, if in his opinion, there are reasonable and sufficient grounds for granting

such extension and the reasons for delay are not ascribable to the PIA.

6.9.5 The competent authority may also grant extension of time for completion of work in cases where

reasons for delay are ascribable to the PIA, but such extension of time shall be with LD charges as per

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

6.9.6 The competent authority shall grant EOT with time period for completion of work clearly mentioned.

If the competent authority is of the opinion that the grounds shown by the PIAs are not reasonable

and sufficient and declines to grant the extension of time, the PIA cannot challenge the soundness of

the opinion by reference to arbitration. The decision of the competent authority on period of

extension of time or refusal for extension of time shall be final and binding on the PIA.

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

THE NEED AND EXEGENCIES OF THE CUSTOMER SHALL PREVAIL UPON ALL THE

COVENENTS AND ALL DECSIONS SHALL BE TAKEN WITH COGNIGENCE OF SUCH

CUSTOMER.

6.10 BID OPENING AND EVALUATION:

6.11 OPENING OF BIDDS BY THE ITIL:

Tender will be received/submission up to 12:15 Hrs. on 21/09/2021 and technical bid will be

opened on same day i.e 21/09/2021 at 14:30 Hrs.

6.12 CLARIFICATION OF BIDS BY THE ITIL:

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

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

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

6.13 VERIFICATION OF BIDS BY THE ITIL

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

is liable to be rejected at that stage. However, the ITIL at its discretion may call for any clarification

regarding the document within a stipulated time period. In case of non-compliance to such queries, the bid

will be outrightly rejected without entertaining further correspondence in this regard.

6.14 PRELIMINARY EVALUATION:

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

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

properly signed and whether the bids are generally in order.

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

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

terms and conditions of the bid documents without deviations.

Page 20: GENERAL (COMMERCIAL) CONDITIONS OF THE

19

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

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

the bidder.

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

opening.

6.15 CONTACTING THE ITIL:

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

till the time the contract is awarded.

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

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

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

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

at any time prior to award of contract without assigning any reason whatsoever and without thereby

incurring any liability to the affected bidder or bidders on the grounds for the ITIL’s action.

6.17 ISSUE OF LETTER OF INTENT:

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

bidder. Letter of intent will be issued as offer to the successful bidder(s).

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

security.

6.18 SIGNING OF AGREEMENT:

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

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

along with the tender shall be refunded to the bidder after signing of the agreement.

6.18.2 An agreement shall be signed after submission of PBG.

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

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

Supplies made to the PIA. However, this action shall be exceptional and to be invoked based on real

perception of risk.

6.19 MEASUREMENT, INSPECTION AND ACCEPTANCE TESTING:

6.19.1 Open Trenching:

6.19.2 Measurement:

Page 21: GENERAL (COMMERCIAL) CONDITIONS OF THE

20

The measurement books are to be maintained by the Designated Officer-in-charge of the work or his

immediate engineering subordinate not below the rank of Manager. The entry shall be made in ink. No

entry shall be erased. If a mistake is made, it should be corrected by crossing out the incorrect words or

figures and inserting the corrections, the corrections thus made shall be initialed & dated by the officer

concerned.

6.19.3 Responsibility of taking and recording measurements:

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

book issued with each work order. The measurement shall be taken and recorded by an

officer not below the rank of Manager, supervising the work.

6.19.4 Method of recording of nomenclature of items: Complete nomenclature of items, as given

in the agreement need not be reproduced in the measurement book for recording the

measurements but corresponding Item Code as provided, shall be used.

6.19.5 Method of measurements: The measurements of the work shall be done activity

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

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

scheduled specifications.

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

type of soil encountered while digging. The type of protection provided in a segment

shall be recorded in the measurement book in the sheet provided for this purpose.

Measurement of length of cable: The length of cables laid in trenches, through pipes and

through ducts shall be measured by use of RODO Meter/Measuring Tape. The length

should be cross verified with the marking of lengths on the cables. The lengths shall be

recorded in sheet provided in the measurement book.

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

recorded in the sheets provided for respective items viz.

Digging of joint pit and preparation of joint chamber along with its type i.e. Brick

chamber or Pre Cast RCC type.

Termination of Cable in Building Premises/Equipment Room/Shelter/BTS and

number of joints.

Numbering of Poles/Pillars/Cabinets/Boxes.

Numbering of Components such as FDMS and Splitters etc.

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

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

6.19.7 The PIA shall sign all the measurement recorded in the measurement book. This will be

considered as an acceptance by the PIA, of measurements recorded in the MB. In case PIA

fails to attend at the measurements or fails to countersign or to record the difference within

a week, then in any such events the measurements taken by Designated Officer-in-charge

or by the subordinate as the case may be shall be final and binding on the PIA and the PIA

shall have no right to dispute the same.

6.19.8 The Designated Officer or the Customer’s representative before accepting the invoice for

sections covered by each set of measurement may carry out test check by re-opening trench

at as many locations as necessary and bills will be processed only when he is personally

satisfied of the correctness of entries in the “measurement Book” and also when he is

Page 22: GENERAL (COMMERCIAL) CONDITIONS OF THE

21

satisfied of other aspects of the work as per the terms of the contract. The PIA shall provide

the necessary assistance of labour for re-opening of trench for test check by the Designated

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

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

6.19.9 Measurement of the work of cable pulling through pipe/duct will be taken equal to the length

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

cable pulled through pipe/duct.

6.19.10 In case of HDD, depth of the pipes and depth AT shall be done during the drilling from

Entry pit towards Exit pit only. Hence the Depth AT for the HDD work shall be done in real

time along with supporting documents.

6.19.11 The physical OFC network should be ready including the node/PoP connectivity and

the details as per customer requirement to be updated on online portal for AT along

all relevant documents like ROW clearance, OTDR report, SLD/GIS report for

entire route offered for Acceptance Testing (AT) to customer.

6.19.12 Penalty imposed by customer after AT or during the work due to poor workmanship

or non-adhering to laid down process or failure to take applicable deviation approval

for any activity related to OFC laying will be passed on to PIA and deducted from

the applicable payouts to PIA.

6.20 INSPECTION AND QUALITY CONTROL:

6.20.1 The Quality of Works: The importance of quality of Optical Fibre Cable Construction works

especially laying of multiple PLB pipes/coils using open trenching and trenchless technology

method cannot be over-emphasized. The quality and availability of connectivity and success

of overlay access network depends upon quality of laying of Optical Fibre Cable. Further, the

OF cables are vulnerable to damages due to work of other agencies.

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

especially laying multiple pipes by trenchless technology using HDD machine and shall

be fully equipped to carry out the work in accordance with the specifications.

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

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

ensure that works are carried out as per specifications and with due diligence and in a

professional manner. The PIAs shall satisfy himself/themselves that the work conforms to the

quality specifications before offering the same for Acceptance and Testing by the Customer.

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

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

6.20.4 In addition to Acceptance Testing being carried out and supervision by Constructions

Officers, all works at all times shall be open to inspection by any representative of ITIL or the

end customer. The PIAs shall be bound, if called upon to do so, to offer the works for

inspection without any extra payment.

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

Site In charge supervising the work during the course of execution of works. The noting made

by officers as well as PIAs, will form as basis for operation of many contractual clauses. The

Page 23: GENERAL (COMMERCIAL) CONDITIONS OF THE

22

PIA shall remove all the defects pointed out by the officers in the Site order book. The PIA or

their authorized representatives shall also be at liberty to note their difficulties etc. in these

books. The site order books may also be consulted at the time of making final payments to

the PIA.

6.21 TESTING AND ACCEPTANCE TESTING: 6.21.1 The work shall be deemed to have been completed only after the same has been accepted by

the Acceptance Testing Team of the Customer. The PIA shall make test pits at the locations

desired by A.T. Officers for conducting test checks without any extra payment. The PIA

shall restore the pits after test measurements to its original shape. The PIA shall be

responsible to provide test/measurement tools and testers for conducting various acceptance

tests.

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

integrity of measurement and quality of work done. The A.T. Officer shall not be responsible

for recording of measurements for the purpose of billing and contractual obligations.

However, if the measurements taken by AT officer are found to be lesser than the

measurements recorded by the officer responsible for recording the measurements, the

measurement taken by AT officer shall prevail without prejudice to any punitive action

against the PIA as per provisions of the contract and the officer recording the measurements.

The PIA shall be obligated to remove defects/deficiencies pointed out by the AT officer

without any additional cost to ITIL or to the customer.

6.21.3 Offering the work for acceptance and testing: The PIA representative responsible for

construction, after having satisfied himself of completion of work ready for AT for

completed section shall offer the work to AT Officer of the customer for conducting

Acceptance and Testing. The work shall be offered for AT as soon as part of work is

complete in all respects. The work against any work order can be offered for AT in a number

of stages.

6.21.4 IT SHALL BE THE SOLE RESPONSIBILITY OF THE PIA TO GET THE WORK DONE,

TESTED AND ACCEPTED BY THE CUSTOMER.

6.22 WARRANTY:

6.22.1 The PIA shall warrant that the material supplied for the work for which it was responsible,

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

and shall be of the highest grade and consistent with the established and generally accepted

standards for materials of the type ordered and shall perform in full conformity with the

specifications and drawings. The PIA shall be responsible for any defects that may develop

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

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

materials, deficiencies in the construction practices etc. and shall remedy such defects at his

own cost when called upon to do so by the ITIL who shall state in writing in what respect the

supplies or the services are faulty. This warranty shall survive inspection or payment for, and

acceptance of goods, but shall expire except in respect of complaints notified prior to such

date, twelve months after the acceptance testing.

6.22.2 If it becomes necessary for the PIA to replace or renew any defective portion/portions of the

works and material under this clause, the provisions of the clause shall apply to the portion /

portions of works and or material so replaced or renewed or until the end of the above-

mentioned period of twelve months, whichever may be later. If any defect is not remedied

within a reasonable time, as prescribed by the ITIL, the ITIL may proceed to do the work at

the PIA’s risk and costs, but without prejudice to any other rights which the ITIL may have

against the PIA in respect of such defects.

Page 24: GENERAL (COMMERCIAL) CONDITIONS OF THE

23

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

joint. In case of failure of the joint due to poor workmanship i.e. failure of joint without

external damage, with in the stipulated period of guarantee the PIA shall repair the joint(s) at

his own cost within 24 hours of informing him, failing which the ITIL may carry out the

repairs and compensation equivalent to five times of the approved/assessed rate of the

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

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

and conditions of the tender. The cost of joining kit, supplied by the ITIL, so used to revive the

joint shall be deducted from the final bill of the PIA pending for payment or from security if

all bills have been settled.

6.22.4 Replacement under warranty clause shall be made by the PIA free of all charges at site

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

6.23 AUDIT AND TECHNICAL EXAMINATION:

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

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

bill and if as a result of such audit and technical examination any sum is found to have been overpaid

in respect of any work done by the PIA under the contract or any work claimed by him to have been

done by him under the contract and found not to have been executed, the PIA shall be liable to refund

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

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

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

6.23.2 Any sum of money due and payable to the PIA (including security deposit returnable to him)

under this contract may be appropriated by the ITIL for the payment of a sum of money arising out or

under any other contract made by the PIA with the ITIL

6.24 PAYMENT TERMS:

6.24.1 Procedure for Preparation and settlement of bills: 6.24.2 All items of work involved in the work order shall be completed in all respects before

preparing the bills for the work against the work order. The procedure for payment of

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

payments from the end customer.

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

within 45 days or payment received from end customer.

ii) 10% on reconciliation of material in 45 days or payment received from end customer.

iii) 10 % payment within 45 days or payment received from end customer, on refund of security

deposit/release of Bank Guarantee from RoW authorities.

iv) 10% retention for one year from the date of final AT towards no defect liability.

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

acceptance and testing and submit the same to project in-charge of work. The final bill shall be

prepared for all the measurements of all items involved in execution of complete work order. The

PIA shall prepare the final bill containing the following details:

Page 25: GENERAL (COMMERCIAL) CONDITIONS OF THE

24

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

b) Adjustment of amount received against running bills.

c) Store reconciliation statement furnishing account of stores received against the Work

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

from store in-charge or the officer in-charge of the work.

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

e) Details of recoveries/penalties for delays, damages to various departmental/Third party

properties as per provisions of the contract. In case no recovery is to be made, NIL report

needs to be submitted.

f) Details of empty cable drums.

g) Copy of the Wage Register, Attendance Register, Monthly EPF & ESI Deposit Challan

may also be demanded as an option.

6.25 PROCEDURE FOR PAYMENT FOR SUBSTANDARD WORK:

6.25.1 The PIAs are required to execute all works satisfactorily and in accordance with the

specifications. If certain items of work are executed with unsound, imperfect or unskilled

workmanship or with materials of any inferior description or that any materials or articles

provided by him for execution of work are unsound or of a quality inferior to that contracted for

or otherwise, not in accordance with the contract (referred to as substandard work hereinafter),

the Designated Officer in-charge shall make a demand in writing specifying the work, materials

or articles about which there is a complaint.

6.25.2 Timely action by Site-In-charge/Supervisors of PIA: Timely reporting and action, to a great

extent, can prevent occurrence of substandard work, which will be difficult or impossible to

rectify later on. It is incumbent on the part of PIA’s Site-In-charge, supervising the work, to get

rectified the defects in work in time during progress of the work.

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

rectify/replace/remove the substandard item of work in a defined time period. After expiry of

such time period, if the PIA fails to rectify/replace/remove the defect, the defects shall be got

rectified/replaced/removed through some other agency at the risk and cost of the PIA.

6.25.4 Non-reporting of the substandard work in time by ITIL or the Customer shall not in any way

entitle the PIA to claim that the defects were not pointed out during execution and as such the

PIA cannot be absolved of the responsibility for substandard work and associated liabilities.

6.25.5 Authority and Procedure to accept substandard work and payment thereof: There may be certain

items of work pointed out as substandard which may be difficult to rectify and in the opinion of

ITIL Authority or customer, the items in question will not materially deteriorate the quality of

service provided by the construction. The payment shall be deducted on prorate basis if it has

prior approval of the designated officer I/c. Else, the deduction shall be at double the rate of

prorate that too only if such portion of lesser depth has been secured by way of extra protection.

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

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

work or item in question. The recommendations however must be preapproved by the customer.

Page 26: GENERAL (COMMERCIAL) CONDITIONS OF THE

25

6.25.6 Record of substandard work: The items adjudged as substandard shall be entered into the

measurement book properly underlined and highlighted.

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

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

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

misunderstanding between the parties or in respect of any delay or omission on the part of the

Engineer in charge in making intermediate or final payments or in any other respect whatsoever.

6.27 LIQUIDATED DAMAGES/ COMPENSATION CLAUSE:

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

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

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

be reckoned from the day work order is issued by ITIL. The work shall, throughout the stipulated

period of contract, be proceeded with all due diligence to achieve the desired progress uniformly, and

the PIA shall pay as LD for delay in execution of the work @ 0.5 % for each week of delay or part

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

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

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

Fiber rollout delivery timelines

S.No

Km Scope

Scope

in

Meter

Timelines Penalty Clause In case of delayed on top of Over-all TAT

Orrissa

(In Days)

No

Penalty

6- 30

days

31 to 60

days

> 60

Days

1 <= 5 Km 5000 65 TAT +5

days

5% of total

Route

Value.

7.5% of

total Route

Value.

10% of total

Route

Value. 2 >5-10 Km 10000 70

3 > 10 -60 Km 60000 110

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

(a) Routes having length> 60 km, delivery Timeline will be applicable in multiple of 60 KM sections

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

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

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

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

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

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

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

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

(d) Routes > 1000 Km, max timelines will not exceed more than 200 days for rest of rest of Odisha

irrespective of route KMs.

Page 27: GENERAL (COMMERCIAL) CONDITIONS OF THE

26

6.27.2 The days on which work is not done due to reasons beyond the control of PIA, such as natural

calamities, law & order situation, local Government’s proclamation etc.; as accepted by the end

customer shall not be counted towards penal delay.

6.27.3 LD for delay in completion of the work shall be recoverable from the bills of the PIA and/or by

adjustment from the security deposit (PBG) or from the bills of any other contract. However, adjustment

from security deposit will be made only when the contract has been terminated or at the time of final

settlement of bills on completion of work.

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

authority. PIA would not claim to ask for any section or route to be executed first.

6.27.5 In case of slow progress of the work in a section which has been awarded to a particular PIA, if the

customer interest does not permit extension of time limit for completion of the work, then ITIL will

have the full right to order that the scope of the contract may be restricted to such fraction of the work

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

from the PIA’s pending bills or security deposit.

6.27.6 ITIL reserves the right to cancel the contract and forfeit the security deposit if the PIA fails to

commence the work within 7 days after issue of the work order or as the time permitted by the

competent authority.

6.27.7 The slow pace of work shall be a reason enough to award the work to alternate agency and in such case

the right of higher ratio of work to lower bidding PIA shall not hold good.

6.28 PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:

6.28.1 The PIA is fully responsible for taking all possible safety precautions during preparation for and

actual performance of the works and for keeping the construction site in a reasonable safe

condition. The PIA shall protect all life and property from damage or losses resulting from his

construction operations and shall minimize the disturbance and inconvenience to the public.

6.28.2 If the excavation of trench alters the contours of the ground around road and highway crossing in

such locations become dangerous to traffic, the PIA shall at his own cost, take all necessary

precautions to protect public and shall comply with all the ITIL regulations as to placing of

warning boards (Minimum size 3’ x 2’), traffic signals, barricades, flags etc. at such location. If the

PIA does not put the warning signal as per above directions, then a compensation of Rs. 500/- per

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

precautions to avoid damages to other pipe lines, water, mains, sewers, telephones, telegraphs and

power conduits, laid wires poles and guy wires, railways, highways, bridges or other underground

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

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

immediately on completion of the pipe laying works. If the restoration work is not satisfactory

with reference to the standards prescribed by the Corporation / Highways, the amount equal to the

charges as claimed by the Corporation/Highways will be recovered from the PIA.

6.28.4 Attention of the PIA is drawn to the rules regarding laying of cables at road crossing, along

Railways Bridges, Highway’s safety precautions while working in Public Street. The PIA in

writing shall obtain the detailed engineering instructions from the Designated Officer of the area.

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

5% additional penalty may be levied. The same shall be provided by ITIL and 1.5 times of the

cost of the items shall be recovered from the PIA.

6.28.5 The PIA shall be solely responsible for location through approved non-destructive means and

ensuring the safety of all existing underground pipeline, electrical cables, and or other structures.

6.28.6 The PIA shall be solely liable for all expense for and in respect of repairs and / or damage occasioned by

injury of or damage to such underground and above structures or other properties and undertake to

indemnify the ITIL from and against all actions, cause of actions, damages, claims and demands what-

Page 28: GENERAL (COMMERCIAL) CONDITIONS OF THE

27

so-ever, either in law or in equity and all losses and damages and costs (inclusive between attorney and

client), charges and expenses in connection therewith and / or incidental thereto. The PIA shall take all

responsibilities and risks in crossing other pipelines and cables and shall be responsible for protecting all

such existing pipelines, poles, electric lines, sewers, cables or other facilities from damage by the PIA’s

operation in connection with the work. The PIA without cost of the ITIL shall promptly repair any

damage incurred.

6.28.7 The current market value of any commodities lost as a result of any damage to the aforesaid existing

facilities shall be paid by the PIA together with such additional sums necessary to absolve the personal

of property damages, resulting there from.

6.28.8 PIA Shall restore the cut / damage portion carried for HDD/execution work of BT/concrete road to their

original condition on completion work at their own cost.

6.29 PENALTY / COMPENSATION

Compensation/Penalty for causing inconvenience to the Public:

6.29.1 To ensure progress during the execution of work and to cause minimum inconvenience to the public,

PIA shall cause to lay cable and close such trenches expeditiously. The PIA shall not leave the trenches

open for more than 24 hours at a stretch in a route at a time and should take due precautions to avoid any

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

imposed on this account by any statutory authority shall be paid by the PIA. In case of failure to pay the

same by the PIA it shall be recovered from his pending payment/security deposit.

6.29.2 The PIA shall not be allowed to dump the empty cable drums/waste materials in Govt./public place,

which may cause inconvenience to Govt./Public. If the PIA does not dispose off the empty cable

drums/waste materials within 3 days of becoming empty, the ITIL is at liberty to dispose off the drum in

any manner deemed fit along with the costs incurred by the ITIL in disposing off such materials. The

ITIL may also levy a compensation up to Rupees ten thousand for each such default/incident.

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

Compensation for cutting/damaging the old cables:

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

cables/Pipes/lines/properties are not damaged or cut. In-case any damage/cut is done to the existing

cables, a compensation as per the schedule and procedure of the agency put to loss and inconvenience

caused has to be compensated/settled by the PIA. Besides the above penalty/compensation, the PIA shall

carry out such repairs for restoration of the damaged cables/Pipes/properties free of charge and to the

satisfaction of the person or agency concerned. In case of damage to the cables of the customer, apart

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

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

shall be recovered from the PIA.

6.29.4 Penalty to damage stores/materials supplied by the ITIL while laying:

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

inspect all items before taking them over. In case of execution of the work, if any material is found

Page 29: GENERAL (COMMERCIAL) CONDITIONS OF THE

28

damaged/working unsatisfactorily, then a penalty equivalent to the cost of material + 10% as penalty

shall be recovered from the PIA’s payments/securities.

However, PIA will not be penalized for any manufacturing defect or poor workmanship of the material

supplied by third party vendors, which shall be taken up separately with the supplier of the stores.

6.30 LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION:

6.30.1 Obtaining License before commencement of work:

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

Labour Regulations, Minimum Wages act etc before commencement of the work, and continue to have

a valid license as required until the completion of work. The PIA shall also abide by the provisions of

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

attract the penal provisions in this contract and PIA shall be fully responsible.

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

comprehensive insurance including third party risk for the plant, machinery, men, materials etc. brought

to the site and for all the work during the execution. The PIA shall also take out workmen’s

compensations insurance as required by law and undertake to indemnify and keep indemnified the ITIL

from and against all manner of claims and demands and losses and damages and cost and expenses that

may arise in regard to same or that the ITIL may suffer or incur with respect to and / or incidental to the

same.

6.32 COMPLIANCE WITH LAWS AND REGULATION:

6.32.1 During the performance of the works the PIA shall at his own cost and initiative fully comply with all

applicable laws of the land and with any and all applicable by-laws rules, regulations and orders and any

other provisions having the force of law made or promulgated or deemed to be made or promulgated by

the Government, Governmental agency or ITIL, municipal board, Government of other regulatory or

Authorized body or persons and shall provide all certificates of compliance therewith as may be

required by such applicable law, By-laws, Rules, Regulations, orders and / or provisions. The PIA shall

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

servants or agents engaged in the performance of the work specified in the PIA documents. If the PIA

shall require any assignee or sub-contractor to share any portion of the work to be performed hereunder,

the same may be assigned, sub-leased or sub-contracted to comply with the provisions of the clause and

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

from and against any/all penalties, actions, suits, losses and damages, claims and demands and costs

(inclusive between attorney and client) charges and expenses whatsoever arising out or occasioned,

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

compliance with the said by-laws, Rules, Regulations, Laws and Order and provisions as aforesaid.

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

regulation from time to time at his own cost and expenses. The PIA shall indemnify the ITIL from any

act or action in future or during the course of work in this regard at his own cost and expense. ITIL

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

direction which may be so issued by any authority or statutory body in case of non-compliance of these

rule and regulation by the PIA.

Page 30: GENERAL (COMMERCIAL) CONDITIONS OF THE

29

6.33 TOOLS AND PLANTS

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

etc. required for proper execution of works. The PIA shall also supply without charge the requisite

number of persons with the means and materials necessary for the purpose of setting out works,

counting, weighing and assisting the measurements for examination at any time and from time to time.

The PIA shall be responsible to make all arrangements, at his own cost for dewatering of trenches /

ducts and de-gasification of the ducts before carrying out the work. The PIA shall also be responsible

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

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

charge of ITIL at the expense of the PIA and the expenses shall be deducted from any money due to

the PIA under this contract or otherwise.

6.34 RESCISSION/ TERMINATION OF CONTRACT:

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

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

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

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

had already failed to complete the work by that date.

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

any defective work and PIA fails to comply with the requirement within the specified period.

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

obligations hereunder.

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

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

benefit or to the benefit of any third party.

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

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

• Security requirements,

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

Revelation of a fact proving information submitted by the PIA during bid process to be as false.

6.35 Before effecting the final termination, all the pending financial issues have to be settled between PIA

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

works on ‘as is where basis’ including all the material, documentation and all the records etc. so that

implementation of the project do not get adversely impacted. In such a situation, PIA shall not be

entitled for any compensation and/or claim whatsoever.

6.36 Upon rescission of the contract, the security deposit of the PIA shall be liable to be forfeited and shall

be absolutely at the disposal of the ITIL as under:

Page 31: GENERAL (COMMERCIAL) CONDITIONS OF THE

30

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

contract shall be taken in the presence of the PIA or his authorized representative who shall sign the

same in the MB. If the PIA or his authorized representative do not turn up for joint measurement, the

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

for joint measurement. The measurement taken by the officer so authorized shall be final and no

further request for joint measurement shall be entertained.

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

the Store at the risk and cost of the PIA. If any such material is found damaged/lost then the

compensation shall also be recovered from the PIA as per conditions in tender documents/bid.

6.36.3 The un-executed work shall be got executed through any other PIA/agency approved in the Intercity

city Routes or adjoining area or anywhere else in the same state or other state by ITIL at the approved

rates of that particular Intercity Routes or to execute the work directly, as is convenient or expedient to

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

to the PIA towards any inconvenience/loss that he may be subjected to as a result of such an action by

the ITIL. In this regard the decision of ITIL shall be final and binding. In all these cases, expenses

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

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

deducted from any money due to him by the ITIL under the contract or his any other account

whatsoever anywhere in the ITIL or from a security deposit.

6.36.4 The certificate of the Designated Officer in-charge of work as to the value of work done shall be final

and conclusive against the PIA, provided always that action shall only be taken after giving notice in

writing to the PIA.

6.37TERMINATION FOR INSOLVENCY:

The ITIL may at any time terminate the Contract by giving written notice to the PIA, without any

compensation to PIA, if the PIA becomes bankrupt or the level of solvency declined as declared and

shown at the time of bidding or otherwise insolvent as declared by the competent court provided that

such termination will not prejudice or affect any right or action or remedy which has accrued or will

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

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

6.38 OPTIONAL TERMINATION BY ITIL (OTHER THAN DUE TO DEFAULT OF THE PIA):

6.38.1 The ITIL may, at any time, at its option cancel and terminate this contract by a written notice to the

PIA, in which event the PIA shall be entitled to payment for the work done up to the time of such

cancellation.

6.38.2 In the event of the termination of the contract, the PIA shall forthwith clear the site of all the PIA’s

materials, machinery and equipment and hand over possession of the work / operations concerned

to the ITIL or as the ITIL may direct.

6.38.3 The ITIL may, at its option, cancel or omit the execution of one or more items of work under this

contract or any part of such items without any compensation, whatsoever, to the PIA.

6.38.4 The notice for rescission of contract to the PIA shall expressly state the precise date and time from

which the rescission would become effective. The following safe guards shall be taken while

issuing the final notice.

6.38.5 During the period of service of notice and its effectiveness, the PIA should not be allowed to remove

from the site any material/equipment belonging to the ITIL.

i. The PIA shall give in writing the tools and plants he would like to take away/remove from the

site. Such of the materials as belong to him and which may not be required for future execution of

Page 32: GENERAL (COMMERCIAL) CONDITIONS OF THE

31

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

proper records.

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

iii. Adequate ITIL security arrangement in replacement of the PIA watch and ward shall be made

forthwith. Expenses on this account are recoverable from the security deposit or any amount due

to the PIA.

6.39 FORCE MAJEURE:

6.39.1 If any time, during the continuance of this contract, the performance in whole or in part by either

party or any obligation under this contract shall be prevented or delayed by reason of any war, or

hostility, acts of the public enemy, civil commotion sabotage, fires, floods, explosions, epidemics,

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

notice of happenings of any such eventuality is given by either party to the other within 21 days

from the date of occurrence thereof, neither party shall by reason of such event be entitled to

terminate this contract nor shall either party have any such claim for damages against the other in

respect of such non-performance and work under the contract shall be resumed as soon as

practicable after such event may come to an end or cease to exist, and the decision of the ITIL as to

whether the work has been so resumed or not shall be final and conclusive, provided further that if

the performance, in whole or part of any obligation under this contract is prevented or delayed by

reason of any such event for a period exceeding 60 days, either party may, at his option terminate

the contract.

6.39.2 Provided also that if the contract is terminated under this clause, the ITIL shall be at liberty to take

over from the PIA at a price to be fixed by the ITIL, which shall be final, all unused, undamaged and

acceptable materials, bought out components and stores in the course of execution of the contract, in

possession of the PIA at the time of such termination of such portions thereof as the ITIL may deem

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

of the ITIL select to retain.

6.40 ARBITRATION:

6.40.1 ARBITRATION (Applicable in case of supply orders/Contracts with firms, other than Public

Sector Enterprise) (Not applicable in cases valuing less than Rs. 5 lakhs) Except as otherwise

provided elsewhere in the contract, if any dispute, difference, question or disagreement arises

between the parties hereto or their respective representatives or assignees, in connection with

construction, meaning, operation, effect, interpretation of the contract or breach thereof which parties

unable to settle mutually, the same shall be referred to Arbitration as provided hereunder:

i. A party wishing to commence arbitration proceeding shall revoke Arbitration Clause by giving 60

days’ notice to the designated officer of the other party. The notice invoking arbitration shall specify

all the points of disputes with details of the amount claimed to be referred to arbitration at the time of

invocation of arbitration and not thereafter. If the claim is in foreign currency, the claimant shall

indicate its value in Indian Rupee for the purpose of constitution of the arbitral tribunal.

ii. The number of the arbitrators and the appointing authority will be as under:

Claim amount

(excluding claim for

counter claim, if any)

Number of

arbitrator

Appointing Authority

Above Rs. 5 lakhs to Sole Arbitrator to be ITIL

Page 33: GENERAL (COMMERCIAL) CONDITIONS OF THE

32

iii. Neither Party shall appoint its serving employee as arbitrator.

iv If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or withdraws for any

reason from the proceedings, it shall be lawful for the concerned party/arbitrators to appoint

another person in his place in the same manner as aforesaid. Such person shall proceed with the

reference from the stage where his predecessor had left it both parties’ consent for the same;

otherwise, he shall proceed de novo.

iv. Parties agree that neither party shall be entitled for any pre-reference or pendente-lite interest on

its claims. Parties agree that any claim for such interest made by any party shall be void.

v. Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section 29 B of

the Arbitration Conciliation Act, 1996 and amended in 2015 for resolution of all disputes shall be

followed, where the claim amount is up to Rs. 5 crores.

vi. The Arbitration proceeding shall be held at Bengaluru.

vii. Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act, 1996

amended in 2015 and any statutory modifications or re-enactment thereof shall apply to the

arbitration proceedings under this clause.

6.41 SET OFF:

Any sum of money due and payable to the supplier (including security deposit refundable to him)

under this contract may be appropriated by the purchaser or the ITIL or any other person(s) contracting

through the ITIL and set off the same against any claim of the Purchaser or ITIL or such other person

or person(s) for payment of a sum of money arising out of this contract or under any other contract

made by the supplier with the Purchaser or ITIL or such other person(s) contracting through the ITIL.

In case of set off of the security deposit against any claim of the purchaser or ITIL or such other

person or person(s) for payment of a sum of money arising out of this contract or under any other

contract made by the supplier with the Purchaser or ITIL or such other person(s) contracting through

the ITIL, the GST on such set off will be borne by the supplier. GST would not be liable on security

deposit. But if supplier’s security deposit is set off against any claim of the purchaser or ITIL or such

other person or person(s) for payment of a sum of money arising out of this contract or under any other

contract made by the supplier with the Purchaser or ITIL or such other person(s) contracting through

the ITIL, then GST would be levied on such amount as being set off”.

--- END OF SECTION-VI ---

Rs. 5 crores appointed from a panel

of arbitrators as may be

fixed by ITIL.

(Note: ITIL will forward a list containing names of

three arbitrators to the other party for selecting one

from the list who will be appointed as sole arbitrator

by ITIL)

Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the 3rd arbitrator, who

shall be the presiding arbitrator, by the two arbitrators.

ITIL will appoint its arbitrator from its panel.

Page 34: GENERAL (COMMERCIAL) CONDITIONS OF THE

33

SECTION VII: SPECIAL TECHNICAL CONDITIONS

Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD/Trenching

Sr. No Scope UOM QTY Guiding Inputs

1 HDD with 4 ducts Mtrs 10000

- Intercity - Min 1.65 m for Normal Strata and 1.20 m for

Hard Strata (from Natural Ground Level)

- width of Trench 45 cm at top and 30 cm at bottom of

trench. Width can vary to ensure ease of duct laying.

- Hilly Terrain - Min 1.20 m for all types of strata

2

Utilities Damages (Water

Pipe, Electric, Gas, Oher

operator, any 3rd Party)

LS LS

Partner to obtain permission from other UG Utility

Operators (If required). Any damage done while

execution to other operators or Customer should be

restored immediately by Partners. In case any Demand

raised by 3rd Party then Service Partner to provide NOC

from 3rd party. In case Service partner damages, the

Customer network then execution partner to restore the

network in its Original Condition or will compensate

Customer as per meter rates agreed.

3

ROW Permission and also

getting ROW NOC Post

completion of works, SD

and BG Recovery if any

(Joint Survey to be done

before applying the

permission in respective

Authorities)

KM

1

Post Joint Route Survey partner to take the approval of

Route length from customer planning team & then submit

application as per the process laid by respective

authorities, Co-ordinate with related authority/Official for

DN and DD Payment, get Official Permission for the said

Route.

Note: DD Payment to the authority would be Paid by

Customer.

4

Route Marker/Joint

Marker/Splice Marker &

Installation

Mtrs 80

- At every 250 m and at Major Crossing, Major Trench

Deviation or route diversion at both ends.

- 700 mm length of route marker shall be buried

underground and 550 mm shall be exposed.

- Route Marker/Joint Marker/Splice Marker different

design given - 10 extra

5 Coupler Stone supply &

installation Nos 70

- Coupler to be covered with Kaddapa /Red Stone/Farsi

stone slab or Cast slab (Min 25 mm Thickness X 300

wide X 1000 mm length) extended at least 100 mm

outside the Coupler Position on all sides.

6 Chamber Supply &

Installation Nos 30

- Joint Pit at every 4 Km, Loop Pit at every 2 Km and

Single Loop pit in all Shelter/REG/tower.

- Chamber-5qty + 15 no’s shelter/reg/tower-15*2-30 = 45

I. Low-Cost Pre-Cast Concrete Conical Chamber (Small)

-800mm (HH/Pull through)

II. Pre-cast Concrete Conical Chamber (Medium) -

1225mm (Splice Chamber)

III. Pre-cast Concrete Conical Chamber (Large) -1950mm

(For Multiple Cable Entry)

IV. RCC cylindrical pipe Chamber

V. Site-cast Concrete Chamber for West Region-

1200mm (Site Cast Chamber) -(5 chamber + 20 chamber

sites + 5 chamber = 30 chamber)

7 Earthing PIT Nos 10 - 8km in intercity + @shelter/reg/tower

Page 35: GENERAL (COMMERCIAL) CONDITIONS OF THE

34

- Copper rod 20mm Diameter and 0.5m long or 1Feet X 1

Feet Copper plate 3mm thick with Copper Wire/strip

brazed to plate

- Good quality of Charcoal and salt at a min. 2.5m depth

and 600mm Diameter.

- Resistance in normal soil shall be less than 1 ohm and in

rock should be less than 2 ohm.

-assumed 50% of 20 sites

8 Nylon Rope with Pulling

Charges Mtrs 30000 "If asked" written in RFP

9 FDMS installation Nos 10 To be confirm during survey; dependent on sites.

-assumed 50% of 20 sites

10

Supply & Installation

100mm GI Pipe for

REG/Tower/Shelter

Mtrs 20 100mm GI Pipe

3 Mtrs for approx. 20 shelter/reg/tower

11 Cable Pulling/Blowing Mtrs 11000 To be carried out by OSP Partner.

12 Project Management Cost Mtr 10000

1. ROW liaison

2. Man Power (supervisor, backoffice, project manager

etc)

3. ABD drawing, Transportation, Warehouse

13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)

14 Duct Integration Test Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.

15

GPR Survey for

Underground Utility

Identification

Mtrs 10000 To be carried out by OSP Partner.

16 Endplug/Sand Plug/

Couplers Nos 400 lump sum (5*8, 70*4, extra)

-------------- END OF SECTION-VII------------

Page 36: GENERAL (COMMERCIAL) CONDITIONS OF THE

35

SECTION VIII: SPECIAL CONDITIONS OF CONTRACT

8.0 GENERAL:

8.0.1 The work shall be accepted only after Acceptance Testing carried out by ITIL team, designated by the

ITIL, as per prescribed schedule and work/material passing the test successfully.

8.0.2 The ITIL reserves the right to disqualify such bidders who have a record of not meeting contractual

obligations against earlier contracts entered into with the ITIL.

8.0.3 The ITIL reserves the right to black list a bidder for a suitable period in case he fails to honor his bid or

submits false certificates or false bank instruments to defraud ITIL and to faulter ITIL’s bidding process.

Such black listing or disqualification order would be for a minimum period of one year and maximum for

three years.

8.0.4 No consortium partner can be common to the bids in the same Intercity Routes.

8.0.5 The ITIL reserves the right to counter offer price(s) against price(s) quoted by any bidder

8.0.6 Any clarification issued by ITIL, in response to query raised by prospective bidders shall form an integral

part of bid documents and it may amount to amendment of relevant clauses of the bid documents.

8.0.7 Tender will be evaluated as a single package of all the items given in the price schedule.

8.0.8 All work to be executed under the contract shall be executed under the direction and subject to the

approval in all respects of the Designated Officer or Site Engineer in-charge of work site who shall be

entitled to direct at what point or points and what manner they are to be commenced.

8.0.9 The work in each City section or state to be executed by ITIL may be split up between two or more PIAs

or accept any bid in part and not entirety if considered expedient by ITIL management.

8.0.10 If the PIA shall desire an extension of time for completion of the work on the grounds of

unavoidable hindrance in execution of work or any other ground, he shall apply in writing to the

Designated Officer on the same day of occurrence of hindrance on account of which he desires such

extension as aforesaid. In this regard the decision of ITIL shall be final.

8.0.11 If at any time after the commencement of the work, the ITIL may feel that execution of whole or

part of work, as specified in the tender is not required to be carried out, then the ITIL shall give notice in

writing of the fact to the PIA who shall have no claim to any payment of compensation whatsoever on

account of any profit or advantage which he might have derived in consequence of the full amount of the

work not having been carried out neither shall he have any claim for compensation by reason of any

alterations having been made in the original specifications, drawings, designs and instructions which shall

involve any curtailment of the work as originally contemplated.

8.0.12 After the work commences the PIA or his authorized representative(s) shall be present at the site.

The representative shall be authorized by the Designated Officer in-charge based on the PIA’s request.

8.0.13 Work shall be recorded in the site register by the site Engineer. The PIA or his authorized

representative shall sign in the site register held by the site Engineer.

Page 37: GENERAL (COMMERCIAL) CONDITIONS OF THE

36

8.0.14 Due to underground utilities, if the manhole cannot be constructed at the site shown, the decision

of the site engineer shall be final and binding on the PIA. If it is decided to shift the manhole within the

neighborhood, the PIA shall construct at the place shown by the site engineer.

8.0.15 The Right of Way (RoW) shall be obtained by the successful PIA on behalf of the Customer,

including various permissions from authorities like water, power, utilities, traffic police before start of

execution of work. The RoW charges shall be paid by the Customer/ITIL. The work shall be carried out as

per terms and conditions and timelines mentioned in the RoW permission. The PIA shall deploy adequate

men and machine so as to complete the work within permitted time.

8.0.16 If the work is not progressing as per the schedule, the work may be either restricted or

terminated. After the ducts are laid by either Open trenching method or by HDD, the duct integrity test

shall be carried out immediately on the same day or by next day to facilitate the PIA to] commence the

manhole work. If any one or more number of ducts is found to fail the duct integrity test, additional

laying/HDD of pipe/s shall be carried out by the PIA at no extra cost. The cost of the damaged pipe(s)

shall be recovered from the PIA with overhead charges if incurred.

8.0.17 The fact that the PIA is working simultaneously in one or more sections in the same

Division/other Divisions, will not absolve him from the responsibility of completing the work in time.

8.1 QUALITY OF WORK:

The ITIL shall be the final judge of the quality of the work and the satisfaction of the ITIL in respect

thereof set forth in the contract documents. Laxity or failure to enforce compliance with the contract

documents by the ITIL and / or its representative shall not manifest a change or intent of waiver, the

intention being that, notwithstanding the same, the PIA shall be and remain responsible for complete

and proper compliance with the contract documents and the specification therein. The representative of

Tender Issuing Authority has the right to prohibit the use of men and any tools, materials and equipment

which in his opinion do not produce work or performance to meet the requirement of the contract

documents.

8.2 PAYMENT:

All items of work involved in the work order shall be completed in all respects before preparing the bills

for the work against the work order. The procedure for payment of bills is enumerated as under which

shall however be done on receipt of respective payments from the end customer.

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

permission, within 45 days or payment received from end customer.

ii) 10% on reconciliation of material in 45 days or payment received from end customer.

iii) 10 % payment within 45 days or payment received from end customer, on refund of security

deposit/release of Bank Guarantee from RoW authorities

iv) 10% retention for one year from the date of final AT towards no defect liability.

8.3TAXES AND DUTIES:

PIA shall pay all rates, levies, fees royalties, taxes and duties payable or arising from out of, by virtue of

or in connection with and/or incidental to the contract or any of the obligations of the parties in terms of

the contract documents and / or in respect of the works or operations or any part thereof to be performed

by the PIA and the PIA shall indemnify and keep indemnified the ITIL from and against the same or any

default by the PIA in the payment thereof. However, service tax (GST) shall be paid extra by ITIL as

applicable.

Page 38: GENERAL (COMMERCIAL) CONDITIONS OF THE

37

8.4 AWARD OF CONTRACT & DISTRIBUTION OF WORK:

8.4.1 The ITIL shall consider area wise / City wise / route wise award of contract to L-1 bidder whose

offer has been found technically, commercially and financially acceptable.

8.4.2 The L-1 bidder is one whose overall quote is the lowest for the quoted City or State(s) or

Designated area of the State(s). However, the competitiveness and genuineness of L-1 rates shall

be an underlined criterion before acceptance of such rates.

8.4.3 If more than one bidder is found technically and commercially eligible for any Intercity Routes,

ITIL may consider award of work to more than one bidder in an area or city or route at the L-1

rates to expedite the pace of project completion.

8.4.4 In case of award of work to more than one bidder in the same area or city or route efforts shall be

made to award higher portion of work to the bidders better in price bid ranking i.e., lower the

quote better the volume. (The General Criteria between L1, L2, and L3 shall be: 60:40 in case of

choosing lowest two bidders; 50:30:20 in case of choosing lowest three bidders). However, the

Tender being for a service and not for the supplies, the exact ratio of work and choice of area may

not be met despite of all efforts. Accordingly, no PIA shall have any right to claim on Jurisdiction

or Quantum of work.

8.4.5 Should there be an eventuality that the pace of progress is not coming from the deployed PIA(s)

in any of the Intercity Routes and the LDs are mounting towards outer limits, ITIL shall resort to

awarding the whole or part of such work to alternate PIA at Risk & Cost which may be chosen

from amongst the bidders who were technically qualified in the process of this very tender for the

Intercity Routes under consideration or for any other Intercity Routes by inviting separate

competitive financial bids for such pending work from such interested companies. Cost escalation

if happens in this process, shall be recoverable from the faltering PIA(s) of such Intercity Routes.

IN CASE OF ANY CONFLICT BETWEEN GENERAL COMMERCIAL CONDTIONS AND

SPECIAL CONDITIONS OF CONTRACT, LATTER SHALL PREVAIL.

----- END OF SECTION VIII ----

Page 39: GENERAL (COMMERCIAL) CONDITIONS OF THE

38

SECTION IX: DETAILED SCOPE OF WORK

The scope of the work has been defined in Tender and explained further as below-

9.0 DETAILED SCOPE OF WORK

1.1

Project Methodology: The PIA shall act as a single agency to organize and manage the

assigned creation of fiber distribution network, which includes Survey, follow-up for swift

RoW permission, Installation, Commissioning, Handover of end-to-end connectivity of

Intercity Optical Fibre Network as per Tender construction guidelines (as per Annexure-I)

followed with NoC from RoW agencies.

1.2

Fiber Network Rollout Arrangements: - The PIA shall provide complete details of route with

GIS details and material requirements (Duct, Fiber, Chamber) in a layout plan after making a

site survey. The PIA shall execute Works/Project and Cabling as per the layout plan, which will

be approved by Tender Authority for given routes.

1.3

Resources Deployment: The PIA shall prepare and submit the Project Plan, work plan and

implementation schedule with list of equipment and personnel to be deployed on field for

execution of works for approval of Tender Authority.

1.4

Safety: The PIA shall carry out all the activities (HDD, Open trenching, Chamber fitting etc) as

per the safety guidelines, with safety standards and norms defined by relevant statutory

authorities.

1.5

Reporting: - Detailed report is required to be submitted for the work under progress and work

completed on daily, weekly and monthly basis. The PIA shall put in place the system of onsite

progress reporting by the Men at site with the help of Project Management Tool and Mobile

Apps so as to help ITIL to monitor progress and pace of work continuously. The system and

method of reporting also needs to be as agreed and accepted by the customer and ITIL

appointed Project Management Agency (PMA), if any.

1.6 Documents: - The PIA shall provide two set of documents and manuals (hard copy, soft copy)

for end to end optical fiber route as per FAT reports format shared by tender authority.

9.1 PRESENTATION ON “APPROACH AND METHODOLOGY” OF EXECUTION:

9.1.1 Soon after opening of the Tender the bidder needs to be ready to give a presentation exhibiting

how and with which methodology it plans to meet the objectives of this tender before the Tender

Evaluation Committee (TEC) who will consider the Technical Suitability of the submitted bids

based on such presentation also along with other essential eligibility conditions. Amongst other

things the presentation must contain:

a) Method and tools of Survey of routes.

b) The management to arrange and follow-up RoW permissions.

c) The details of mechanized tools and implements available with the bidder to fast execute the

OFC Laying work.

d) The logistics and man power resources available in the City/State bid for and planned to be

deployed for the execution once the work is awarded.

e) The time taken to start the work once LoI is awarded.

f) The methodology to monitor the progress of work.

g) The Material and inventory management with arrangements of safety and security of material

and work under progress.

Page 40: GENERAL (COMMERCIAL) CONDITIONS OF THE

39

h) The arrangements and precautions to ensure safety of Men at work and Property & People

around the sites of work.

i) The Measures to ensure timely delivery and completion of work.

j) Any other aspects it may like to present before the Tender Evaluation Committee.

An advance copy of this presentation if submitted in advance, with the bid shall be appreciated.

9.2 QUANTUM OF WORK:

9.2.1 The area wise, estimated quantity of work is as below:

Route

No.

Section Name Total

Length

(Kms)

1 Athagad-Nuapatna-Badamba-Ekadal 78

2 Belpahar - IB Thermal - Rengali 48

3 Kuchinda - Kusumi - Turei - Kabribahal 57

4 Nayagarh - Godipada - Champatipur 48

5 Pustapur - Sandhamala - Banapur 52

6 Tarbod - Lathor - Kantabanji 60

Note: Any query regarding the above routes Bidder may contact

Sri. Shatadal Sethy, Chief Manager, Contact No: 9337892230

9.2.2 The volume of work is purely based on rough estimation as provided by the end customer and

liable to vary on the scale of volume over period.

9.2.3 Volume Variation: 100% Escalation of work shall be allowed at the rates finalized through this

Tender within a period of one year as per the business need and volition of ITIL.

9.3 GENERAL CONSTRUCTION PRACTICES

9.3.1 Field survey shall be conducted first by the selected agency for the implementation of the project

after obtaining the RoW for assigned fiber route. Considering existing ground utilities and terrain

conditions a detailed layout plan shall be submitted for ITIL/customer’s acceptance. Survey plan

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

formats. Once route plan is verified and approved, PIA has to coordinate and pursue with the

relevant departments of government or concerned authority or local authority for ROW / Pole

permission for creation of distribution fiber network. PIA needs to do required documentation for

ROW application. PIA will be responsible for getting ROW/pole permission (wherever required)

in time, to match delivery timelines. The request letters shall be prepared in favour of the

concerned RoW granting authorities on behalf of the customer with and without references of

ITIL and PIA as instructed by site in charge or by way of general instructions in this regard.

ROW charges, payable to the RoW granting authorities against their invoice/demand letter, shall

be borne by the end customer.

9.3.2 Intercity OFC network route will be created between the cities for Intercity Transport Fiber

Rollout network. Activities will include but not limited to survey of routes, deployment of HDD

machine, open trenching, Manhole/Chamber fixing, coupler fixing, OFC pulling in duct fiber

laying with accessories as per Tender construction guidelines. Method of Implementation HDD

Page 41: GENERAL (COMMERCIAL) CONDITIONS OF THE

40

method or Open trench method shall be negotiable with ITIL or the end customer’s

representative, whose decision shall prevail in case of any conflict.

9.3.3 Survey, installation, commissioning and testing of Optical Fiber Cable (OFC) network for the

Intercity Routes for connecting given links respectively. Implementation of Optical fiber cable

network with HDD method or Open trench method will be shared by work awarding authority

prior to assigning of works.

9.3.3.1 The work which shall be carried out as per the Construction Specifications contained in this

Tender document. In case of any doubt or conflict, Engineering Instructions and specifications

annexed shall generally be referred.

9.3.3.2 PIA shall lay 4 numbers of supplied 40mm HDPE pipes. PIA shall pull through Nylon rope in

spare 40 mm HDPE pipes and tied properly at both the ends using End plug as per Tender

construction guidelines.

9.3.3.3 All Material for creation of OFC network will be supplied by the Customer from its designated

store/warehouse in the Circle, except jointing chamber or as specifically mentioned in the scope

of PIA. Transportation from Customer’s/ITIL’s store/warehouse to site and local storage at near

site with insurance will be the PIA’s responsibility.

9.3.3.4 The Optical Fibre Cable is to be laid through PLB Pipes buried at a nominal depth of 165 cms in

case of HDD or Open Trenching (from top of HDPE). The steps involved in OF Cable

construction are as under:

9.3.3.5 Excavation or HDD of trench up to a nominal depth so as to lay the HDPE pipe at the specified

depth, according to Construction specifications and as mentioned in the tender.

9.3.3.6 Laying of PLB pipes/coils coupled by PLB sockets in excavated trenches, drawing of 6 mm

Polypropylene para pro rope (P.P.rope) through the PLB pipe ends at every manhole by PLB

end caps of suitable size.

9.3.3.7 Providing of mechanical protection by RCC Pipes/GI pipes and/or concreting/chambering

according to construction specifications, wherever more strengthening required such as on

bridges, culverts and points of shallow depth.

9.3.3.8 Fixing of GI pipes/troughs with clamps at culverts/bridges and/or chambering or concreting of GI

Pipes/troughs, wherever necessary.

9.3.3.9 Back filling and dressing of the excavated trenches according to construction specifications.

9.3.3.10Opening of manholes (as per specifications), replacing existing 6mm PP ropes by 8mm PP rope

(from manhole to manhole) for ensuring smooth passage for pulling the cable. Pulling of Optical

Fibre Cable with proper tools and accessories as per construction specifications. Sealing of both

ends of the manholes by hard rubber bush of suitable size to avoid entry of rodents into the PLB

pipes, putting split PLB pipes over cable in the manhole to protect the bare cable in the pulling

manhole. Back filling and dressing of manholes.

9.3.3.11Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for construction of jointing chamber

at approximately every two kilometers of internal size of 1.5 meter x 1.5 meter x 1.2 meter using

bricks and mortar or fixing pre-cast jointing chamber of internal diameter of 1.2 meter and

Page 42: GENERAL (COMMERCIAL) CONDITIONS OF THE

41

minimum height of 0.3 meter or as per specific design and dimensions of specifications, filling

of jointing chamber with clean sand, placing either pre-cast RCC cover or stone of suitable size

on jointing chamber to protect the joint and back filling of jointing chamber with excavated soil.

9.3.3.12Digging of pits 1 meter towards jungle/Hill Side/Build Area side at every manhole and jointing

chamber, concreting and back filling of pits, as per construction specifications.

9.3.3.13Documentation: On completion the work needs to be made over with As Build Diagram.

9.3.3.14For understanding Execution of the project in detail, bidder is advised to go through the

Construction Specification & Guidelines as annexed.

----- END OF SECTION IX ----

Page 43: GENERAL (COMMERCIAL) CONDITIONS OF THE

42

SECTION-X: LIST OF DOCUMENTS TO BE SUBMITTED AS

A PART OF THE BID

Check list of documents/information to be submitted with the bid:

a. Bidder’s Profile.

b. Certificates of Incorporation.

c. Memorandum & Articles of Association.

d. Audited financial statements for the last 3 years. (2017-18, 2018-19 & 2019-20) and CA

certificate in case of Unaudited report of 2019-20 with an undertaking to submit the audited

report, soon it is available.

e. Certificate from Statutory Auditor/CA specifying the Annual Turnover from Telecom

Infrastructure services during last three years (2017-20).

f. Bid security declaration form to be submitted

g. Experience Certificates: Work Order / Agreements of the Project along with completion

certificates clearly highlighting Scope of the Work (SOW), Bill of Material (BOM), cost of

the Project(s) with specific mention of the cost towards OFC laying (Underground)

separately) NLD works in eastern part of India. The experience as required to meet

eligibility conditions during the last 5 years only (period ending 31st March 2020), shall be

considered.

h. Solvency certificate for Rs 1 Cr from any scheduled bank issued within 6(six) months from the

Tender submission date

i. GST Registration Certificate.

j. Copy of PAN Card.

k. CIN (Corporate Identity Number).

l. Self-declaration in Annexure-VIII non barring from business on account of blacklisting

etc.

m. Authorization letter in the company letterhead authorizing the person signing the bid for

this Tender and Power of Attorney (POA).

n. Clause by clause compliance to all the terms and conditions.

o. Undertaking in letter head to indemnify ITI from any claims / penalties / statutory charges,

liquidated damages, with legal expenses etc.

p. NDA (Non-Disclosure Agreement) as per Annexure-IV

q. List with Routes/Location and details of Customer and Agencies with self-certification of follow-up and obtaining the RoW for and on behalf of the customer.

r. Pre-Contract Integrity Pact Annexure –III

Page 44: GENERAL (COMMERCIAL) CONDITIONS OF THE

43

Note: ITIL or its nominee reserves the right to cross check / validate the authenticity of the documents

submitted and the information provided in the Pre-qualification and Eligibility criteria. The requisite support to

prove the claims must be provided by the Bidder failing which the supporting document shall be taken as not

proved followed with attached consequences of false claim.

----- END OF SECTION X ----

s. A detailed exhibit on the “Approach and Methodology”, bidder proposes to adopt if the

project is awarded to it, refer Section IX 9.1

t. List of Tools & Implements owned by the bidder such as JCB, HDD M/Cs, Splicing Machines etc.

u. Self-certified list of Employees with EPF & ESI Details.

v. An undertaking to submit PBG along with LOI acceptance for 3 % of the order value valid for 16 months, extendable further as per requirement of the project

w. All other docs as mentioned in this Tender elsewhere.

Page 45: GENERAL (COMMERCIAL) CONDITIONS OF THE

44

ANNEXURE-I

Technical Specifications

Sl.

No. Specification Remarks

1 Services & Material_ Per Unit Qty Annexure-I/A

2 SLA Deployment Speed Annexure-I/B

3 Construction Specs & Guidelines Annexure-I/C

4 Specs Joint Chamber Annexure- I/D

Page 46: GENERAL (COMMERCIAL) CONDITIONS OF THE

45

Annexure-I/A SERVICES & QUANTITIES (BoQ)

Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD

Sr. No Scope UOM QTY Guiding Inputs

1 HDD with 4 duct Mtrs 10000

- Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard

Strata (from Natural Ground Level)

- width of Trench 45 cm at top and 30 cm at bottom of trench.

Width can vary to ensure ease of duct laying.

- Hilly Terrain - Min 1.20 m for all types of strata

2

Utilities Damages

(Water Pipe,

Electric, Gas, Oher

operator , any 3rd

Party)

LS LS

Partner to obtain permission from other UG Utility Operators (

If Required). Any damage done while execution to other

operators or Customer should be restored immediately by

Partners. In case any Demand raised by 3rd Party then Service

Partner to provide NOC from 3rd party. In case Service partner

damages the Customer network then execution partner to

restore the network in its Original Condition or will

compensate Customer as per meter rates agreed.

3

ROW Permission

and also getting

ROW NOC Post

completion of works,

SD and BG

Recovery if any

( Joint Survey to be

done before applying

the permission in

respective

Authorities)

KM

1

Post Joint Route Survey partner to take the approval of Route

length from customer planning team & then submit application

as per the process laid by respective authorities, Co-ordinate

with related authority/Official for DN and DD Payment, get

Official Permission for the said Route.

Note: DD Payment to the authority would be Paid by

Customer.

4

Route Marker/Joint

Marker/Splice

Marker &

Installation

Mtrs 80

- At every 250 m and at Major Crossing, Major Trench

Deviation or route diversion at both end.

- 700 mm length of route marker shall be buried underground

and 550 mm shall be exposed.

- Route Marker/Joint Marker/Splice Marker different design

given

- 10 extra

5 Coupler Stone

supply & installation Nos 70

- Coupler to be covered with Kaddapa /Red Stone/Farsi stone

slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000

mm length) extended at least 100 mm outside the Coupler

Position on all sides.

Page 47: GENERAL (COMMERCIAL) CONDITIONS OF THE

46

Sr. No Scope UOM QTY Guiding Inputs

6 Chamber Supply &

Installation Nos 30

- Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single

Loop pit in all Shelter/REG/tower.

- Chamber-5qty + 15 nos shelter/reg/tower-15*2-30 = 45

I. Low Cost Pre-cast Concrete Conical Chamber(Small) -

800mm (HH/Pull through)

II. Pre-cast Concrete Conical Chamber(Medium) -1225mm

(Splice Chamber)

III. Pre-cast Concrete Conical Chamber(Large) -1950mm

(For Multiple Cable Entry)

IV. RCC cylindrical pipe Chamber

V. Site-cast Concrete Chamber for West Region- 1200mm

(Site Cast Chamber)

-(5 chamber + 20 chamber sites + 5 chamber = 30 chamber)

7 Earthing PIT Nos 10

- 8km in intercity + @shelter/reg/tower

- Copper rod 20mm Diameter and 0.5m long or 1Feet X 1

Feet Copper plate 3mm thick with Copper Wire/strip brazed

to plate

- Good quality of Charcoal and salt at a min. 2.5m depth and

600mm Diameter.

- Resistance in normal soil shall be less than 1 ohm and in

rock should be less than 2 ohm.

-assumed 50% of 20 sites

8 Nylon Rope with

Pulling Charges Mtrs 30000 "if asked" writen in RFP

9 FDMS installation Nos 10 To be confirm during survey;dependent on sites.

-assumed 50% of 20 sites

10

Supply &

Installation 100mm

GI Pipe for

REG/Tower/Shelter

Mtrs 20 100mm GI Pipe

3 Mtrs for approx 20 shelter/reg/tower

11 Cable

Pulling/Blowing Mtrs 11000 To be carried out by OSP Partner.

12 Project Management

Cost Mtr 10000

1. ROW liasoinig

2. Man Power (supervisor, backoffice, project manager etc)

3. ABD drawing, Transportation, Warehouse

13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)

14 Duct Integration Test Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.

15

GPR Survey for

Under ground Utility

Identification

Mtrs 10000 To be carried out by OSP Partner.

16 Endplug/Sand

Plug/Couplers Nos 400 lump sum (5*8, 70*4, extra)

Page 48: GENERAL (COMMERCIAL) CONDITIONS OF THE

47

Annexure-I/B

Fiber rollout delivery timelines

S.no

Km Scope

Scope

in

Meter

Timelines Penalty Clause In case of delayed on top of

Over-all TAT

Orrissa

(In Days)

No

Penalty

6- 30

days

31 to 60

days

> 60

Days

1 <= 5 Km 5000 65

TAT +5

days

5% of

total Route

Value.

7.5%

of total

Route

Value.

10% of

total

Route

Value.

2 >5-10 Km 10000 70

3 > 10 -60

Km 60000 110

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

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

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

up to 300 Km will be 110 days for rest of Orrissa irrespective of route KMs .

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

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

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

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

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

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

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

irrespective of route KMs.

Page 49: GENERAL (COMMERCIAL) CONDITIONS OF THE

48

Annexure-I/C

Construction Specification & Guidelines

TABLE OF CONTENTS

1 INTRODUCTION ......................................................................................................................................

2 ACRONYMS AND TERMS ......................................................................................................................

3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS ...............................................................

4 FIBER EXECUTION GUIDELINES .................................................................................................................

PRELIMINARY SURVEY .................................................................................................................................................

GENERAL INSTRUCTIONS ............................................................................................................................................

BRIEF DESCRIPTION OF WORK....................................................................................................................

LOCATION AND ALLIGNMENT OF TRENCH .............................................................................................

PRECAUTIONS TO BE TAKEN WHILE TRENCHING ..................................................................................

DUCT LAYING .................................................................................................................................................

DUCT INTEGRATION TEST (DIT) .................................................................................................................

CABLE BLOWING ............................................................................................................................................................

BACK FILLING .................................................................................................................................................................

5 BRIDGE / CULVERT CROSSING .....................................................................................................

6 ROAD AND RAILWAY CROSSING ........................................................................................................

7 SPECIFICATIONS FOR CONCRETING ..........................................................................................................

8 EARTHING ........................................................................................................................................................

9 HORIZONTAL DIRECTIONAL DRILLING (HDD) ................................................................................

10 MICRO TRENCHING................................................................................................................................

11 AERIAL CABLING ...........................................................................................................................................

12 SPLICING AND JOINT CLOSURE ..................................................................................................................

13 TERMINATION AT MSU/RSU/ADM AND REG SITE ...........................................................................

14 JOINT PIT / LOOP PIT CHAMBER ...................................................................................................

15 ROUTE AND JOINT MARKERS ......................................................................................................................

16 STONE/ RCC SLAB PROTECTION ...........................................................................................................

17 RECORD KEEPING...........................................................................................................................................................

18 DAILY REPORT ................................................................................................................................................

19 CIVIL AND OPTICAL ACCEPTANCE TESTING (AT) ...................................................................................

1 ANNEXURE – 1: ROUTE MARKERS ..............................................................................................................

2 ANNEXURE – 2: CLOSURE CLAMP...............................................................................................................

3 ANNEXURE – 3: JOINT PIT .............................................................................................................................

4 ANNEXURE – 4: EARTH PIT SPECIFICATION .............................................................................................

5 ANNEXURE – 5: MATERIAL SPECIFICATIONS ...........................................................................................

6 ANNEXURE – 6: CONCRETE CHAMBER FOR OFC LOOP ..........................................................................

7 ANNEXURE – 7: ELECTRONIC ROUTE MARKER .......................................................................................

8 ANNEXURE – 8: SAMPLE SLD, ABD & KML FILE TEMPLATE ..................................................................

Page 50: GENERAL (COMMERCIAL) CONDITIONS OF THE

49

1INTRODUCTION

This process document defines the scope of OSP (Outside Plant) execution and guidelines for

Fiber rollout.

2ACRONYMS AND TERMS

The following acronyms have been used in this process:

DWC - Double Walled Corrugated

PCC - Plain Cement Concrete

OTDR- Optical Time Domain Reflectometer

LSPM- Laser Source Power Meter

AT - Acceptance Testing

RM- Route Markers

JP - Joint Pit

LP- Loop Pit

NMS- Network Management System

MH- Manhole

HH- Handhole

NGL- Natural Ground Level

WO- Work Order

PO- Purchase Requisition

UG- Under Ground

HOTO- Handover Takeover

SPOF- Single Point Of Failure

IBD- In Building

ROW - Right Of Way

OFC- Optical Fiber Cable

IRU - Intercircle Revenue Usage

DOA- Delegation Of Authority

CFDH- Circle Fiber Deployment Head

CFOH- Circle Fiber Operation Head

RFDH- Regional Fiber Deployment Head

RFOH- Regional Fiber Operation Head

Page 51: GENERAL (COMMERCIAL) CONDITIONS OF THE

50

3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target

Value

1

Trench

Depth

OPEN TRENCH / HDD (Horizontal Directional Drilling)

Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from

Natural Ground Level)

Intracity - Min 1.0 m for (7 Top cities* + **Capital cities) and 1.2 m **(for

rest of the cities) all types of Strata;

Hilly Terrain - Min 1.20 m for all types of strata. Sharp and 90 degrees bend are not acceptable in trenching/ ducting.

Specific to HDD

HDD entry and exit pits should be Min. 1.65m (Intercity) and Min 1.20m

(Intracity). HDD allowed till Min 1.20 m depth in case of NH/SH/End to End CC/BT

Road where Authorities has restricted and given in writing.

Approvals prior to execution of work as per the defined deviation process

.If depth not meeting as per defined specifications and deviations, then

Penalty clause will be applicable.

Prefer Open trench method in < 1.0 m and < 1.20 m depth in respective

cities with specified protection, else Penalty clause will be applicable for

Protection cost recovery, except for those cases where ROW permission is

given in writing for HDD.

*NCR, Mumbai, Pune, Hyderabad, Bangalore, Chennai and Kolkata. ** List attached

2 Trench

width 45 cm at top and 30 cm at bottom of trench. Width can vary to ensure

ease of duct laying.

3

Duct laying

Duct to be laid as per Duct Guidelines (FF/PLG/Duct) and No. of duct

to be laid as specified in PO; in case it is not specified, 2 Ducts

(Orange and Green) to be laid.

Specification for Crossings – 3 Ducts to be laid as standard procedure. Duct Color to be followed OR, GR, BL and if Route already have 4 Ducts

then 4th Duct to be Grey in color. Duct Laying should meet 20*D (Duct Dia) bending Radius.

4

Stone Slab

at Built up

area /

Coupler

Location

Stone slab (Min 25 mm Thickness X 300 mm width X 500mm lengths) to

be installed at built up area /heavy habitat area/ places where PCC not

possible due to UG utility.

Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab

(Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least

100 mm outside the Coupler Position on all sides.

All coupler points locations should be captured in ABDs. Stone slab to be laid after 1ft backfilling then perform complete backfilling

and mark Position on ABD. (+/- 25% tolerance acceptable only in width and Length in Stone slab.)

5

Joint Pit /

Loop Pit /

Splice

Chamber

INTERCITY-

Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all

Shelter/REG/tower. On route, wherever BTS/Customer sites falls, make provision of installing

the Loop pit, if it is captured in the Preliminary survey.

Page 52: GENERAL (COMMERCIAL) CONDITIONS OF THE

51

S.NO. Item /

Measure

Intercity /Intracity

Specification /Target Value

Cylindrical RCC Chambers with top Lid at 1.0 m depth (Normal strata) from

Natural Ground Level (NGL) (+/- 20cm tolerance acceptable).

(750 mm Height, 900 mm diameter (internal) and 50 mm thickness made by

RCC with 8 mm steel reinforcement, with 10 cm spacing center to center in

both directions the test should qualify NDT (Non Destructive test).

Lid to be marked/embossed as “CUSTOMER OFC” Wherever specified depth of the Lid not achievable, for such location alternate

type: Conical Chamber in (Annexure 6) or Cast & Setu, and Brick Chamber

(as per specified dimension) can be used to avoid Penalty.

Intracity-

Joint Pit – At every 4 Km or as per OFC length but not less than 2 Km (or as

per supplied material)

Loop Pit –At Every 0.250 Km to .5km depend on feasibility.(Min. 04 to

Max.07 nos/km depending on business buildings as per PO)

Splice Chamber/Loop/Joint Pit to be installed with top Lid at 0.5m depth from

Natural ground level (NGL) in spun pipe type chamber.

At HDD locations chamber to be installed at Min.1.2m depth from NGL (If

entry/exit pit depth less) in spun pipe or lid depth should be >0.5m form NGL

Lid to be marked/embossed as “CUSTOMER OFC”

Loop of 15 m - 20 m to be placed in Loop Chamber.

Loop of 15 m – 20 m in Splice chamber from both ends. Conical /Precast Splice Chamber/Loop/Joint Pit can be installed at “Zero” lid

depth from NGL (cast as per Annex 6 Intracity Specifications)

Lid Depth must be measured from natural ground level (NGL) and not from

the crown level. Crowning is to be done after reaching ground level.

Brick chamber is also acceptable in some special case where UG and space

constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English

Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame

which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch

with min 2mm thick.

Hilly Area (Intercity) :-

Loop Pit – At Every 1 Km and Single Chamber in all Shelter/REG/tower.

Cylindrical RCC Chambers with top Lid at 0.5 m depth from Natural Ground

Level (NGL). Brick chamber is also acceptable in some special case where UG and space

constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English

Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame

which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch

with min 2mm thick.

6

GI Pipe for

protection

and in

building

work

As per IS-1239, preferable 100 mm GI –B Class to be used. Diameter 40/50/75

mm also acceptable if there is any constraint to use 100mm GI, but should be

in writing (Owner/ ROW/ Space issue etc.)

Class B (GI pipe should be at least 3 m height from NGL in in building work)

where Building height is more than 1 floor. Then after 3 m, 50 mm GI pipe

(Flexible GI in sharp bend) to be used.

7 DWC duct for

Protection

As per IS-14930, Diameter 117/100 mm, certified by CIPET or equivalent

certified Govt. agency) or from approved vendor by Transport Planning of

Customer.

Page 53: GENERAL (COMMERCIAL) CONDITIONS OF THE

52

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

8

Clamps to

Hold

GI/DWC

GI Clamps with Fischer Bolts; 6mm Thick X 30mm Wide, Max. Spacing 1.5

m.

Fischer make M12 FBN 12/15+35 with Art Nr 45.147 Anchor bolt.

9 Duct Lengths Recommended in multiples of 500 m (0.5 Km) for open trench and

Multiples of 100/200 m for HDD and Multiples of 100/200 m Open trench

in Intra city.

10

DIT

DIT applicable for all lengths (in single stretch / connectivity) > 4 km. 100% Length to be tested with 5 Kg/cm2 pressure for all duct.

Pressure fall should not be > 50% in 1 Hour.

DIT test to be carried out during blowing if Deployment team offer for

test intimate well before to NQ (3 days before) as agreed, otherwise test to

be arranged at the time of AT. Min 4kms duct to be tested in every 50Kms

route randomly.

<4 Km length coupler integrity to be test during AT by

consecutive 3 coupler check or pathon /duct rod randomly.

11

Concrete for

Protection

Block PCC 1:2:4 (1 cement: 2 coarse sand: 4 coarse aggregate of

20mm nominal size - compaction by vibrator; Smooth finishing with 1:3

i.e. 1 cement: 3 fine sand plaster) 30cm X 30 cm cross Section (80 mm

concrete at base of the trench for duct resting to avoid damage (for uneven surface).

12

OFC Cable

Armored OFC Cable to be laid as per PO. (No. of Fiber of the OFC should be mentioned in the PO).

1st OFC cable to be blown in the Orange Duct and any further / 2nd OFC cable will be blown in Green Duct/ Blue Duct/ Grey Duct (in prescribed order).

13

Cable

Blowing

Pressure

10KG/Sq. Cm and 700 CFM Discharge, Equipment should not damage the Optic fiber cable during blowing.

14

Cable Loop

at Bridge

Crossings

Bridge Crossing -

Bridge Length Up to 50 m – Loop Length, on single side 60 m.

Bridge Length > 50 m – Loop on both sides 60 m.

Cable Bend Radius to be min 800 mm.

15

Culvert /

Nala / Drain

Channel

Crossings

Preferably crossing should be from culvert/Nala/Drain channel bed as per the trenching / HDD guidelines and if above not possible then UP crossing with DWC+PCC 30cm*30cm,

And if ROW authority does not allow or narrow culvert/Nala and sufficient

space not available to do specified PCC then more than 15cm*15cm

dimension PCC also acceptable but in such case if digging is possible at

culvert/Nala try to do the digging to avoid any obstacle due to PCC. If PCC not possible to cover protection then UP crossing should be with

100mm GI of class B

16

NH/SH

Crossing

Nos. of HDPE Ducts to be laid and to be properly plugged.

Open Trench in Road cutting

Minimum 0.6 m depth to be maintained after cutting the road surface in open

trench and duct to be laid with DWC + CM (Chicken Mesh) + PCC.

Page 54: GENERAL (COMMERCIAL) CONDITIONS OF THE

53

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

If depth is <0.6m due to HR (Hard Rock) protection should be

DWC+CM+PCC up to road level to be done, If this procedure applied

then no penalty clause will be applicable with appropriate deviations.

DWC pipe to be placed with min 3m length coming outside black

topping if depth achieved as per specification or up to the specified

depth on both sides with enough holding beneath surface

HDD

Min Depth to be maintained as per soil Strata, < 1.2 m depth not

acceptable in HDD except in NH/SH/End to End CC/BT Road where

authority not allowed to give open trench permission and it should be

in writing.

If HDD depth found <1.20 m depth except as mentioned above then

Prorate penalty will be applicable if prior approval not taken for<1.20 m

work from competent authority.

Prefer Open trench method in <1.20 m depth with specified protection.

Loop Chamber to be provided on single side with 40 m loop in SH

crossing.

Loop Chamber to be provided on both side with 40 m loop in NH crossing.

Boring/Moling

1.20 m (Intracity) or 1.65m (Intercity) depth to be maintained as per

Soil Strata and DWC to be placed at both ends protruding out by 3 m

or up to the specified depth

INTERCITY

In case of multiple road crossings, Loop Chamber to be placed at every

500 m or less. Project Engineer to decide in consultation with

operations team and decide on number of additional loop chamber basis

the feasibility / criticality as per O&M perspective but not more than 2

Chamber in 1 Km length.

17

Railway

Crossing

Crossing to be done by HDD/Boring only and pit should be away

minimum >3~5 m from railway track or as per the available space.

Nos. of HDPE Ducts to be laid and to be properly plugged.

Loop chamber to be provided on one side with 40 m Loop in case of Single

railway track.

Loop chamber to be provided on both side with 40 m Loop in case

of more than 1 railway track.

18

Seasonal

Drains/

Rivers

Preferably crossing to be done by clamping along with the bridge

If above option is not feasible then, Trench depth should be >1.65m on

river bed for open trench and DWC+PCC protection with vertically

opposite reinforced U-clamp of 1m length to be placed with covering

of DWC on ducts for extra holding of DWC duct (to avoid flowing of

ducts)

Additional protection to be provided after jointly discussing with

Project, Operations and NQ if any criticality or threat as per O&M

perspective.

HDD can be done for both seasonal and temporary drains.

Page 55: GENERAL (COMMERCIAL) CONDITIONS OF THE

54

S.NO.

Item /

Measure

Intercity /Intracity

Specification /Target Value

19

Earthing

In Intercity at every 8km and at ADM/REG Site.

In Intracity , preferably at every Cable Joint (or as per feasibility)

Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate

3mm thick with Copper Wire/strip brazed to plate

Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter.

Resistance in normal soil shall be less than 1 ohm and in rock should be less

than 2 ohm.

20 Splicing Avg. Loss per Splice (at joint 0.07 dB Max), Total Average Splice Loss - 0.06

dB (all joints average).

21

Water

Penetration

Test

1 Hour for Joint Closure at 1m Depth under water (TEC and ITU-T

specification).

22

Fiber

Optical

Loss

Measurement to be taken at 1550 nm.

Max loss 0.25 dB/km of OFC Including Connector loss (end to end), however

t should not be less than 0.23 dB/km of OFC excluding connector loss (end to

end).

23

Route

Markers

Intercity -

At every 250 m and at Major Crossing, Major Trench Deviation or route

diversion at both end.

Intracity -

Where Conical chamber at “Zero” depth installed at road or foot path RM

installation not applicable but in gravel or out of road RM to be installed.

RCC (1:2:4) of length 1250 mm ± 20mm with bottom cross-section of 150mm

± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10 mm.

Embossed CUSTOMER OFC with Color Codes as per Specifications.

700 mm length of route marker shall be buried underground and 550 mm shall

be exposed (± 20mm).

To be installed at 0.5 m from back of the trench or safer place at gravel with

proper direction and distance mark with Arrow ( ) sign.

Electronic Route Markers shall be buried at depth of 0.9 m from ground in the

all SC and at 250m in trench Distance, wherever applicable.(If specifically

required will be mention in PO and also it should be clear in PO the scope

of supply responsibility).

In Hilly area RM length 750-800 mm ± 20mm with bottom cross-section of

150mm ± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10

mm.

400-450mm length shall be buried underground and 350-400mm to be

exposed (± 20mm).all other dimension letters are same as above.

RM not to be installed wherever Civic authorities does not allow in writing,

else Penalty clause will be levied.

Page 56: GENERAL (COMMERCIAL) CONDITIONS OF THE

55

S.NO. Item /

Measure

Intercity /Intracity

Specification /Target Value

24

Aerial

Cable

Temporary Aerial Cabling

Temporary Aerial cabling to be laid through Wooden/Bamboo or

support of trees (Bamboo pole diameter should be min 3” (inch) size

with adequate strength and height of the aerial cable shall be >10 (ft.)

from the ground level.

The installation of wooden Pole should be up to 3 feet depth filled with

M20 concrete in 200mm (dia) x200mm (Height) all-around of Pole

The bottom of pole should be painted with black color with anti-termite

and pasted properly while installing the Pole.

Pole can be placed at every 30 m -40 m intervals.

Mounting of OFC cable on pole shall be done through HDPE

conduit/duct from NGL.

Cable loop of approx. 10m at every 5th Pole or where route alignment

changes.

2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe

clamps (adjustable clamps) and proper clamp with poles.

Measurements Book to be made available.

OFC not to be tighten directly by string wire.

Commercial will be closed by SCM and this will be applicable, if work

allotted through PO.

(Not applicable for running route where due to any temporary issue work

required to be done to route made live)

25

Aerial

Cable

Permanent Aerial Cabling with ADSS OFC

(All-Dielectric Self-Supporting cable)

GI/MS (Silver color painted) pole to be used as per approved drawing

(pole type GI/MS should be as per PO)

Proper porcelain pulley or metal pulley or supporting clamps to be used

for OFC rolling as per sample snapshots.

Pole should be underground at least 1m and fix with proper 1:2:4

concreting (200mm(dia)*500mm(Height) all-around of pole

OFC loop approx. 10 m to be kept at every 5th Pole or every turning

Points with mounted “O” ring or clamp on pole loop radius should not

be less than 0.6m

OFC joint closure should be kept in proper order to avoid OFC bend.

Approx. 2- 3mm dia GI string wire to be used for support of OFC and

OFC not to be tighten directly by wire (in case Aerial cabling done with

OFC other than ADSS OFC).

26

Linear and

Ring Path

Linear and Ring path will be by separate trenching and minimum gap in

both trench would be >2.0 m in both Open and HDD method.

If gap <2.0 m in both path by any method will be called SPOF and

appropriate approved deviation is must.

27

Micro

Trenching

Specifications as below:-

Trench depth 1.0 feet; Width 80+mm for laying of two (40 mm ducts) in

parallel and after laying of duct, trench to be backfilled with PCC (1:2:4)

with proper compaction and curing.

Note: Please refer Fibmax Guidelines, Duct Guidelines and Deviation Approval Process as applicable.

Page 57: GENERAL (COMMERCIAL) CONDITIONS OF THE

56

4. FIBER EXECUTION GUIDELINES

DETAILED SURVEY POST PO ISSUANCE

4.1 Partner* / Project / Operations engineer shall survey the route and submit report to planning

with all details. Report should contain details of all Soil condition, bridges, culverts,

causeways, rail over/under bridges, level crossings (with LC number), CC roads, VIP area,

defense area, underground gas/oil/ water pipeline, other government authorities etc. Report

shall mention, disputed land, private land, Type of OFC laying technique feasible like HDD,

moiling, aerial, trenching, it will also mention expansion plans of existing carriage way,

permanent structures, if any, in near future within a period of five years. It must include

feasibility for positioning of man-hole/hand-holes at the required locations, business Potential

of route and sharing possibility. Name of Officials met to gather information for carriage-way

to be mentioned exclusively in the preliminary survey report. Details of other operator/s

executing on the same/nearby area, challenges faced by them must also be furnished.

Customer’s OFC route shall be on opposite side of existing BSNL’s/other operator’s OFC.

Where ever OFC of BSNL or any other Telecom Service Provider exists on the same side

where Customer’s OFC is planned, a minimum spacing of 1m or more must be kept,

otherwise suitable protection to Customer’s OFC shall be recommended.

4.2 A list shall be submitted by Partner* / Project / Operations engineer containing the office

address and contact numbers of concerned Assistant, Executive and Superintendent Engineer

of State Highway/National Highway (R&B) Division, Railway authorities, Municipal

Commissioners, City Chief Engineers, Mayors, State Electricity Board Officers, BSNL Office

In charge and District Forest Officers or any other authority / agency under whose jurisdiction

cable route falls, within 7 days from date of PO issuance.

*Dedicated survey Partner or Execution Partner.

5. GENERAL INSTRUCTIONS

5.1 After approval of Detailed Survey Report from the CUSTOMER and only after receipt of

ROW Permission / approvals from concerned authorities, Partner shall plan to start work by

deploying workforce first in difficult terrains such as Rocky area, Bridge/Nala/ Culvert, city,

town and village limits. Invariably the execution has to start from Customer’s existing nodes

(lighted fiber POP) – In-Building work to be done first to avoid any issue at later stage at

tower/ site end.

5.2 Partner shall not keep materials, cables and tools in such a manner as to cause interference

with free flow of traffic and cause inconvenience to public (Material should be stored at site

store which will arrange by partner.

5.3 Partner shall obtain all approvals, permits and licenses necessary to do work from appropriate

authorities.

6. BRIEF DESCRIPTION OF WORK :

Work, shall be carried out as per Specifications. The main steps are as under:

1. Obtaining ROW permission.

2. Excavation of trench/trenchless digging.

Page 58: GENERAL (COMMERCIAL) CONDITIONS OF THE

57

3. Laying of GI as per IS1239 Class B and / or DWC ducts as per IS14930 as additional protection for

the HDPE ducts at rail / road crossings, built-up area/city limits, on culverts, bridges, lesser depth

areas and also on stretches wherever required, as decided by the CUSTOMER’s Site-In charge of the

work as per specifications.

4. Laying of HDPE ducts and if asked nylon rope should be pulled through same.

5. Chambering or concreting(Block PCC 1:2:4) all round DWC duct as per IS14930 / or GI pipes (class

B) as additional protection on bridges, culverts and also on stretches wherever depth of excavation is

less than specified and wherever required as decided by CUSTOMER’s Site-In charge.

6. Reinstatement of excavated trench with proper compaction and crowning.

7. Fixing of duly galvanized clamps along with Fischer bolts for holding GI/DWC pipes at culverts and

bridges and where-ever necessary.

7. LOCATION AND ALLIGNMENT OF OPEN TRENCH :

Trench must be aligned according to permission granted by authority/agency. However

following guidelines must be adhered to:-

1. Trench must be done strictly within limits of the ROW permission granting authority.

2. Trench must not be done on the road berms. Where it is not possible to avoid the road berms, ROW

authorities / Circle Operation Head concurrence is must before start of execution.

3. Cross pits must be made manually to check presence of any underground utilities at adequate

spacing.

4. Trench boundaries shall be marked with rope / lime powder prior to digging in order to get trench in

straight line.

5. Trench shall be located at lowest point of lower area if feasible. Trench must not come over field’s

boundary or any heap of soil/garbage dump.

6. Trees roots must be by passed to avoid damage while trenching and ensuring safe passage of OFC.

Such negotiation should be of smooth curve.

7. Depth will be measured from lower side (in case of ground with slope) of natural ground level.

Where cable is laid through duct, depth of trench shall be measured from top of duct.

8. Specified trench depth has to be maintained always in all types of Soil.

9. However in certain exceptional site conditions like hills or hard strata it may not be feasible to dig

up to specified depth. In such cases, duct may be laid at lesser depth as per specification with DWC

pipe/GI pipe/ PCC concreting individually as per specification.

10. Mentioned depth will be measured from top of laid duct. In case hard rock of volcanic (Igneous) is

encountered from surface then deviation Type ‘A’, Type ‘B’, Type ‘C’ and Type ‘D’, are allowed

and no NC need to be filled. However the protections for other strata are as per table below.

11. In all cases of lesser depth, deviation notes will have to be raised and got approved as per table

mentioned in annexure. Reason for not achieving the specified depth along with type of deviation

should be clearly mentioned along with the details of protection provided.

12. Bottom of trench shall be uniform and should follow contour of ground. Width of excavated trench

sufficient to lay requisite number of HDPE Ducts and GI / DWC pipes and also concreting,

wherever required. Payment shall be made only on basis of running meter of completed work and

shall not be based on volume of excavation.

Page 59: GENERAL (COMMERCIAL) CONDITIONS OF THE

58

13. To prevent soil erosion due to free rain water flowing along or inside the trench, suitable

“Blockades/Stone pitching” will have to be constructed at every 10 m with height up to ground

level.

14. In city areas trench will normally follow footpath / pedestrian way of road except where it may

have to come to edge of carriage way or when cutting across road with specific permissions from

road authorities responsible (such permission will be obtained by Partner from concerned

authorities).

15. Outside the city limits trench will normally follow boundary of roadside land. However, where road

side land is full of burrow pits or forestation or when cable is to be laid along culverts/bridges or

cross streams, trench may be made closer to road edge or in some cases, over embankment or

shoulder of road. (The Partner will do all liaisons with concerned authorities and will obtain

permission for such deviations for cutting embankment and shoulder of road. Failure to do so will

compel Customer to pass on any penalty to Partner which may eventually be imposed by concerned

authorities).

16. Alignment of trench should be uniform and follow the ROW guidelines. While marking alignment

only centerline will be marked and Partner shall set out all other work to ensure that, excavated

trench is as straight as possible. Partner shall provide all necessary assistance and layout, at his own

cost for marking the alignment.

17. The Partner shall clear, prepare and grade the Right of Way to facilitate marking of the alignment of

the trench. Partner shall remove all bushes, undergrowth, stems, rocks and other obstacles to

facilitate marking the centerline without any extra charges. It is to be ensured that minimum

amount of bushes and shrubs shall be removed to clear way and Partner shall give all consideration

to preservation of trees within right of way.

18. Line up of trench must be such that HDPE duct(s) shall be laid in straight line, both laterally/

horizontally as well as vertically except at locations where it has to necessarily take a bend because

of change in alignment or gradient of trench. Minimum radius of two meters shall be maintained,

where necessary.

19. Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m

in both Open Trench Method If Gap <2.0 m in both path by any method will be called SPOF and

appropriate approved deviation must be there.

8.PRECAUTIONS TO BE TAKEN WHILE TRENCHING

1. It is required that trenches are not kept open. Trenching, cable laying/ducting and backfilling

activities be done parallel as far as possible. Any mishap or accident due to open trenches shall be

sole responsibility of Partner. CUSTOMER shall never be liable on any such account and no claim

on this account shall be entertained by them. Further, the Partner shall indemnify and keep

CUSTOMER fully indemnified against any liability arising out of or on account of such claims.

2. No trench shall be kept open close to carriage way/berm. Caution boards shall be displayed at all such

locations, to caution public. Partner shall protect all life and property from damage while doing

construction/trenching work.

3. If Warning covers of other services or operators are encountered during excavation, earth around

these is gently removed to loosen them. The covers are then removed and stacked outside the trench

for reuse. When underground plan of other services are exposed during excavation, adequate

protection is provided at suitable intervals along the run of these plans/services and concerned

authorities shall be informed.

Page 60: GENERAL (COMMERCIAL) CONDITIONS OF THE

59

4. In event of inadvertent damage, location and nature of damage must be intimated to concerned

department immediately. In the meantime action is taken for preventing aggravation of damage.

Damages are indemnified and losses are made good by Partner.

5. Necessary barricades, night lamps, warning boards and required watch man shall be provided by

Partner at his own cost, to prevent any accident to pedestrians or vehicles or animals. While carrying

out blasting operations, the Partner shall ensure that licensed blasting professional are employed for

the purpose and adequate safety measure are taken by cautioning vehicular and other traffic. He shall

employ sufficient manpower for this with caution boards, flags, sign writing etc. Any consequences

due to lack of precaution or otherwise, on this shall be sole responsibility of Partner.

6. Caution boards are set up at a height of 1.25 m above ground level so that they are visible from a

distance of 25 meters. Boards will have yellow and black background with writing in bold letters

with red fluorescent paint. Boards shall be displayed at start and finish point of area in which work is

under progress. Additional display boards are placed at either side of the trench. Boards must

indicate the name of trenching authority, name of Engineer in charge of work with contact phone

and dates of opening and closing trench. During night warning lamps (flicker lamp, lantern with

glass painted red) shall be provided. They are placed at locations so as to indicate length and width

of trench.

7. All work is supervised by Partner’s representative, who must carry with him following documents:-

8. Letter from CUSTOMER authorizing Partner to carry out work in the specific area.

9. Copy of permission issued by concerned authority.

10. Partner shall provide adequate precautionary measures to prevent caving in of the trenches while

excavation, due to soil condition. At such locations, width of the trenches shall be kept adequate and

necessary arrangement shall be made for safe working within trenches. Arrangement must also be

made for pumping out sub- soil/underground water from trench, if any.

11. In city limits as well as in built up area, Partner shall use manual labor only, and shall ensure that no

damage is caused to any underground or surface installations belonging to other public utility

services and/or private parties.

12. Temporary foot-bridges are provided when trenches are made across entrance of buildings etc.

13. Special care should be taken in digging footpaths. Proper protection shall be provided to avoid

accidents. No inconvenience should be caused to pedestrians.

14. Underground power cable is not to be moved. Electricity dept. is immediately informed. Horizontal

and vertical separation of 60 cm shall be maintained from power cable. As far as possible power

cable should be crossed at right angle.

15. Near foundations and boundary walls, excavation must be taken up in consultation of and in

presence of owners.

16. All necessary arrangement is made to maintain stability of trenching.

17. Rock Excavation is normally done by chiseling and Blasting is done, if permitted by local authority.

Necessary license must be obtained for blasting. Public property both below and above ground must

not be endangered damaged. All possible precautions must be taken for safety of public and staff

involved in the work.

18. However, along highways and cross country there shall be no objection to Partner resorting to

mechanical means of excavation, with approval of CUSTOMER Site-In charge provided that no

underground installation existing in path of excavation, if any, are damaged.

19. While the machine can be used for clearing small bushes, trees should not be cut or uprooted for

purpose of movement of excavating machines. Where such necessity arises, permission from

Page 61: GENERAL (COMMERCIAL) CONDITIONS OF THE

60

competent authorities to partially cut such trees should be obtained in writing. Compensation to cut

such trees for movement of machines shall be paid by the Partner and no additional payment shall be

claimed from CUSTOMER

20. Any valuable material of cultural/ historical/ archeological interest, if found while trenching, shall be

brought to the notice of CUSTOMER and the authority concerned

9.DUCT LAYING

1. Specified lengths of Ducts shall be laid using dispenser/de-coiler designed for the purpose. Partner

shall ensure that Duct laid is free from twist and kinks. Any collapsed portion of duct shall be

removed before backfilling and duct made continuous by putting couplers.

2. Place the duct in trench as straight as possible. However at bends horizontal and vertical minimum

bending radius as per specification to be maintained.

3. Ducts shall be laid in flat bottom trench free from stones, sharp edged debris. No water should be

present in trench, while laying the duct/DWC pipe.

4. Spacers must be used while installing multiple (five or more) ducts. Up to four ducts no spacer is

used. Partner shall ensure parallel lying of ducts (without crisscross).

5. Ends of ducts shall always be closed with End Plugs to avoid ingress of mud, water or dust.

6. The ducts shall be joined with couplers using duct cutter and proper tools only. Do not use hacksaw

to cut the duct. The duct joint shall be practically airtight to ensure smooth cable blowing using cable

blowing machines.

7. All coupler locations shall be covered with stone as per specification prior to backfilling and position

marked on ABD.

8.Never place coupler along the bent portion of duct/trench in both horizontal as well as vertical

direction.

9. Wherever GI pipes are used rubber bushes shall be used at the two ends of the GI pipes to protect the

damages of HDPE ducts. When GI pipes are to be laid with suitable bends, pipe bender is to be used.

The bends may be obtained by making proper ‘V’ cut on GI pipe at two locations close to the bend

and by applying bending force so that proper curvature is achieved without sharp corners. The

HDPE duct shall be inserted into the GI pipe before bending. GI pipe shall be welded at ‘V’ cut

edges after bending. None of the portion of duct will be visible at V-Cut location. It should be either

closed by welding or fixing “m-seal” on clean surface.

10. DUCT INTEGRATION TEST (DIT)

1. After backfilling ducts shall be tested for integrity (air tightness and kink-free shape). Air tightness

test is done by pressurizing 2 km duct stretch at a time. One end of duct will be closed and

compressed air at 5-6kg/cm2 is sent from the other end. At about 5kg/cm2 pressure the inlet of

compressed air will be closed. Fall in pressure should not be more than 50% in 1 (one) hour.

Page 62: GENERAL (COMMERCIAL) CONDITIONS OF THE

61

2. To check that duct has not collapsed or kinked a wooden/plastic cylindrical piece (shuttle) of size 150

mm (15cm) long and 0.75 X D mm in dia where ‘D’ is inner diameter of duct, is blown into the duct

with far end fitted with flexible wire grip/stocking. The wooden shuttle should pass through duct at

far end without any obstruction within approx. 10 minutes or less. Do not stand in front of the far

end of the duct under test as IT CAN BE FATAL.

11. CABLE BLOWING

1. Drum test will be carried out for every drum as per Drum Test Report format (to ensure that no

damage has been caused during transit). Cable drums after Inward Goods Inspection (IGI) should be

mounted on pay off stand, which is kept on plain ground for stability. Soil under the stand should be

firm, not to allow stand to tilt.

2. Process of OFC blowing is explained as under:-

3. Cable blowing machine (Cable jet or any other machine) should be deployed along with a good

compressor delivering 10 kg/ sq. cm pressure and 700 cfm discharge.

4. Cable drum will be loaded on payoff stand and unwound from topside of the drum. Pay off stand

should be placed properly so that it does not get tilted or fall down while dispensing OFC. First half

of total length should be blown through duct in one direction from the center of the span of the duct

in which cable is planned to be laid.

5. In case when complete half of the drum length cannot be blown in a single go, cable is blown up to

feasible distance by opening the coupler at that location and then balance length shall be blown and

stored in figure of “8” close to trench in obstacle free space. Further blowing shall be done from this

location.

6. The process at Clause 8.2 can be repeated so that complete length is blown on one side.

7. After blowing half-length in one direction the cable should be unwounded at the location of pay off

stand and stored in a figure of “8”. Then inner end of the OFC should be blown in opposite direction

as explained in Clause no. 8.2 above.

8. Kink in OFC during blowing and after blowing must be avoided. At blowing points, the last loop of

OFC should be manually pulled after cable blowing, couplers must be tightened

12.BACK FILLING

1. Back Filling in Rocky Terrain (Country Side) - Trench shall be initially filled with Sieved soil for

about 5 cm which will act as a Soft cushion/Padding and then duct is placed gently over it. After that

another layer of 10 cm of fine sieved soil is poured and then entire trench is backfilled with

excavated material.

2. Duct is laid through DWC/GI pipe, which is then covered with concrete as per specification. After

making concrete block the curing should be done at least for 7 days. Back filling in remaining

portion is done with crushed stones, which have been removed during excavation of trench. Top 10

cm of trench is to be filled with loose soil and crown of 25 cm made on trench.

Page 63: GENERAL (COMMERCIAL) CONDITIONS OF THE

62

3. In case of trench aligned at slope Blockades after every 10 meter in the form of vertical walls of Flag

stones or stone masonry be made to obstruct the flow of water. Rest of backfilling is as per above

Para’s.

4. Back Filling in Normal Soil - Under normal soil conditions duct is directly laid in trench and

backfilled in same manner as explained in section 9.1. Adequate dry compaction shall be done

before Crowning. Compaction is done in layers of 50 cm each.

5. Crowning - When backfilling has been done up to ground level a hump of soil is made to cater for

soil settlement. Entire excavated soil shall be used for back filling. Crowning shall be confined over

width of trench only. No surplus soil shall be left outside trench (Crowning will be excluding of

Trench depth).

6. Back filling on public, private roads, railway crossing, and footpaths in city areas shall be performed

immediately after laying HDPE ducts. Back filling at such location shall be carried out by dry

compaction in layers of 50 cm and thoroughly rammed; so as to ensure that original condition is

achieved and made safe to traffic. All excess soil/material left out on road/footpath shall be removed

without extra cost. However, along highways and cross-country, dug up material left out shall be

kept as heap above trench while refilling.

7. Back-fill shall be maintained by Partner against wash-out, settlement below original level and

rotting, until final completion of work and until first monsoon season and reinstated to keep leveled

condition as acceptable to the CUSTOMER Deployment team and highway/local authorities without

any extra payment. To ensure this, Partners agent will inspect compacted trench alignment after first

rain and re do work as pointed out by CUSTOMER operation engineers/ Area Manager. Decision of

CUSTOMER operation engineers/ Area Manager in this regard is final and binding on Partner.

13. BRIDGE / CULVERT CROSSING

1. The work involves laying of HDPE ducts through GI/DWC pipes laid on the bridge. DWC pipes are

to be used at such locations where sun rays and rain water don’t fall on them. Either one of the

following methods will be employed or same will be decided during first route survey by Partner and

Deployment team.

2. On Arch type bridges where depth up to 300 mm is not possible to dig, make a trench in bridge tar

road of 150-mm width and lay DWC duct as per IS14930 (certified by CIPET or equivalent certified

Govt. agency) or from approved vendor by Customer. In case of dry/seasonal rivers/drains, it is

advisable to cross water path from river-bed and protection as per specification - A trench of 1.6

meter or more is made. DWC ducts 117/100 mm with couplers are laid. Ducts (max 3 or as directed

by Customer operation engineer) are laid through the DWC duct. DWC duct are encased/covered in

30 x 30 cm beam with Smooth plaster/finish, Steel member 8 mm with stirrup at every 30 cm for

reinforcement. Beam should extend up to abutment of bridge. Length of DWC duct should go 5 m

beyond the abutment of Bridge on either side and BDL ducts should be protected up to 10 m all

around with 1:2:4 Block concrete. Backfilling of trenches on slopes (entry and exit of river/drain) to

be done as per Clause 10.3.

3. In case of river/Nala with water flow, the water path may be crossed from riverbed by diverting

water with temporary bunds. If 9.1, 9.2 and 9.3 are not feasible then GI pipe or DWC (DWC pipes

laid on the bridge. DWC pipes are to be used at such locations where sun rays and rain water don’t

Page 64: GENERAL (COMMERCIAL) CONDITIONS OF THE

63

fall on them, if direct sun rays cannot be avoided on DWC pipes then GI sheet cladding over DWC

pipe can be provided) is to be clamped on the outer side of parapet wall with the help clamps as

specified. Clamps and anchor bolts are to be fixed at specified spacing. Two GI pipes shall be joined

/ tightened properly with pipe wrench. The level of GI pipe shall always be below the road level.

4. If all options explained in 10.1, 10.2, 10.3 and 10.4 are not feasible in case of bridge / culverts with

wheel guard, and if the PWD/NH authorities approve, the GI/DWC pipe can be placed on the wheel

guard and concreted with PCC 1:2:4, with duct inside GI/DWC pipe. Proper slope at either end of

culvert/bridge should be maintained and the GI pipe should continue on either side and should

extend up to trench bottom 1.65 m, and covered with concrete.

NOTE: care needs to be taken “NOT TO REDUCE WIDTH OF CARRIAGEWAY”.

5. In case the parapet wall is non-existent or is in dilapidated condition, the clamps should be fixed on

slab of bridge if permitted.

6. Cable loop is to be left at bridge crossings in loop chambers as per specifications.

7. Before crossing culvert the local PWD engineer/ROW authorities must be consulted in charge for

future plan of expansion or re-construction and decide the alignment of trench (distance from road

center line).

8. Trench depth should be minimum of 1.65 m with DWC+PCC protection, length of trench should be

at least double of culvert length or 5 meter beyond abutment whichever is more. In rocky terrain

depth shall be 1.2 m with DWC+ PCC protection will be provided.

9. Leave the cable loop on each side of the culverts as specified. In case there are more than one culvert

over 500 m span, 20-30 m OFC coils to be kept at 500m or as per Customer operation engineer but

not more than 2 locations in 1 Km length.

10. Loop pit marker will be installed at Loop Pit.

14. ROAD AND RAILWAY CROSSING

1. Roads are to be crossed either by horizontal boring or by open cut as the case may be. Suitable

permission shall be obtained from Authorities concerned.

2. In either method of road crossing, DWC duct should be used with three (3) ducts in case of National

Highways (NH) or State Highways (SH). DWC duct should project 3m outside black topping on

either side in case of boring, and DWC should be provided for complete length of road crossing and

should project 3m outside black topping on either side in case of open trench.

3. In case of WBM roads, panchayat, Kacha roads DWC duct should be used. DWC duct should project

2 m on either side from road formation level.

4. Railway line crossing is to be done by HDD or boring or as per the instructions of Railway

authorities. Please ensure that permission to cross railways is obtained before execution.

5. Only 100 mm dia GI pipe or DWC duct 117/100mm, or whichever is permitted by Railway

Authorities is to be used in case of rail crossing. Length of projection of GI pipe/DWC duct beyond

rail lines should be kept as per approval from DRM office. HDPE ducts should be (3 Nos.) brought

out of railway boundary and properly plugged. Loop pit to be placed one side if single track and both

side if track is more than single line with 40m Loop.

Page 65: GENERAL (COMMERCIAL) CONDITIONS OF THE

64

15. SPECIFICATIONS FOR CONCRETING

1. Concreting shall be done as per specification. Depending on the situation and local authority

regulations at site, number and size of pipe to be laid/used, cross section dimension may vary to

ensure proper protection to pipes as well as uniformity with any existing structure/base, on which the

GI pipes or DWC duct are placed, as demanded by road authorities.

2. At both ends of Bridges/culverts, where GI pipes slope down and get buried, concreting shall be

carried out to ensure that no portion of the GI pipe is exposed and further down as required by the

CUSTOMER operation engineer to protect pipe from any possible damage externally caused.

3. Any damages caused to the existing structure such as footpath or base of parapet or curb wall on

which GI pipes or DWC duct are placed shall be repaired and original condition re-stored to

satisfaction of Road Authorities.

4. Partner shall provide all the materials required for the cement concreting work at the site. Cement

concrete mixture used shall be of 1:2:4 composition i.e. 1 cement: 2 coarse sand: 4 coarse aggregate

of 20mm nominal size. The aggregates should confirm to IS. Smooth finishing of exposed surface

shall be done with mixture of 1:3 i.e. 1 cement: 3 fine sand. (PCC should be placed in proper

shuttering at both side for box PCC)

5. When concreting is carried out in trenches, a layer of cement concrete mixture of appropriate width

80mm thickness shall be laid along trench(This will be applicable where trench surface are uneven

in Hard Strata due to stones and stones edges are sharp and possibilities of damage of ducts), before

laying HDPE ducts. HDPE ducts shall be then laid above this bed of concrete as per construction

specifications. After laying HDPE ducts the remaining concreting work shall be carried out to form

the cross sectional dimensions 300 X300 mm.

6. Portions where cement concreting has been done shall be cured for minimum 7 days’ time to harden

the surface. After curing refilling of balance depth of trench has to be done with excavated soil. In

case refilling is to be done immediately like city areas or close to carriage ways, the curing over soil

can be continued after refilling. It may be noted that no extra payment is admissible for arranging

necessary material, layout tools and machines, or for carrying water for curing while carrying out the

work.

16.EARTHING

1. A copper rod of around 20 mm dia and 0.5 m long or 1Feet X 1 Feet Copper plate 3mm thick with

Copper Wire/strip brazed to plate shall be buried along with good quality of Charcoal and salt at a

min 2.5 m depth from NGL or as required so that the resistance in normal soil shall not be more than

1 ohm and in rock not be more than 2 ohm.

2. A copper strip/braided flat 32 mm wide and 6 mm thick after bolting and welding with rod shall be

brought to the surface for bonding with the optic fiber armor. Specially made clamp, made of steel,

will also be used for bonding the braided copper wire with the copper rod and with cable armor for

avoiding corrosion and galvanic currents.

Page 66: GENERAL (COMMERCIAL) CONDITIONS OF THE

65

3. Multiple pits may be required in some of the locations where the soil resistivity is high. However,

under normal circumstances a single pit would be enough at the locations of good soil conductivity.

Locations where cable armor Earthing shall be done is as per specifications.

4. HORIZONTAL DIRECTIONAL DRILLING (HDD) : HDD is carried out where open trenching is

not possible /permitted. Following points must be ensured in case of HDD

5. Depth of HDD tunnel must be kept minimum 1.65 m to 3.0 m (Utilities to be taken care).In any case

lesser than 1.20m depth not acceptable by HDD method and if done, Prorate penalty will be

applicable for lesser depth.

6. Loop-pit markers must be fixed at the locations of HDD pits (both entry and exit points) as per the

specifications (Min 04 and Max 07/km).

7. Electronics route markers are invariably buried at HDD pits (If specifically required will be

mentioned in PO).

8. Locus /profile diagram of HDD must form a part of “As Build Drawing” and copy of same should

also be submitted with ROW papers.

9. The ducts in the intra-city fibre routes (including such inter-city routes that are common with intra-

city routes) shall be installed by Horizontal Directional Drilling method unless approved by

CUSTOMER CUSTOMER in writing for installation by other methods.

10. The Partner shall mobilize equipment suitable to install the ducts up to required / specified depth

below ground in all types of soils.

11. All concerned authorities (water, oil and gas pipeline operators, telecom operators, power companies

etc.) who may have their underground utilities in the area shall be informed well in advance and as

built drawings obtained to ensure proper planning of HDD operation and drilling profile.

12. Cross pits shall be made across approved duct alignment to verify information about existing

underground utilities/facilities as provided by authorities having jurisdiction over the area and also to

ascertain type of soil for safe working of HDD equipment.

13. Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m

in both HDD Method. If Gap <2.0 m in both path by any method will be called SPOF and

appropriate approved deviation must be there.

14. Alignment of trench should be uniform and follow the ROW guidelines.

15. Entry and exit pits shall be dug at both ends of the segment which shall later on become either a

location for man-hole/hand-hole in case of intra-city routes or for installing duct couplers in case of

inter-city routes. For inter-city routes MH/HH locations shall be as per issued for construction

drawings only.

Page 67: GENERAL (COMMERCIAL) CONDITIONS OF THE

66

16. The drilled hole profile between entry and exit pits (except transition areas) shall be as straight as

possible. The final HDD profile shall become part of as-built documents.

17. The hole made by HDD equipment shall be of adequate diameter to allow pulling all the ducts in one

go as a bundle. The ducts in the bundle shall be properly bundled using suitable spacers and tied

together during pulling. The capacity of pulling equipment shall be at least 1.5 times of theoretical

calculated pull force.

18. The Partner shall submit a detailed HDD procedure for review/approval of Company. The procedure

shall include at least following information:

a) Proposed locations, size and depth of entry and exit pits.

b) Proposed number of holes, hole diameter and hole profile for pulling HDPE

duct(s).

c) Proposed HDD machinedetails along with drilling direction control / steering

system details.

d) Pulling load calculations and details of pulling equipment (pull head, winch,

rope, etc.).

e) Method of safe disposal of bentonite slurry.

f) Drawing showing information at a) and b) above.

19. Upon obtaining approval of procedure, the Contractor shall prepare site by marking route and

digging entry/exit pits at predetermined locations and drill the hole of required size for pulling the

ducts through. Once the hole is ready, required number of ducts, already de-coiled and spread on the

ground, shall be connected to a pulling head and pulled through the hole. Suitable swivel joint shall

be used during pulling to prevent twisting of ducts during pulling.

20. The drilling machine and pulling equipment shall be removed and moved to new locations. The pits

shall be replaced with man-hole/hand-hole for termination of ducts and later blowing of cable and

remaining area backfilled and restored to a conditions agreed to with the authorities having

jurisdiction over the area. Bentonite slurry, if used, shall be recovered from the pits and disposed-off

in a safe and environmental friendly manner and at locations approved by Authorities.

21. The Partner may have to deploy more than one set of HDD equipment to achieve required lay rate

demanded by contract schedule.

22. In case of Crossings of existing utilities by HDD, minimum 0.5m vertical clearance from the

nearest utility is required. Requirements of installation by trenchless technique as per Clause 4.5

shall also be complied with.

17.MICRO TRENCHING :

1. MT is applicable wherever ROW is available with MT methodology and clearly mentioned in the PO

issued by SCM.

2. MT is permissible without any extra cost with prior approval from the competent authority for the

below scenarios:

Page 68: GENERAL (COMMERCIAL) CONDITIONS OF THE

67

3. Road Crossing not possible by open Trench or HDD method. (Specifications as per Specifications

mentioned in Section 3 of S.No.28)

18. AERIAL CABLING

18.1 TEMPORARY AERIAL CABLING WITH WOODEN/BAMBOO POLE

1. Temporary aerial cabling to be laid through Wooden/Bamboo pole or support of trees (Bamboo Pole

diameter should be min 3” (inch) size with adequate strength and height of the aerial cable shall be

>10 (ft.) from the ground level.

2. The Installation of Wooden Pole should be up to 3 feet depth filled with M20 Concrete in 200mm

(dia) x200mm (Height) all-around of Pole.

3. The bottom of the Pole should be painted with black color with anti- termite and pasted properly

while installing the Pole.

Pole can be placed at every 30 m- 40 m intervals.

Mounting of OFC cable on Pole shall be done through HDPE conduit/duct from NGL.

Cable loop of approx. 10m at every 5th Pole or where route alignment changes.

2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe clamps (adjustable

clamps) and proper clamp with Poles.

Measurements Book to be made available.

OFC not to be tighten directly by string wire.

Temporary Aerial Pole installation and laying Pics

Page 69: GENERAL (COMMERCIAL) CONDITIONS OF THE

68

18.2 PERMANENT AERIAL CABLING WITH ADSS OFC

1. GI Pole to be used as per drawing which approved by Planning.

2. Proper Porcelain pulley or metal pulley or supporting clamps to be used for OFC rolling as per

provided pics.

3. Pole should be placed at every 25 m - 30 m intervals or as per field requirement

4. Pole should be undergrounded at least 1M and fix with proper 1:2:4 concreting (200mm

(dia)*500mm (Height) all-around of Pole. Approx. 2- 3 mm dia GI string wire to be used for support

of OFC and OFC not to be tighten directly by wire (in case Aerial cabling done with OFC other than

ADSS OFC)

5. OFC loop approx. 10 m to be kept at every 5th Pole or every turning Points with mounted “O” ring

or clamp on Pole loop radius should not be less than 0.6M

6. OFC closure should be kept at proper order to avoid OFC bend.

7. Spiral clamp to be used at the pole to tighten the OFC which helps to avoid the direct tension on the

OFC.

Permanent Aerial laying Pics

Page 70: GENERAL (COMMERCIAL) CONDITIONS OF THE

69

19. SPLICING AND JOINT CLOSURE

1. Splicing is done using a good quality splicing machine. Splice loss per joint shall be minimum and

should not be more than Avg 0.07dB. In no case average Splice loss per link shall not be more than

0.06 dB (Sum of all joint average/No of joints).

2. At least 0.6 m to 0.8 m fiber should be stored in cable tray and 0.6 m to 0.8 m Buffer Tube loop to be

stored under the base of the Splice tray holders (Same applicable in fiber termination box also),

Fiber should be neatly coiled without kinks.

3. Minimum bending radius of 80mm should be ensured, Marking and Tagging to be done on each tray

of JC and on Cable at entry port respectively.

4. Joint closure should be sealed properly before it is taken out of splicing van. Joint closure assembly

should be done as per instructions of manufacturer.

5. After assembly, joint closure is to be clamped to joint pit in vertical direction such that dome portion

points towards sky and cables enter joint closure from bottom. This can also be achieved by using

fabricated galvanized clamps – picture shown below.

6. Leakage/ water penetration test must be conducted before clamping the joint closure and keeping for

1 hour under 1m water Depth (If any leakage found joint to be re- spliced).

7. Cable should not be bent at diameter less than 800 mm.

8. Splicing to be carried out in splicing Van or in Canvas tent to avoid any dust particles in Splicing

M/c, Fiber tray of closure.

20. TERMINATION AT MSU/RSU/ADM/ REG SITE AND MOBILITY FIBER POP

1. FDMS shall be deployed for Fiber termination and distribution.

2. Rack where FDMS is to be installed must be properly grouted and provided with Earthing.

3. Cable is brought into the building through duct in 100mm GI pipe (up to 3m height) irrespective of

any site. In case building is on higher floor where 100mm GI pipe is not feasible, 50mm GI pipe/

50mm Flexible GI pipe in sharp bend can be used for in- building works with separate path and if

both the above cases are not feasible HDPE duct clamping to be done with GI Sheet covering over

the HDPE duct to protect from direct sun light. Cable entry to the site must be properly sealed to

prevent any water seepage or rodent entry.

4. Approx. 2m OFC is kept/stored in Fiber Distribution Management systems (FDMS) for any

eventuality.

5. OFC entry in REG to be done through Hatch Plate and into FDMS shall be done through Top holes

provided for this purpose.

6. Fibers of OFC shall be spliced with pig tails and stored in the bottom tray, as per detailed

instruction of the FDMS Supplier. Bottom most splice module shall be used first for one cable (say

incoming cable) and 2nd module for the outgoing cable.

7. No mixing of incoming and outgoing OFC fibers is permitted unless specifically asked by Site

Engineer.

8. Pigtails shall be brought up by side and within space provided in FDMS up to Fiber Distribution

Module and shall be properly routed and stored, as per detailed instruction of Supplier of FDMS.

Pigtails routing shall be ready-to-remove type without disturbing any other pigtail.

9. Pigtails shall be mounted in designated adaptor and outer opening of adopter shall be capped.

Page 71: GENERAL (COMMERCIAL) CONDITIONS OF THE

70

10. Fiber Distribution modules for incoming and outgoing fibers shall be in sequence of Splice Modules

used for incoming and outgoing cables.

11. All covers shall be properly closed / locked to prevent any type of ingress of foreign material, duct,

insects, etc.

12. Cable armor steel tape shall be properly earthed with a separate copper wire (Not to the Strength

Member)

13. Flags shall be fixed with each pigtail depicting fiber number and station from where cable is

originating / terminating.

14. There shall not be any loose pigtails hanging or coiled at place other than specified.

15. Labeling and tagging to be done on FDMS and Cable.

21. JOINT PIT / LOOP PIT CHAMBER

1. Joint/Loop Pit is a RCC cylindrical pipe with 8 mm steel reinforcement, both directions.

2. A cover (Lid) of RCC having 50 mm or more thickness, 8/10 mm steel reinforcement in both the

directions with two handles (>10mm rod) for lifting is used for covering the joint pit.(In 2 Halves

lid also acceptable lid made as per specified material and dimensions.).Lid to be marked/embossed

as “CUSTOMER OFC”

3. Top of lid should be at a depth from natural ground level as per specification.

4. Anti-termite treatment is carried out on inside surface of pit and then it is packed with loose sand

before placing lid in all cases of intercity routes and as per Operation requirement in intercity

routes.

5. Simple Plugs, End Caps, Cable Ties to be provided and Cable routing, stenciling, base concreting

and duct entry sealing to be done inside the chambers.

22. ROUTE AND JOINT MARKERS

22.1 CONCRETE ROUTE MARKER

1. Route markers made of concrete will be provided at a distance of 250 m or wherever there is a

crossing or major deviation in the trench from being straight. At the crossing, route markers have

to be placed on both sides of the road, rail track, bridge, culvert etc. depending on the case. Route

markers shall also be put at coupler/loop pit locations and as suggested by site engineer.

2. Route marker shall be exactly as per details shown/Mentioned in annexure at end.

3. Route markers shall be embossed CUSTOMER OFC and shall be filled with fluorescent white

color. 700 mm length of route marker shall be buried underground and 550 mm shall be exposed.

Fixing of the route markers shall be done at 0.5 m from the back of trench and away from the road

center. ‘CUSTOMER OFC’ embossed on the marker shall face roadside.

4. Route markers and joint markers should never be put together. If such a situation is encountered

then route marker may be placed at 50 meter distance from joint pit marker.

5. RM not to be installed wherever Civic authorities does not allow in writing, else Penalty will be

applicable.

22.2 ELECTRONIC ROUTE MARKER

1. Electronic Route Marker will be placed as below if mentioned in PO and scope of supply should be

clear in PO.

Page 72: GENERAL (COMMERCIAL) CONDITIONS OF THE

71

2. Electronic Route Markers are placed in area like dense built up area, close vicinity of road edges,

etc. where placing of concrete route markers is not possible.

3. Electronic Route Markers can be used to mark and locate following:-

Cable Route

Road / Bridge / Rail / Canal crossings, etc.

Buried splices

Extra OFC loops

Pipe ends

Manholes under pavement or grade changes

Repair Points

Non-metallic lines

Snow covered installation

In trench close to road edge.

HDD pits

4. Electronic Route Markers shall be buried at depth of 0.9 m from ground in the trench during

backfilling the trench.

5. Electronic Route Markers shall be buried at a spacing of 250 m in general to mark trench / route on

country side and at approx. 150 m on zigzag routes within town / city. At all major road crossings

within the cities and at HDD locations, Electronic Route Markers shall be placed.

6. Trench shall be completely backfilled immediately after placing Electronic Markers.

7. Electronic Markers shall be located with electronic locator after tuning at specified frequency.

23. STONE/ RCC SLAB PROTECTION

1. Wherever cable is laid in cities, towns and villages where human habitation exists or where

construction activity can happen in near future, stone Kaddapa / Red Stone/ Farsi slabs (Flag stone)

of size 25 mm thickness (min) and 300 mm width and 500mm length shall be put after 30 cm

padding with excavated material over duct.

2. Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm

Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler position

on all sides.

3. Stone slab to be laid after 1ft backfilling then perform complete backfilling and mark position on

ABD (+/- 25% tolerance acceptable only in width and Length in stone slab).

4. In case stone slab is not available, RCC slab of size 600mm L x 300 mm W x 40 mm Thick shall be

used. Stretches for this protection will be decided during first route survey of Deployment team and

Partner representative.

24. RECORD KEEPING

All measurements will be recorded in Measurement Book / Sheet / Chainage sheet and reported on a

daily basis duly signed by Partner representative.

25. DAILY REPORT Partner will send Daily Progress Report of execution.

26. CIVIL AND OPTICAL ACCEPTANCE TESTING (AT) Acceptance Testing shall be done as per AT process (FF/NQ/AT 1.0)

Page 73: GENERAL (COMMERCIAL) CONDITIONS OF THE

72

MARKERS DRAWING - ANNEXURE

125 NOT TO SCALE

125

50 160 160

20 20 60

30 OFC

20 20 60

30 OFC

B

H

A

R

T

40I

35 8

250

50 G.L

B

H

A

R

T

40I

35 8

250

G.L 50

G.L G.L

BELOW GL SHALL BE 700 mm BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm' ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

Route Marker Splice Marker

125 125

50 50 160 160

20 20 20 60

30 OFC 20 OFC

B

H

A

R

T

40I

60

30 35 8

B

H

A

R

T

40I

35 8

250 250

50 G.L G.L

50 G.L G.L

BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm'

BELOW GL SHALL BE 700 mm

ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

Coupler Marker

NOT TO SCALE

Loop Marker

125 125

50 50 160 160

20 60

30 OFC

20 60

30 20 20

250

B

H

A

R

T I

40

35 8

OFC35 8

250

50 G .L G.L

50 G .L

B

H

A

R

T

4I0 G.L

BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'

BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'

NOT TO SCALE

POI

NOT TO SCALE

BB+ POI

ANNEXURE – 1/C (a): ROUTE MARKERS

Item Colour Spec. No. Material: RCC

Route Marker Colour Deep Orange IS-5, Shade No 506 Reinforcement-

6mm Dia MS Rods

4Nos Splice Marker – BB Golden Yellow Band IS-5, Shade No 313

Coupler Marker French Blue Band IS-5, Shade No 112

Loop Marker Brow Band IS-5, Shade No 403 Concrete: 1:2:4

PR/POI Fluorescent White Band M30 Grade

BB + PR/POI Golden Yellow Band + White Band

Page 74: GENERAL (COMMERCIAL) CONDITIONS OF THE

73

PRE - INSTALLATION CHECKLISTS FOR ROUTE MARKERS

Page 75: GENERAL (COMMERCIAL) CONDITIONS OF THE

74

Depend upon

chamber thickness

3” - 5” Galvanized Iron strip

Width of the flat = 2 inches

Thickness of flat = 2 mm/ 3 mm

350 mm

Dia. Depends on

Diameter of the closure

Riveted 6 mm Dia. Bolt

ANNEXURE –I/C (b): CLOSURE CLAMP

Page 76: GENERAL (COMMERCIAL) CONDITIONS OF THE

75

ANNEXURE – I/C (c) : JOINT PIT

Page 77: GENERAL (COMMERCIAL) CONDITIONS OF THE

76

G.L G.L

LID Lift Handles

CABLE DUCT

SPARE DUCT

BOTTOM PCC INVERTED ' U' CUT

ENTRY FOR DUCTS

Points to Remember :

1. Cable loop inside the chamber should not be kept less than 10m. Ideal 20m and rest as per the ground conditions.

2. Check the earth bolt at the back of the Joint closure before splicing

3. The bottom of the chamber to be closed with PCC / go for Covered bottom during fabrication

4. Clamp the closure properly in position and avoid sharp bends while coiling the OF cable loops.

DIAGRAM SHOWING JOINT PIT WITH ALL INSTALLATION DETAILS

JOINT

CLOSURE

CABLE LOOP

1. 5

m 1.0

m

Depth

from

GL

to

Lid

1.8

M

Page 78: GENERAL (COMMERCIAL) CONDITIONS OF THE

77

re

to

nt

ANNEXURE – I/C (d): EARTH PIT SPECIFICATION

Copper

rod

Copper Lug to connect Sample of Braided

copper strip

SCHEMATIC DIAGRAM SHOWING EARTHPIT AND EARTHING CONNECTIONS

G.L. G.L.

Braided Copper Wi

connected

earth bolt in joi

closure

Copper Wire (6 mm D)

Braided Copper Strip 32mm width X 6mm Thick

Layers of salt & charcoal

600 mm

8 0

0 m

m

1 0

0 0

m m

6 0

0 m

m

Page 79: GENERAL (COMMERCIAL) CONDITIONS OF THE

78

ANNEXURE – I/D: CONCRETE CHAMBER FOR OFC LOOP

Intracity

Five types of Precast Conical Chamber are broadly available.

1. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through)

2. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber)

3. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry)

4. RCC cylindrical pipe Chamber

5. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber)

I. Low Cost Pre-cast Concrete Conical Chamber (Small):-

Low Cost Pre-cast Chambers shall be used as HH / Pull through Chambers at every 250 m.

Construction and Specifications are given below.

Technical Specifications and Drawing for Low Cost Pre-cast Conical Chamber:-

Product type: Low Cost Pre-cast Concrete Conical Manhole Chamber.

Size: Height (With Cover) 800mm.

Base Dia (Inner) 810 mm.

Top Opening (Inner) 550 mm.

Thickness of each ring 60 mm.

Thickness of Base Plate 60 mm.

Base Plate Dia (3/4 pieces) 1000 mm.

Material Used: M 30 Grade Concrete.

Reinforcement:

In the rings: 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm TOR Steel

bars. In the top ring 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm

TOR Steel bars.

In top Cover: Multiple nos. of TOR Steel bars both ways.

Single Layer: - 8mm TOR Steel bars.

The Top Cover guarded by M S Plate and provided two 12 mm hooks for lifting.

Load Bearing: Suitable for 25 Tons (E.H.D. Cover Load as per IS: 12592 Specifications).

Page 80: GENERAL (COMMERCIAL) CONDITIONS OF THE

79

II. Pre-cast Concrete Conical Chamber (Medium):-

Pre-cast Chambers may be used in general OSP work in Intracity Routes. Depending upon the

strata and installation space available, size of this chamber may be reduced also just by

removing bottom precast ring.

Technical Specifications and Drawing for Pre-cast Conical Chamber (Medium):-

Product type: Pre-cast Concrete Conical Manhole.

Size: Height 1225mm.

Base Dia 1350mm.

Top Opening 780 mm.

Height of each ring 225 mm.

Thickness of each ring 52 mm.

Material Used M 30 grade Concrete.

Reinforcement:

In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported by

8mm TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm @ 75

mm c/c supported by 8mm TMT Steel bars.

In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.

Either Upper Layer: - 8mm TMT Steel bars @ 100mm c/c.

Lower Layer: - 8mm TMT Steel bars @ 50mm c/c.

Or Single Layer: - 10mm TMT Steel bars @ 70mm c/c.

The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting.

Load Bearing Suitable for an ultimate load of 35 tons (E.H.D. Cover Load as per ISI: 12592

Specifications).

Pre-cast Concrete Conical Chamber (Medium)

Page 81: GENERAL (COMMERCIAL) CONDITIONS OF THE

80

III. Pre-cast Concrete Conical Chamber (Large):-

These Pre-cast Chambers are generally used in Intracity Network at strategic locations only

where OFC is required to be entered from multiple directions at least 4 directions (e.g.:- Core

BTS Site, BSC, MSC, RBSC). Depending upon the strata and installation space available,

size of this chamber may be reduced also just by removing bottom precast ring.

Technical Specifications and Drawing for Pre-cast Conical Chamber (Large):-

Product type: Pre-cast Concrete Conical Manhole.

Size: Height 1950mm.

Base Dia 1690mm.

Top Opening 770-780 mm.

Height of each ring 225 mm.

Thickness of each ring 50-52 mm. Material Used M 30 Grade Concrete.

Reinforcement

In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported by

8mm TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm @ 75

mm c/c supported by 8mm TMT Steel bars.

In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.

Either Upper Layer: - 8mm TMT Steel bars @ 100mm c/c.

Lower Layer: - 8mm TMT Steel bars @ 50mm c/c.

Or Single Layer: - 10mm TMT Steel bars @ 70mm c/c.

The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting.

Load Bearing Suitable for an ultimate load of 30 tons (E.H.D. Cover Load as per ISI: 12592

Specifications).

Pre-cast Concrete Conical Chamber (Large)

Page 82: GENERAL (COMMERCIAL) CONDITIONS OF THE

81

IV. RCC cylindrical pipe Chamber:-

Technical Specifications for RCC Cylindrical pipe chamber:-

Product type: RCC Cylindrical pipe made by spun concreting chamber.

Size: Height (Without cover) 600 mm. Inner Dia750 mm.

Outer Dia 900 mm.

Thickness of cover 100 mm.

Wall thickness. 70-100 mm. Reinforcement

In the RCC Cylindrical pipe chamber: TOR steel of size 12mm steel reinforcement in both

directions.

In Top cover (Lid): Lid of RCC having 100 mm or more thickness, 10/12 mm steel

reinforcement in both the direction single layer.

The Top Cover guarded by MS Plate and provided two 12mm hooks for lifting

Load bearing: Suitable up to 25 Tons.

Material used: M 30 grade concrete.

Page 83: GENERAL (COMMERCIAL) CONDITIONS OF THE

82

V. Site-cast Concrete Vertical Chamber :-

Alternate to Conical Chambers are Site Cast Chambers and are used in West Region

(Maharashtra). These chambers have single body structure and a split lid.

Technical Specifications to be as per below dimension:-

Dimension for square Dimension for cover square chamber

Construction and Specifications for square chamber

Height:- 1200mm

Wall Thickness:- 150mm (with Iron rod 8mm reinforcement in both directions at 10mm distance)

Length x Width:-1300x800mm

Lid: - Split Type 50mm thick, with Iron rod 8mm reinforcement in both directions at 10mm distance.

Lid Should be cast in 3mm thick GI Sheet tray to avoid distortion & corner/casting damage by

travelling of vehicles (Dimension as per the lid size)

Note: - Dimensions Variation can also be accepted based on actual site conditions with justified reason.

Page 84: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 83 of 100

ANNEXURE-II

REF NO.

BANK GUARANTEE PROFORMA

1. As agreed under the relevant terms and conditions of Purchase Order Ref ____________________

dt ____________ (hereinafter called the said Purchase Order) between M/s. ITI Ltd., NS Unit, Dooravani

Nagar, Bangalore-560 016, India. (Hereinafter called the purchaser) and

M/s. ______________________________________________ (hereinafter called the supplier) for supply

of __________________________________________, the supplier hereby agrees to furnish a security

Deposit against supply performance by way of an irrevocable Bank Guarantee for Rs. __________

(Rupees. ____________________________). We ______ (indicate the name of Bank) (hereinafter

referred to as ‘THE BANK’ at the request of the supplier do hereby undertake to pay to the purchaser, an

amount not exceeding Rs. _____________ (Rupees. ________________________ ________) against

any loss or damage caused to or suffered or would be caused to or suffered by the Purchaser, by reasons

or breach by the said supplier of any of the terms or conditions contained in the said Purchase Order.

2. We _____ (indicate the name of the Bank) do hereby undertake to pay the amount due and payable under

this Guarantee without any demur, merely on a demand from the purchaser stating that the amount

claimed is due by way of loss or damage caused to or would be caused to or suffered by the purchaser, by

reason of breach by the said supplier of any of the terms and conditions contained in the said Purchase

Order or by reason of the supplier’s failure to perform the said Purchase Order. Any such demand made

on the bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee

shall be restricted to an amount not exceeding Rs. ________________ (Rupees.

__________________________________________).

3. The Bank further agrees that the Purchaser shall be the sole judge as to whether the said Supplier has

committed any breach or breaches of any of the terms and conditions of the contract and the extent of

loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by

the Purchaser on account thereof, and the decision of the Purchaser that the said Supplier has committed

such breach or breaches and as to the amount or amounts of loss, damage costs, charges and expenses

caused to or suffered by or that may be caused to or suffered by the Purchaser from time to time shall be

conclusive, final and binding on the Bank.

4. We undertake to pay to the Purchaser, any money so demanded notwithstanding any dispute or disputes

raised by the Supplier in any suit or proceedings pending before any Court or Tribunal relating thereto our

liability under this present being absolute and unequivocal.

5. It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the

Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any

security which the Purchaser may have obtained or obtains from the Supplier.

6. We _________ (indicate the name of Bank) further agree with the Purchaser, that the Purchaser shall

have the fullest liberty without our consent and without effecting in any manner our obligation hereunder

to vary any of the terms and conditions of the said Purchase Order or to extend time of performance by

the said Supplier from time to time or to postpone for any time of from to time any of the powers

exercisable by the Purchaser against the said Supplier and to forbear or enforce any of the terms and

conditions relating to the said Purchase Order and we shall not relieved from our liability by reasons of

any such variation, or extension being granted to said Supplier or for any forbearance, act or omission on

Page 85: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 84 of 100

the part of the Purchaser or any indulgence by the Purchaser, to the said Supplier or by any such matter or

thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so

relieving us.

7. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Supplier.

8. We _____________ (indicate the name of Bank) undertake not to revoke this Guarantee during its

currency except with the previous written consent of the Purchaser, in writing.

9. Notwithstanding anything contained in the foregoing clauses, our liability under this guarantee is

restricted to Rs. ____________________(Rupees. ____________________________________) and

our guarantee shall remain in force until __________ (Date of expiry of warranty period). Unless a

demand is made against us to enforce a claim under this guarantee within three months from the date of

expiry of warranty period, all your rights under this guarantee shall be forfeited and we shall be relieved

and discharged from all liability hereunder.

DATE:For __________ (indicate the name of Bank)

PLACE:

Page 86: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 85 of 100

Annexure-III

INTEGRITY PACT

Between

ITI LIMITED hereinafter referred to as “The Company” and ……………………… ….……………………………… hereinafter referred to as “The Bidder/Bidder” Preamble

The Company intends to award, under laid down organizational procedures, contract/s for -------------------------------------------------. The Company values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Bidder/s. In order to achieve these goals, the Company will ensure monitoring of the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Company 1.The Company commits itself to take all measures necessary to prevent corruption and to

observe the following principles: - (a)No employee of the Company, personally or through family members, will in connection

with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

(b)The Company will, during the tender process treat all Bidder(s) with equity and reason. The Company will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

(c)The Company will exclude from the process all known prejudiced persons.

2.If the Company obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Company will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Bidder(s)

1.The Bidder(s)/Bidder(s) commits itself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

(a) The Bidder(s)/Bidder(s) will not, directly or through any other person or firm, offer,

promise or give to any of the Company’s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit

Page 87: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 86 of 100

which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

(b) The Bidder(s)/Bidder(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

(c) The Bidder(s)/Bidder(s) will not commit any offence under the relevant Anti-Corruption Laws of India; further the Bidder(s)/Bidder(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Company as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

(d) The Bidder(s)/Bidder(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

2.The Bidder(s)/Bidder(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process & exclusion from future contracts If the Bidder(s)/Bidder(s), before contract award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Company is entitled to disqualify the Bidder(s)/ Bidder(s) from the tender process or take action as per the defined procedure. Section 4 - Compensation for Damages

1. If the Company has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Company is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

2.If the Company has terminated the contract according to Section 3, or if the Company is

entitled to terminate the contract according to section 3, the Company shall be entitled to demand and recover from the Bidder the amount equivalent to Security Deposit / Performance Bank Guarantee in addition to any other penalties/ recoveries as per terms and conditions of the tender.

Section 5 - Previous transgression 1.The Bidder declares that no previous transgression occurred in the last 3 years with any other

Company in any country conforming to the Anti-corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

2.If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the defined procedure.

Page 88: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 87 of 100

Section 6 – Equal treatment of all Bidders/Bidders/SubBidders 1.The Company will enter into agreements with identical conditions as this one with all

Bidders/Bidders. 2.The Bidder(s)/Bidder(s) undertake(s) to demand from all subBidders a commitment in conformity

with this Integrity Pact.

3.The Company will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions.

Section 7 – Criminal charges against Bidder(s)/Bidder(s)/Sub Bidder(s) If the Company obtains knowledge of conduct of a Bidder, Bidder or Sub Bidder, or of an employee or a representative or an associate of a Bidder, Bidder or Sub Bidder, which constitutes corruption, or if the Company has substantive suspicion in this regard, the Company will inform the Corporate Vigilance Office. Section 8 –Independent Monitoring

1. Competent and credible monitoring will be done as to whether and to what extent the parties comply with the obligations under this agreement.

2. Monitoring will be performed neutrally and independently and report to the CMD of ITI LIMITED.

3. The Bidder(s)/Bidder(s) accepts that the monitors have the right to access without restriction to all Project documentation of the Company 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 same is applicable to sub Bidders. The monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Bidder(s)/Sub Bidder(s) with confidentiality.

4. Notwithstanding anything contained in this Section, the Bidder(s)/Bidder(s) shall have no obligation whatsoever to provide any internal costing mechanisms or any internal financial or commercial data pursuant to any audit or review conducted by or on behalf of the Company. Further, the Bidder(s)/Bidder(s) shall not be required to provide any data relating to its other customers, or any personnel or employee related date.

5. The Company will provide sufficient information about all meetings among the parties related to the Project to the monitor provided such meetings could have an impact on the contractual relations between the Company and the Bidder.

6. Upon notice of any violation of this agreement, the Management of the Company may take corrective action or other relevant action.

Page 89: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 88 of 100

7. If a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India is reported to the CMD of ITI LIMITED, and ITI LIMITED has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Corporate Vigilance Office, this information may directly be transmitted to the Central Vigilance Commissioner, Government of India.

8. The word ‘Monitor’ would include both singular and plural.

8.1 Details of the Independent External Monitor appointed by the Principal at present is

furnished below: -

Shri Javeed Ahmad, IPS(Retd.) M-1101, Shalimar Gallant Apartment,

Vigyanpuri, Mahanagar, Lucknow-226006

Section 9 – Pact Duration

1. This Pact begins when both parties have legally signed it. It expires for the Bidder 12 months after the last payment under the contract, and for all other Bidders 6 months after the contract has been awarded.

2. If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by CMD, ITI LIMITED.

Section 10 – Other provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Company, i.e. Bengaluru. The arbitration clause provided in the tender document / contract shall not be applicable for any issue /dispute arising under Integrity Pact.

2. Changes and supplements as well as termination notices need to be made in writing.

3. If the Bidder is a partnership or a consortium, this agreement must be, signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

-------------------------------- --------------------------------- For M/s ITI LimitedFor the Bidder/Bidder Place……………………Witness 1: …………………………

Date ……………………Witness 2: …………………………

Page 90: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 89 of 100

Annexure-IV

Proforma of Agreement

An AGREEMENT made this day the ------------------------------- Between ……………………………… ……….…………………….. (hereinafter called the “BIDDERS”) of the first part and M/s ITI LIMITED, …………………… ……………………………….....(hereinafter called the “COMPANY”) of the second part.

Whereas the Bidders have by tender dated--------------------------offered to execute and fully complete the intended works in connection with the construction of ………………………………… ………………………………………………………………………………………………………………for the company as set forth in the tender as amended and the drawings, general conditions, special conditions, specifications, bill of quantities and schedule hereto annexed according to the terms, obligations and conditions therein contained at and for an approximate total sum of Rs. ………………… (Rupees …………………………….…………………..…………………………………… ………………. ………….................................………………………………………………) and company has accepted such itemized rate tender in terms of its letter no ……………………………………………………………… Dated ……………………

Now this AGREEMENT witnesseth as follows :

1.The BIDDERS covenant and agree with the COMPANY that the BIDDERS will within the time

of………….. months from the date stipulated in the work order and in the manner and

pursuant and subject to all and singular the terms, obligations and conditions in the said tender

as amended and the drawings, general conditions, special conditions, specifications, bill of

quantities and schedule provide, contained and referred to execute and fully complete all and

singular the works specified, described or referred to in and by the said tender as amended

and the drawings , general conditions, special conditions, specifications, bill of quantities and

schedule and will well truly observe, perform, fulfill, submit to and keep all the said terms,

obligations, conditions, and matters in the said tender as amended and drawings general

conditions, special conditions, specifications, bill of quantities and schedule contained and

referred to and on the part of the BIDDERS to be observed, performed, fulfilled, submitted to

or kept according to the true intent and meaning of the said tender as amended and the

drawings general conditions, special conditions, specifications, bill of quantities and schedule.

Any items not covered by the tendered rates will be worked out as per special conditions

attached to the tender documents.

2.In case the work is not completed in the manner mentioned above to the complete satisfaction of

the COMPANY in every respect within the aforesaid time limit of ……………. Months from the

stipulated in the work order, the BIDDERS agree to pay a penalty of………..% of the value of

the work order for each week of delay beyond the date stipulated for the completion, subject,

however to a maximum of ………….% of the work order. It is agreed that time is the essence

of the contract.

Page 91: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 90 of 100

3.In consideration of the premises the COMPANY covenants with the BIDDERS that it will pay to

the BIDDERS at the several times and in the sums, proportions and manner in the said,

general conditions, special conditions in that behalf provided the amount accruing from time to

time, but subject to Conditions therein contained.

4.This agreement further witnesseth that the BIDDERS hereby covenant with the COMPANY that in

the event of the non-fulfillment in any respect by the BIDDERS of the said covenants, terms,

agreements, obligations will pay to the COMPANY all loss, damages, costs, charges and

expenses as the COMPANY may be directly or indirectly put to in consequence of such non-

fulfillment by the BIDDERS.

5.If the BIDDER fail to perform the contract or carry out the contract to the satisfaction of the

COMPANY within the period fixed for the purpose or at any time repudiates the contract

before the expiry of such period, the General Manager (Civil) or any officer of the COMPANY

so authorized may, without prejudice to the right of the COMPANY to recover from the

contactors damages for the breach of the contract, terminate the contract as the whole or

terminate a part of the contract at the risk and cost of the BIDDERS without prior notice and

get the balance work executed through some other agencies and held the BIDDERS liable for

all the losses and expenses incurred by the COMPANY. The decision of the General Manager

(Civil) is final with regard to the satisfactory performance of the Contract and is binding on both

the parties.

6.In the event of any disputes arising in connection with this contract, it is further agreed that such

disputes shall be referred to the sole arbitrator as per the arbitration clause in the general

terms and conditions of the contract.

7.The following documents are deemed to form Part and parcel of the agreement viz., the tender

dated …………………………and letter no ……………………………….. dated

……………………………..the general terms and conditions, special conditions, the

specifications, the priced bill of quantities, the schedule of rates and

dated……………………………..all of which for the purpose of identification have been signed

by the……………... ………………………………………………..on the behalf of the COMPANY,

and ……………………………………………………….. on behalf of acceptance and all letters

referred therein will also form a part of this agreement.

8.This agreement further witnesseth that the BIDDERS are responsible for any accident or other

compensation payable to the workman employed by the working under the control of

BIDDERS that the COMPANY has no sort of liability in the matter, and that if any payment

would have to be made by the COMPANY, the same shall be reimbursed by the BIDDERS.

Page 92: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 91 of 100

In witness where of the said parties here to have hereunto set their hands.

For, ITI LIMITED

For,

Authorised Signatory PROPRIETOR

Witnesses: Witnesses:

1.………………………………………1. ………………………………………

2.……………………………………… 2. ………………………………………

Place : Date :

Page 93: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 92 of 100

Annexure-V

DECLARATION OF TENDERERS FROM…………………………………………………………………………………………………………………

…………………………………………….

………………………………………………………………………………………………………………………………………………………………

TO

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

………………………………………………………………………………………………………………………………………………………………

1.I/We…………………………………………………………………………………………………………. have read

the conditions of the tender and tender documents attached here to and agree to abide by such

conditions. I/We offered to do -------------------…………………………………… at the rates quoted in the

attached schedule to complete the works on or before the dates mentioned in time schedule for

completion of works.

2.I/We further agree to sign an agreement, bind to abide by the general conditions of contract and to carry

out all works according to the specifications laid down in the tender papers. I/We hereby pay the

earnest money of ……………………………………….by demand draft/banker’s cheque . I/We bind

myself/ ourselves to deposit the security deposit as prescribed within 15 days after receiving the notice

that the contract has been awarded to me / us failing which I/We have no objection to the forfeiture of

the earnest money in full; otherwise the said earnest money shall be retained by the said company

towards security deposit as specified in the conditions. I/We further bind myself /ourselves to execute

the contract document and to commence the work with 15 days after issue of work order in writing as

aforesaid failing I/We agree to the company forfeiting the earnest money and security deposit deposited

with them. The accepting authority shall also be at liberty to cancel the acceptance of tender, if I/We fail

to deposit the security amount as specified or to execute an agreement or to start work as stipulated in

the tender documents.

3.I/We hereby enclose declaration of my/our experience of execution of works of similar nature and

magnitude carried out by me/us in the prescribed proforma, and also the income tax and sales tax

clearance certificates.

4.The offer shall remain open for acceptance by the Accepting Authority for a period 3 months from the

date of opening of the tender.

Page 94: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 93 of 100

Date:

Signature of tenderer with seal of the firm

witness……………………………………………………….

(Name in block letters) Power of attorney in case the tender is signed by the authorized nominee must be enclosed. Address: Occupation:

Page 95: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 94 of 100

Annexure-VI

Non-Disclosure Agreement (Between M/s ………. & ITI Ltd)

This Agreement is made between:

xxxxx, a Company incorporated under the Companies Act, 1956, having its Registered Office at

……………………………………………, CIN No - ……………………………. (hereinafter referred

to as “XXX” which shall include its successors and permitted assigns, herein after referred to as IP);

and

ITI Limited, a Company incorporated under the Companies Act, 1956 having its Registered & Corporate

Office at ITI Bhavan, Dooravaninagar Bangalore - 560016, INDIA, CIN No:

L32202KA1950GOI000640 (hereinafter referred to as “ITI” which shall include its successors and

permitted assigns).

xxxxxxxxxxxxx and ITI are hereinafter also referred to individually as “Party” and collectively as

“Parties”.

Background:

The Parties are evaluating and negotiating a potential contractual relationship, subject to mutually

agreed definitive agreement, as per Tender No. ---------------due on ……. issued by ITI Limited for

“……………………………………………………………………………………………” (the

"Project").

(A)XXX may in these evaluations and negotiations disclose certain Confidential Information (as defined

below) to Company;

(B)The Parties agree that the disclosure and use of Confidential Information is to be made on the terms

of this Agreement.

The Parties agree as follows:

1Definitions

In this Agreement, the following definitions apply:

"Affiliate" means, at the time of disclosure of any Confidential Information, any legal entity that directly

or indirectly controls, is controlled by, or under common control with, a Party.

"Agreement" means this Non-Disclosure Agreement, as amended from time to time under Section 8.

"Confidential Information" means any information that is disclosed or made available in any form by

XXX to Company, or that Company has gained knowledge from XXX as a result of this Agreement, but

only if:

(a)such information is disclosed by XXX in writing, it is marked as confidential on disclosure;

(b)such information is disclosed by XXX orally, it is identified as confidential on disclosure;

(c)such information is disclosed in any other manner; it is designated in writing as confidential on

disclosure; or

(d)the nature of such information otherwise makes it clear that it is confidential;

but excludes information that:

(e)is or becomes publicly available, except by an act or omission of Company,

(f)is demonstrably developed at any time by Company without use of such information, or

Page 96: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 95 of 100

(g)is lawfully obtained at any time by Company from a third party without restrictions in its disclosure

or use.

"Project" means the project defined under (A) in "Background".

"Purpose" means the evaluations and negotiations of a contractual relationship between the Parties for

the Project.

2Non-disclosure of Confidential Information

2.1Subject to Section 4, Company must not disclose Confidential Information to any third party.

2.2Company is liable for:

2.2.1its loss or its unauthorized disclosure of Confidential Information, and

2.2.2any loss or unauthorized disclosure of Confidential Information by any person that Company may

disclose and has disclosed Confidential Information to under this Agreement.

2.3But Company is not liable under Section 2.2 if both of the following conditions are fulfilled:

2.3.1Company has used the same degree of care in safeguarding the Confidential Information as it uses

for its own similar confidential information, but not less than a reasonable degree of care; and

2.3.2Company notifies XXX immediately after it becomes aware of such inadvertent or unauthorized

disclosure and takes reasonable measures to mitigate the effects of such disclosure and to prevent any

further disclosure.

3Use of Confidential Information

3.1Company shall only use the Confidential Information for the Purpose.

3.2The Confidential Information is provided “as is” without warranty of any kind and will remain the

property of XXX.

3.3Nothing in this Agreement assigns or transfers XXX’s intellectual property rights in any Confidential

Information to Company.

4Permitted Disclosure of Confidential Information

4.1Company may only disclose Confidential Information to its employee, consultant or Affiliate if the

disclosure is necessary for the Purpose.

4.2Company may disclose Confidential Information to its Affiliate or consultant, and the Affiliate or the

consultant is entitled to use the Confidential Information, but only if:

4.2.1the Affiliate or consultant uses the Confidential Information to the same extent as Company may

under this Agreement; and

4.2.2Company undertakes that any Affiliate or consultant that receives Confidential Information will

comply with this Agreement or with separate confidentiality obligations as restrictive as this Agreement.

4.3Subject to 4.2, Company may disclose Confidential Information to any other third party, but only if:

4.3.1XXX consents in writing before disclosure; and

4.3.2Company undertakes that any such third party that receives Confidential Information will comply

with this Agreement or confidentiality obligations as restrictive as this Agreement.

4.4Company may disclose Confidential Information if:

4.4.1such disclosure is in response to a valid order of a court or any other governmental body having

jurisdiction over this Agreement, or

Page 97: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 96 of 100

4.4.2such disclosure is otherwise required by law or the rules of any stock exchange on which the shares

or other securities of either party or its Affiliates are listed,

but only if (to the extent possible) Company has first given prior written notice to XXX and made

reasonable efforts to protect the Confidential Information on such disclosure.

5Copying and return of furnished instruments

5.1Company may not copy any instruments furnished by XXX and containing Confidential Information,

unless and to the extent necessary for the Purpose.

5.2Any models, computer programs, documents and other instruments containing Confidential

Information remain XXX's property. Company shall at its own cost return or destroy any such

instruments or its copies at XXX's request.

6Non-disclosure of negotiations

Subject to Section 4, neither Party may disclose to any third party the fact that the parties are evaluating

and discussing the Project, without the other Party’s consent. This undertaking survives the termination

of this Agreement.

7Term and termination

7.1This Agreement comes into force on the day that both Parties duly sign it. But this Agreement applies

to any Confidential Information that may have been disclosed before this time in connection with the

Purpose.

7.2This Agreement terminates Five (5) years after the date both Parties signed it or earlier, if it is

superseded by stipulations of any future agreement between the Parties for the Project or if the Parties

decide to end the Project. Notwithstanding the above, the rights and obligations set forth in this

Agreement which have accrued prior to termination shall survive the termination or earlier expiration of

this Agreement for a period of five (5) years.

8Amendments

This Agreement may only be amended or modified by written agreement between the Parties.

9Governing law and arbitration

10ARBITRATION

10.1The Parties shall make best efforts to settle any/all disputes amicably within 30 days of

communications thereof.

10.2All disputes or differences whatsoever, arising out of this NDA including the interpretation of any

provisions shall be settled by arbitration in accordance with the provisions of Indian Arbitration and

Conciliation Act, 1996. The Arbitration panel contains three Arbitrators, one to be appointed by the ITI

and the other by XXX and the third Arbitrator shall be appointed by Arbitrators appointed as above. The

decision of the Arbitrators will be binding on all the Parties to this NDA. The language of the

Arbitration Proceedings shall be English. The place of Arbitration Proceedings shall be Bangalore,

India.

10.3The above clauses on Arbitration shall survive for three (03) years even after the expiry/termination

of NDA.

10.4It is expressly understood and agreed by and between XXX and ITI that ITI is entering into this

NDA solely on its own behalf and not on behalf of any other person or entity. In particular, it is

Page 98: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 97 of 100

expressly understood and agreed between the Parties that the Government of India is not a party to this

NDA and has no liabilities, obligations or rights hereunder. It is hereby expressly understood and agreed

that ITI is an independent legal entity with power and authority to enter into contracts solely on its own

behalf under the applicable Laws of India and general principles of Contract Law. ITI represents and

XXX expressly agree, acknowledge and understand that ITI is not an agent, representative or delegate of

the Government of India. It is further understood and agreed between the Parties that the Government of

India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs

arising out of the contract. Accordingly, XXX hereby expressly waive, release and forego any and all

actions or claims, including cross claims, impleader claims or counter claims against the Government of

India arising out of this contract and covenants not to sue the Government of India as to any manner,

claim, cause of action or thing whatsoever arising of or under this NDA.

The Parties have signed two identical copies of this Agreement and have taken one copy each.

For and on behalf of For and on behalf of

ITI LimitedXXXXXX

(Authorized Signatory)(Authorized Signatory)

Name:Name:

Designation: Designation:

Page 99: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 98 of 100

Annexure-VII

Form of Bid-Securing Declaration

We, the undersigned declare that:

We understand that, according to your conditions, Bids must be supported by a Bid-securing Declaration.

We accept that we are required to pay the bid security amount specified in the Term and Condition, failure to do

so will automatically exclude us from being eligible for Bidding or submitting Bid in any contract with the

employer for the period of two years if we are in breach of our obligation(s) under the term and condition

prescribe for ticketing vide invitation letter no: ………………………………………………….

a)Have withdrawn our Bid during the period of Bid validity specified by the Bidder in the Form of Bid; or

b)Having not accepted the correction of errors in accordance with the instructions to Bidders ITB or

c)Having been notified of the acceptance of our Bid by the Employer during the period of Bid validity.

i)Fail or refuse to furnish the performance security in accordance with the ITT, or

ii)Fail or refuse to execute the contract in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of

i)Our receipt of your notification to us of the name of the successful Bidder: or

ii)Thirty (30) days after the expiration of our Bid.

Sign and Seal

Name of Authorized Official

Legal Stamp

Page 100: GENERAL (COMMERCIAL) CONDITIONS OF THE

Read, understood and complied with Signature of the Bidder Page 99 of 100

Annexure-VIII

Declaration that the Bidder has not been blacklisted/debarred

(To be submitted on Non-Judicial Stamp Paper of Rs. 100/- duly notarized)

Place:

Date:

To,

<name and address>

Ref: Tender Notification no dated

Subject: Declaration of Bidder being not blacklisted

Dear Sir,

It is certified that our firm/company or any of our entity is not black listed/Debarred from doing business or put

on holiday list etc by any Govt. Organization / PSUs for any reason. However, if we fail to complete the awarded

work / fulfill the Tender conditions or if any of the information submitted by our company or its employee or

associate, proves to be false, ITI Ltd shall be free to take action / black list our firm / company notwithstanding of

taking any other legal action.”

Place:

Date:

Bidder’s Company Seal:

Authorized Signatory’s Signature:

Authorized Signatory’s Name and Designation:

Page 101: GENERAL (COMMERCIAL) CONDITIONS OF THE

Page 100 Signature of the bidder

Annexure-IX

FINANCIAL BID

Name of Area /State Bid For: Odisha

Name of Bid For Intercity Transport Underground NLD/BB OFC NW

The bidders are to quote the price against the Service Items for the Intercity Routes.

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

(I). GENERAL SERVICE ITEMS:

Note: ALLIED SERVICE ITEMS (on need basis): Additional Services, if any, are apart from the services

/ Items and quantity mentioned in the Scope of work in this NIT. If any requirement raises in due

course of work due to field condition / customer requirement, prior permission / clearance to be taken

and service charges will be discussed and agreed for execution

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

assess the comparative ranking and NOT to be taken as actual quantitative values of items of work).

Name of Area Bid For: Intercity

Routes/State Orrissa

I.

Service Items for

Execution (Complete

Work as per SoW &

Specs)

Qty

(KMs)

Quoted Rates Per KM (Rs)

Itemized Bid Value

(Qty x Rates) In Figures in Words

A B B AxB

(i) Intercity Transport

Underground 343

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