Sei sulla pagina 1di 154

Andhra Pradesh

India’s Sunrise State

GOVERNMENT OF ANDHRA PRADESH


ANDHRA PRADESH STATE FIBERNET LIMITED (APSFL)
3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.
Email: apsfl@ap.gov.in. Ph: 0866-2523216

Andhra Pradesh Fiber Grid – Phase II

NIT. No.: APSFL/BBNL/73/2016 Dated: 22/02/2018

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

Name and Address of the


contractor who downloaded
the bid documents
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Contents
1. Notice Inviting Tender (NIT) ....................................................................................................................................... 5
2. Instructions to Bidder .................................................................................................................................................... 8
2.1 Definitions .................................................................................................................................................................................................................. 8
2.2 Contents of Bid Submission and Bid Formats ......................................................................................................................................... 10
2.3 Selection Process of Bidder.............................................................................................................................................................................. 14
2.4 Cost of Bidding....................................................................................................................................................................................................... 19
2.5 Bid Document Structure .................................................................................................................................................................................... 19
2.6 Information and instruction to Bidders for e-Tendering ................................................................................................................... 19
2.7 Clarification of Bid Documents....................................................................................................................................................................... 20
2.8 Amendment of Bid Documents ...................................................................................................................................................................... 20
2.9 Offline Submissions ............................................................................................................................................................................................. 20
2.10 Bid Form ................................................................................................................................................................................................................... 20
2.11 Bid Prices ................................................................................................................................................................................................................. 21
2.12 Documents Establishing Conformity to Bid Documents ..................................................................................................................... 21
2.13 Bid Security/EMD ................................................................................................................................................................................................ 21
2.14 Period of Validity of Bids .................................................................................................................................................................................. 21
2.15 Format and Signing of Bid ................................................................................................................................................................................ 21
2.16 Sealing and marking of bids............................................................................................................................................................................. 22
2.17 Submission of Bids ............................................................................................................................................................................................... 22
2.18 Modification and Withdrawal of Bids.......................................................................................................................................................... 23
2.19 Opening of Bids by APSFL [Public Online Tender Opening Event (TOE)] .................................................................................. 23
2.20 Clarification of Bids ............................................................................................................................................................................................. 24
2.21 Contacting the APSFL ......................................................................................................................................................................................... 24
2.22 Placement of Purchase Order or Work Order ......................................................................................................................................... 24
2.23 Deleted ...................................................................................................................................................................................................................... 24
2.24 APSFL’s Right to accept any Bid and to reject any or all bids ........................................................................................................... 24
2.25 Issue of Advance Purchase Order ................................................................................................................................................................. 24
2.26 Signing of Contract............................................................................................................................................................................................... 24
2.27 Performance Security ......................................................................................................................................................................................... 25
2.28 Annulment of Award ........................................................................................................................................................................................... 25
2.29 Quality Assurance Requirements .................................................................................................................................................................. 25
2.30 Rejection of Bids ................................................................................................................................................................................................... 25
2.31 Non-relationship certificate ............................................................................................................................................................................ 26
2.32 Verification of Documents and Certificates .............................................................................................................................................. 26
3. General Conditions of Contract ................................................................................................................................ 27
3.1 Interpretation ........................................................................................................................................................................................................ 27
3.2 Information to Bidders ...................................................................................................................................................................................... 27
3.3 Delegation ................................................................................................................................................................................................................ 28
3.4 Communications ................................................................................................................................................................................................... 28
3.5 Contractor’s Risks ................................................................................................................................................................................................ 28
3.6 Insurance ................................................................................................................................................................................................................. 29
3.7 Quality Assurance and Testing ....................................................................................................................................................................... 30
3.8 Force Majeure ........................................................................................................................................................................................................ 31
3.9 The works to be completed by the Scheduled Completion Date ..................................................................................................... 31
3.10 When Contract can be Determined .............................................................................................................................................................. 32
3.11 PIA liable to pay compensation even if action not taken under the above Clause .................................................................. 32
3.12 Delays by APSFL or its authorized agents ................................................................................................................................................. 33
3.13 No waiver of rights .............................................................................................................................................................................................. 33
3.14 Certificate not to affect right of APSFL and liability of PIA ................................................................................................................ 33
3.15 Verification of Measurements of Work Done........................................................................................................................................... 33
3.16 Price Schedule and Payments ......................................................................................................................................................................... 34
3.17 Payment Terms ..................................................................................................................................................................................................... 35
Note 1: All payments shall be released after certification of delivery and implementation milestones by State/State
appointed TPA. ..................................................................................................................................................................................................................... 36
3.18 Other Responsibilities of the PIA .................................................................................................................................................................. 36
3.19 Procedure for preparation, processing and payment of bill for works ........................................................................................ 36
3.20 Payments of PIA’s bills through Electronic transfer to Banks.......................................................................................................... 37
3.21 Levy/ Taxes payable by PIA ............................................................................................................................................................................ 38
3.22 Materials to be provided by the PIA ............................................................................................................................................................ 38
3.23 Fall Clause ................................................................................................................................................................................................................ 39
2|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.24 Work to be executed in Accordance with Engineering Instructions and Construction Specifications & Material to
be procured as per Technical specifications ........................................................................................................................................................... 39
3.25 Foreclosure of contract due to Abandonment of project ................................................................................................................... 39
3.26 Safety ......................................................................................................................................................................................................................... 40
3.27 Access to the Site for the Contractor ............................................................................................................................................................ 40
3.28 Access to the Site for APSFL ............................................................................................................................................................................ 40
3.29 Settlement of disputes ........................................................................................................................................................................................ 41
3.30 Operations & Maintenance (O&M) Phase .................................................................................................................................................. 41
3.31 Detailed BOQ of Material used by PIA ......................................................................................................................................................... 41
3.32 Action in case work not done as per Engineering Instructions and Construction Instructions ....................................... 42
3.33 Termination for Insolvency ............................................................................................................................................................................. 42
3.34 PIAs subordinate staff and their conduct .................................................................................................................................................. 42
3.35 Changes in firm’s Constitution to be approved ....................................................................................................................................... 42
3.36 Arbitration ............................................................................................................................................................................................................... 42
3.37 PIA to indemnify Govt. against Intellectual Property Rights ............................................................................................................ 42
3.38 Language and measures .................................................................................................................................................................................... 43
3.39 Transfer of title...................................................................................................................................................................................................... 43
3.40 Release of Information ....................................................................................................................................................................................... 43
3.41 Indemnification & Limitation of Liability .................................................................................................................................................. 43
3.42 Jurisdiction .............................................................................................................................................................................................................. 44
3.43 Exit Management .................................................................................................................................................................................................. 44
4. Project Stakeholders: Roles & Responsibilities ................................................................................................. 45
5. Project Schedule per package .................................................................................................................................. 49
6. Scope of Work................................................................................................................................................................. 50
6.1 Indicative Architecture ...................................................................................................................................................................................... 50
6.2 Key Assumptions .................................................................................................................................................................................................. 52
6.3 Network Implementation ................................................................................................................................................................................. 52
6.4 Under Ground OFC Laying................................................................................................................................................................................ 64
6.5 Engineering Instructions for Installation of Aerial OFC...................................................................................................................... 80
6.6 WEDGE Solution ................................................................................................................................................................................................... 81
6.7 Installation of Aerial Optical Fiber Cable .................................................................................................................................................... 95
6.8 Fibre Monitoring System (FMS).................................................................................................................................................................. 101
6.9 Operations and Maintenance ....................................................................................................................................................................... 102
6.10 Service Level Agreement hereinafter referred as SLA ...................................................................................................................... 105
7. Proposed Bill of Materials .......................................................................................................................................108
7.1 Schedule of Requirement for Supply of Components ....................................................................................................................... 108
7.2 Schedule of Requirement for Installation and Commissioning .................................................................................................... 108
8. Testing and Quality Assurance Process ..............................................................................................................108
9. Formats...........................................................................................................................................................................112
9.1 Bid Security Form.............................................................................................................................................................................................. 112
9.2 No Deviation Certificate ................................................................................................................................................................................. 113
9.3 Total Responsibility Declaration ................................................................................................................................................................ 113
9.4 Bid Form ................................................................................................................................................................................................................ 113
9.5 Company Profile ................................................................................................................................................................................................ 114
9.6 Project Credentials Summary ...................................................................................................................................................................... 114
9.7 Project Execution Experience ...................................................................................................................................................................... 114
9.8 Detailed Proposed Solution .......................................................................................................................................................................... 115
9.9 Project Plan .......................................................................................................................................................................................................... 115
9.10 Manpower Plan .................................................................................................................................................................................................. 115
9.11 Proposed CVs ...................................................................................................................................................................................................... 116
9.12 Summary of Resources Proposed .............................................................................................................................................................. 117
9.13 Compliance (Clause by Clause) Certificate............................................................................................................................................. 117
9.14 Compliance to Requirement (Technical / Functional Requirements) ...................................................................................... 117
9.15 Undertaking for MSME Inclusion ............................................................................................................................................................... 117
9.16 Non-Blacklisting Declaration ....................................................................................................................................................................... 117
9.17 Manufacturers’ Authorization Form ......................................................................................................................................................... 118
9.18 Anti-Collusion Certificate............................................................................................................................................................................... 119
9.19 Security / Bank Guarantee ............................................................................................................................................................................ 119
9.20 Solvency Certificate .......................................................................................................................................................................................... 120
3|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9.21 Integrity Pact ....................................................................................................................................................................................................... 120


9.22 Power of Attorney ............................................................................................................................................................................................. 123
9.23 Letter of Authorization for Attending Bid Opening ........................................................................................................................... 123
10. Annexures......................................................................................................................................................................124
10.1 Annexure A: Check List of Documents to be Submitted by the Bidder ..................................................................................... 124
10.2 Annexure B: Implementation Planning Guidelines ............................................................................................................................ 124
10.3 Annexure C: Field Acceptance Test Schedule for Incremental Optical Fiber Cable ............................................................. 125
10.4 Annexure D: End to End Testing of OFC Route .................................................................................................................................... 129
10.5 Annexure E: Block wise List of Material actual used by PIA .......................................................................................................... 130
10.6 Annexure F: Format Details of Technical Support Centre .............................................................................................................. 130
10.7 Annexure G: Details of Fault Rectification Team ................................................................................................................................. 130
10.8 Annexure H: Manufacturer Authorization Form ................................................................................................................................. 131
10.9 Annexure I: Format for commissioning of Block and Taking over/Making over certificate ........................................... 131
10.10 Annexure J: Sample ABD Diagram ........................................................................................................................................................ 133
10.11 Annexure K: Master Service Agreement ............................................................................................................................................ 134
10.12 Annexure L: List of Abbreviations / Acronyms .............................................................................................................................. 153

4|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1. Notice Inviting Tender (NIT)

Tender No: APSFL/BBNL/73/2016 Dated: 22-02-2018

1. On behalf of Managing Director, Andhra Pradesh State FiberNet Limited (APSFL), online digitally sealed open tenders,
on rupee payment basis, are invited from the Bidders in the tendering process through Notice Inviting Tender (NIT)
No.-APSFL/BBNL/73/2016 dated 22-02-2018 for “Appointment of Project Implementation Agencies (PIA) for
BharatNet Phase-II works” under EPC module on turnkey basis. The agency shall be responsible for
● Route Survey for finalization of OFC routes, Stringing of aerial optical cable, OFC laying, Installation testing &
commissioning of both OFC network
● Procurement of OFC & accessories as per specified specifications.
● Operation & maintenance (O&M) of both OFC network for 7 years
2. Accessibility of Tender Document: The tender document to participate in e-Tender shall be available for downloading
from 22nd February 2018 at 17:00 Hours onwards from www.apsfl.in and ap-eprocurement website. The Tender
document shall not be available for download on or after its submission/ closing date.
3. DD/Bankers Cheque of an amount of INR 5,00,000/- (Rupees Five Lakhs only) including GST, in favour of Andhra
Pradesh State FiberNet Limited drawn on any scheduled bank and payable at Vijayawada, shall have to be submitted
towards cost of the tender along with the tender bid, failing which the tender bid will be rejected.

Sale of hard copy of Tender document: As APSFL has decided to use process of e-tendering for inviting this bid, hence
the hard copy of the tender will not be available for sale.

Summary of work to be performed through EPC vendor on turnkey basis in Andhra Pradesh:

The works to be performed by the EPC vendors have been divided in three packages.

Sr. No. Package# District Blocks GPs OFC Length in Kilometer

1. A Guntur 57 1011 4789


2. Krishna 50 971 4195
3. Kurnool 54 889 5567
4. Prakasam 56 1029 5507
5. West Godavari 48 910 3994
6. B Anantapur 63 1004 6338
7. Chittoor 66 1364 5562
8. Cuddapah 51 791 4135
9. Nellore 46 941 5075
10. C Srikakulam 38 1100 3936
11. Visakhapatnam 43 926 4298
12. Vizianagaram 34 922 3815
13. East Godavari 64 1069 4789
Total 670 12927 62000

APSFL intends to select one technically and commercially responsive bidder for each package as defined in table ‘A’. The
list of such bidders shall be arranged in increasing order of their evaluated prices starting from the lowest for the purpose
of ordering against this RFP. The bidder with the lowest evaluated bid value (L1) will have to deploy the network in
districts of package A as per table in NIT. The bidder with the second lowest evaluated bid (L2) will have to deploy the
network in districts of Package B as per Table in NIT. The bidder with the third lowest evaluated bid (L3) will have to
deploy the network in districts of Package C as per Table in NIT. The L2 and L3 bidder have to match the prices of L1
bidder for the defined scope of work.

However, APSFL reserves the right to modify the allotment. In the event of any of the eligible bidder(s) not agreeing to the
terms of contract or not being considered by APSFL, inter se ranking of the bidders below the aforesaid bidder(s) will be
recast to fill up the vacated slot(s). This will be done to ensure that the number of bidders executing the works remains
same as earlier.

5|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

4. Eligibility Criteria:

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

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

8. Deactivation of Bidders

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

It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a prescribed non-refundable
Transaction fee to M/s. APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The
Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net
Banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006.
10. Corpus Fund:

As per GO MS No.4, user departments shall collect 0.04% of ECV (estimated project cost) with a cap of Rs. 10,000 (Rupees
ten thousand only) for all works with ECV up to Rs.50 Crores, and Rs. 25,000/-(Rupees twenty-five thousand only) for
works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform before entering into agreement /
issue of purchase orders, towards e-procurement fund in favor of Managing Director, APTS. There shall not be any charge
towards e-Procurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs

11. RFP Document:

The bidder is requested to download the RFP document and read all the terms and conditions mentioned in the RFP
Document and seek clarification, if any, from the RFP Inviting Authority. Any offline bid submission clause in the RFP
document could be neglected.

The bidder must keep track of any changes by viewing the Addendum/Corrigenda issued by the RFP Inviting Authority
from time-to-time in the e-Procurement platform. The Department calling for RFPs shall not be responsible for any
claims/issues arising out of this.

12. Bid Submission Acknowledgement:

The bidder shall complete all the processes and steps required for Bid submission. The system will generate an
acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the
bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system
are treated as invalid or not saved in the system. Such invalid bids are not made available to the RFP Inviting Authority for
processing the bids. The Government of AP is not responsible for incomplete bid submission by users.

a. The bidders may contact the EDT, APSFL Vijayawada for any further information / clarifications on e-
procurement.
b. The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e.,
www.eprocurement.gov.in. On registration in the e-procurement market place they will be provided with a user
ID and password by the system using which they can submit their bids on line.
c. While registering on the e-procurement market place, the bidders need to scan and upload the required
documents as per the RFP requirements on to their profile. The e-procurement market place provides an online
6|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

self-service registration facility to all such Contractors who are already registered with respective participating
departments for supply of specified goods and services.
d. All the bidders shall invariably upload the scanned copies of DD/BG in e-Procurement system and this will be the
primary requirement to consider the bid as responsive. The Department shall carry out the Technical bid
evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system
and open the price bids of the eligible and responsive bidders. The Department will notify the successful bidder
for submission of original hard copies of all uploaded documents and DD/BG towards EMD prior to entering into
agreement.
e. The bidders shall furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any
incorrectness/deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the
EMD, criminal action will be initiated including suspension of business.

13. Last Date & Time of Submission of Tender Bid: 29-03-2018 by 15:00 Hrs. In case the date of submission (and
opening) is declared to be a holiday, the date of submission and opening of bid will get shifted automatically to next
working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be
intimated to all the bidders separately.

14. Opening of Tender Bids: The tender will be opened at 16:00 Hrs on 29-03-2018

15. Place of opening of Tender bids: APSFL has adopted e-tendering process which offers a unique facility for ‘Public
Online Tender Opening Event (TOE)’. APSFL’s Tender Opening Officers as well as authorized representatives of
bidders can attend the Public Online Tender Opening Event (TOE) from their offices.

16. The Bidder is required to submit the tender document online at the e-tender portal. Tender bids received after due
time & date will not be accepted.

17. Incomplete, ambiguous, Conditional, digitally unsealed tender bids are liable to be rejected.

18. MD, APSFL reserves the right to accept or reject any or all tender bids without assigning any reason.

19. The Bidder shall furnish a declaration under his digital signature that no addition/ deletion/corrections have been
made in the downloaded tender document being submitted and it is identical to the tender document appearing on E-
tender Portal (www.apeprocurement.gov.in).

20. In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as
non-responsive and shall be rejected summarily. All documents submitted in the bid offer should be preferably in
English. In case the certificate viz. experience, registration etc. is issued in a language other than English, the Bidder
shall attach an English translation of the same duly attested by the Bidder & the translator, to be true copy in addition
to the relevant certificate.
21. All computer-generated documents should be duly attested/ signed by the issuing organization.
22. The Bidder shall submit the integrity pact duly signed as per format in Section 9.

23. Bid Timelines:

Activity Duration Date Time


(in weeks)
Issue of NIT T0 22/02/2018
Accessibility of Tender Document T0 22/02/2018 17:00 hrs
Pre-Bid Vendor Conference T+2 08/03/2018 11:00 hrs
Last Date & Time of seeking clarifications T+3 15/03/2018 17:00 hrs
Last Date & Time of Submission of bids online and Offline T+5 29/03/2018 15:00 hrs
documents
Opening of Pre-qualification and Compliance Bid T+5 29/03/2018 16:00 hrs
Opening of Financial Bid To be notified separately by APSFL

MD
Andhra Pradesh State FiberNet Limited,
3rd Floor, NTR Administrative Block,
Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.
Email: apsfl@ap.gov.in Ph: 0866-2523216

7|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2. Instructions to Bidder

2.1 Definitions

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

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

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

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

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

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

7. “Project Milestones”: The different stages of work completion shall be identified as


a. “Completion of a Gram Panchayat” means successful completion of
i. Acceptance Testing – of OFC laid
ii. Splicing of OFC
iii. End to End Testing – from Exchange end to GP end
iv. Installation and commissioning of all passive components

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

c. “Completion Report” only upon completion of all the works as required to be done by PIA for 100% of the Gram
Panchayats and issuing of commissioning certificates for all the blocks by APSFL, the completion report shall be
released by APSFL to the PIA.

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

9. “Contracted Rates” means the finalized price


a) per Kilometer for OFC Length
b) Other add-on items (unit rate)
c) Operation & Maintenance Rate for OFC network (per Kilometer OFC Length)

Payable to the PIA under the Work/Purchase Order based on performance of its contractual obligations. For more details
kindly referred under “Bid Prices”.

10. “CPSU” shall mean the Central Public-Sector Undertakings viz. BSNL, PGCIL and Railtel and their respective units who
are engaged in the BHARATNET project.

11. “Date of Commencement of Work” means the date on which Purchase Order is issued by APSFL to commence work.

12. “Document” means any embodiment of any text or image however recorded and includes any data, text, images,
sound, voice, codes or/and databases etc.

13. “Extension of Time” means the time granted by APSFL to complete the work beyond the normal time or stipulated
time.

14. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, design, trade secret, permit,
service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs,
software, know how or other form of intellectual property right, title, benefits or interest whether arising before or

8|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

after the execution of this Contract and the right to ownership and registration of these rights.

15. “Normal Time or Stipulated Time” means time specified in the Purchase Order to complete the work.

16. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful
Completion of 90% of Gram Panchayats in the block.

17. “PIA” or “Project Implementation Agency” means the agency entrusted to carry out Project Implementation and
Maintenance for the total or part of work for any given Package including supply of the goods and / or services of the
project and shall include such contractor’s legal representatives, successors and permitted assigns.

18. “PMA” or “Project Management Agency” means the agency entrusted by APSFL to carry out surprise audits and
certification of work carried out by PIA.

19. “Proposal” or “Bid” means the Pre-qualification and Compliance Bid and Financial Bid submitted against this tender.

20. “Purchase Order” or “Work Order” means the order placed by the APSFL on the PIA signed by the APSFL including all
attachments and appendices thereto and all documents incorporated by reference therein. The Purchase Order along
with APO & Bid Documents shall be deemed as “Contract” appearing in the document.

21. “Notice Inviting Tender” or NIT means this document and its annexures, any corrigendum, addendum and any other
documents provided along with this NIT or issued during the selection of Bidder, seeking a set of solution(s),
services(s), materials and/or any combination of them.

22. “Service” means facilities/services to be provided as per the requirements specified in this tender document and any
other incidental services, such as laying, installation, implementation, maintenance, and provision of technical
assistance and other such obligations of the PIA covered under the Contract.

23. “Site” shall mean the land or other places on, into or through which work is to be executed under the contract or any
adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path
or street which may be allotted used for carrying out the contract.

24. “Subcontractor” means any person or persons or firm/company or their legal representatives, successors, assignees to
which part of the contract has been outsourced by the PIA.

25. “Work” or “Works” shall, unless there be something either in the subject or context repugnant to such construction, be
taken to mean the works, by the contract, contracted to be executed whether temporary or permanent and whether
original, altered, substituted or additional.

26. Words, term and expressions not specifically defined herein or in NIT documents shall have the same meaning
assigned to them in the Indian Sale of Goods Act 1930 or the Contract Act 1872 or the General Clauses Act 1897 as the
case may be. Head notes are for convenience purpose only and shall not affect the interpretation or construction of
any provision hereof/NIT documents.”

27. “Supplier” means OEM, individual or firm who would supply the material to be procured by PIA to execute the project
on turnkey basis under this contract.

28. “The Authority (OR) Client (OR) Department”: Vice Chairman & Managing Director, APSFL or any other official /
agency authorized by VC & MD, APSFL or any authorized Government department / agency / Govt. Corporation. The
Authority will enter into agreement with the contractor i.e., the successful bidder for executing the works and will
administer the contract.

29. “Tender Inviting Officer”: Vice Chairman & Managing Director, APSFL, Vijayawada.

30. “Proposal” or “Bid” means the Pre-qualification and Compliance Bid and Financial Bid submitted against this tender.

31. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful
Completion of the first one-tenth (10%) of the Gram Panchayats in the Package.

32. “NOC”: Network Operations Centre

33. “PoP”: Point of Presence.

9|P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

34. “Project”: Sequence of tasks, planned from beginning to end bounded by time, resources, & required results.
Implementation of proposed plan as per Scope of Work.

35. “Site”: A place where an event or activity is occurring or has occurred.

36. “ROW”: Rights of Way (RoW) where fiber laying work is to be done to be facilitated by State / Centre.

37. “Authority”: A person having the legal power to make and enforce the law;

38. “APO”: Advance Purchase Order.

39. “ABD”: As-Built Drawings: The intent of the as-built drawings is to provide detailed and accurate information, in a
useful format, to any party, public or private, that may have a need to locate or excavate installed infrastructure.

40. “BBNL”: Bharat Broadband Network Limited

41. “BSNL”: Bharat Sanchar Nigam Limited

42. “BSNL Exchanges”: Bharat Sanchar Nigam Limited’s exchanges located in 670 locations of Andhra Pradesh

2.2 Contents of Bid Submission and Bid Formats

The tender follows a 4-bid system comprising of Bid Conformation Documents, Pre-Qualification Documents, Technical
Bid Documents and Commercial Bid Documents. All the documents should be uploaded separately (as per the sections)
through e-Procurement portal.

Set No. Name of Documents Contents of the Set


Set 1 Bid Conformation Documents a. RFP Document Fee Receipt
b. Bid Security/Earnest Money Deposit (EMD)
c. No Deviation Certificate as per format in Section 9
d. Total Responsibility Declaration as per the format in
Section 9
Set 2 Pre-Qualification Documents a. Pre-qualification documents as per the format in this
section
Set 3 Technical Bid Documents a. Technical Bid as per the format below in this section
Set 4 Commercial Bid Documents a. Commercial Bid as per the format below in this
section

Note:

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

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

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

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

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

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

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

10 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.2.1 Set 1: Bid Conformation Documents Format

S. No. Compliance Criteria Document Proof Compliance Ref. Format


(Yes/No) Section in RFP
1 RFP Fee Receipt Demand Draft Reference N/A
2 Bid Security/EMD Bank Guarantee Reference N/A
3 No Deviation Certificate Self-Declaration Certificate 9
4 Total Responsibility Self-Declaration Certificate 9
5 Cover Letter Cover Letter as per the format 9

2.2.2 Set 2: Pre-Qualification Documents Format

S. Compliance Criteria Document Proof Compliance Ref.


No. (Yes/No) Format
Section in
RFP
1 Company Profile of all participating Self-Declared Profile as per the Format 9
companies
2 Certificate of Incorporation from Registrar Self-Certified copy of Certificate of N/A
of Companies of all participating companies Incorporation
3 Articles and Memorandum of Association of Self-Certified copy of Articles of N/A
all participating companies Association and Memorandum of
Association
4 Bidder/s Permanent Account Number Self-Certified copy of PAN N/A
5 Bidder/s GST registration Self-Certified copy of GST N/A
6 Bidder/s should not be blacklisted by any Undertaking by the authorized signatory 9
Central/ State Government/ PSU or of the bidder/each consortium member
Telecom operator in India on the date of as per format
submission of bid
7 Undertaking for inclusion of MSMEs in Undertaking by the authorized signatory 9
Project Delivery of the sole bidder/lead bidder

8 Bidder should submit MAF (Manufacturer Manufacturer Authorization Form 9


Authorization Form) with the product
OEMs for Optical Fiber cable
9 The Lead bidder should have an experience 1. Copy of Purchase Order / Work Order 9
of laying of 8,000 kms or more of 24F OFC / Contract / Agreement
as on date of submission of bid. Project 2. Completion/Ongoing certificate
experience of both completed and ongoing issued and signed by Client
projects shall be considered

10 Minimum Cumulative turnover of the Certificate from the Statutory N/A


bidder/consortium from last 3 FY from Auditor/CA clearly specifying the annual
activities relating to Telecom/ICT Products turnover
and/or Services should be Rs. 1500 Cr.
11 Net worth of the bidder/consortium as on Certificate from the Statutory N/A
last 31st March 2017 should be a minimum Auditor/CA clearly specifying the net
of Rs. 300 Cr. worth of the company
13 For Sole Bidder/Consortium– ISO 9001, ISO Self-Certified copies of valid certificates N/A
27001:2005, in the name of the bidder/s
In case consortium with MSME Partner –
MSME Certificate, ISO 9001, ISO
27001:2005
14 The Sole bidder or Lead Bidder should have Self-certification duly signed by
a project office in the respective state. authorized signatory on company letter
However, if the local presence is not there head
in the State, the selected bidder should give
an undertaking for establishment of a
project office, within one month of award of
the contract
15 Cover Letter (if required) Cover Letter

11 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.2.3 Set 3: Technical Bid Documents Format

S. Compliance Criteria Document Proof Compliance Ref. Format


No (Yes/No) Section in
RFP
1 Project Credentials Summary Self-Declared Summary of all projects that 9
satisfy the Technical Qualifications
2 Project Execution Experience Proof of the project/s undertaken (Work 9
Order and Completion Certificate from the
Client)

In case of partial completion of the project, the


bidder must submit a certificate certifying
85% completion of project scope
3 Detailed Proposed Solution Compliance to the format specified 9
4 Project Plan Compliance to the format specified 9
5 Manpower Plan Compliance to the format specified 9
6 Proposed CVs Compliance to the format specified 9
7 Compliance to Requirement Compliance to the format specified 9
(Technical / Functional
Requirements)
8 Proposed Bill of Material Compliance to the format specified 9
9 Manufacturers’ Authorization Compliance from all OEMs to the format 9
Form specified
10 Anti-Collusion Certificate Undertaking by the authorized signatory of the 9
sole bidder/lead bidder
11 Cover Letter (if required) Cover Letter N/A

2.2.4 Set 4: Commercial Bid Documents Format

2.2.4.1 Price Bid Schedule

2.2.4.1.1 Price Bid for Supply of Components

S. No. Item description including Specification Unit of Quantity Unit Cost in Amount
Measurement INR (excluding
(excluding taxes)
taxes)
A. Optical Fiber Cable & Installation
1 Supply of 24 Core Optical Fiber ADSS Cable as Kms 40,000
per specification- wind speed 100 Km/hour
2 Supply of 24 Core Optical Fiber ADSS Cable as Kms 4,000
per specification- wind speed 150 Km/hour
3 Supply of 48 Core Optical Fiber ADSS Cable as Kms 10000
per specification- wind speed 100 Km/hour
4 Supply of 48 Core Optical Fiber ADSS Cable as Kms 3000
per specification- wind speed 150 Km/hour
5 Supply of 96 Core Optical Fiber ADSS Cable as Kms 1000
per specification- wind speed 100 Km/hour
6 Supply of 96 Core Optical Fiber ADSS Cable as Kms 1000
per specification- wind speed 150 Km/hour
7 Supply of 24 Core Optical Fiber Under Ground Kms 1000
Cable as per specification
8 Supply of 48 Core Optical Fiber Under Ground Kms 2000
Cable as per specification
9 Supply of Joint Enclosure, Pole Accessories Kms 57,000
10 Supply of Underground OFC HDPE Duct & Kms 3000
accessories
11 Supply of 24 Port Fiber Distribution Nos. 12,687
Management System
12 Supply of 48 Port Fiber Distribution Nos. 674
Management System

12 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

C. Supply of FMS
1 Fiber Monitoring System with necessary Set 1
software & hardware
E. Miscellaneous
1 Any Costs towards miscellaneous items, etc. Lumpsum

Total Amount

2.2.4.1.2 Price Bid for Installation and Commissioning

S. No. Item description including Specification Unit of Quantity Unit Cost Amount
Measurement in INR (excluding
(excluding taxes)
taxes)
A. Optical Fiber Cable & Installation
1 Installation of 24 F Aerial OFC as per standard Kms 44,000
practices, Joint Enclosure & Splicing, Pole
Accessories, FDMS Installation & Termination
2 Installation of 48 F Aerial OFC as per standard Kms 13,000
practices, Joint Enclosure & Splicing, Pole
Accessories, FDMS Installation & Termination
3 Installation of 96 F Aerial OFC as per standard Kms 2000
practices, Joint Enclosure & Splicing, Pole
Accessories, FDMS Installation & Termination
4 Installation of 24 Core Optical Fiber Under Kms 1000
Ground Cable as per specification, Installation
of Hand Hole, Joint Enclosure, Splicing, FDMS
Installation & Termination
5 Installation of 48 Core Optical Fiber Under Kms 2000
Ground Cable as per specification, Installation
of Hand Hole, Joint Enclosure, Splicing, FDMS
Installation & Termination
C. FMS Integration
1 Fiber Monitoring System with necessary Set 1
software & hardware
Total Amount

2.2.4.1.3 Total Capex Cost

S. No Item Total Price (INR) Total Price in words


(Excluding Taxes) (Excluding Taxes)
1. Price for Supply of Components
2. Price for Installation & Commissioning
Total IN INR (X1)

2.2.4.1.4 Price Bid for O&M for 7 years

S. No Item Total Price Total Price in words


(INR) Excluding Taxes
Excluding
Taxes
1. O&M services cost for 1st Year
2. O&M services cost for 2nd Year
3. O&M services cost for 3rd Year
4. O&M services cost for 4th Year
5. O&M services cost for 5th Year
6 O&M services cost for 6th Year
7. O&M services cost for 7th Year
Total (A) O&M services cost for 7 Years
Total (A) O&M services cost for 7 Years in words:

13 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.2.4.1.5 Total Bid Price

S. No Item Total Price (INR) Total Price in words


(Excluding Taxes) (Excluding Taxes)
1. Capex Cost
2. O&M Cost
Total IN INR

Note: Taxes will be paid at actuals as per prevailing rates during submission of bills.

2.3 Selection Process of Bidder

APSFL shall constitute an Technical Evaluation Committee to evaluate the responses of the bidders. The committee shall
evaluate the responses to the RFP all supporting documents/documentary evidence. Inability to submit requisite
supporting documents/documentary evidence by bidders may lead to rejection of their bids.

The decision of the Technical Evaluation Committee in the evaluation of bids shall be final. No correspondence will be
entertained outside the process of evaluation with the Committee. The Committee may ask for meetings or presentation
with the Bidders to seek clarifications or conformations on their bids. The Committee reserves the right to reject any or all
bids. Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP.

The steps for evaluation are as follows:

Stage 1: Bid Conformation and Pre-Qualification Evaluation

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

Stage 2: Pre-Qualification Evaluation

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

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

Stage 3: Technical Evaluation

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

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

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

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

14 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

Stage 4: Commercial Evaluation

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

Stage 5: Total Bid Evaluation

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

2.3.1 Pre-Qualification Criteria for System Integrators

S. No. Eligibility Criteria Document to be submitted


A: General The Sole Bidder or Consortium
Eligibility (No
ISPs, TSPs and Maximum of 3 companies are allowed in a consortium
VNOs are
allowed) Bidders are encouraged to include Micro, Small and
Medium Enterprises (MSMEs) registered in the state of
Name of the Andhra Pradesh as a part of the consortium and should
upload: PQ1 earmark a minimum of 10% of the total contract.

The sole bidder/all the consortium members shall be an


Indian Registered Company under Company Act 1956 or
2013.

The lead bidder shall be sole point of contact for the


authority and will be responsible for successful execution
of the project.

The bidder shall provide the following documents.

1.1 Certificate of Incorporation from Registrar of Certificate of Incorporation


Companies of all participating companies
1.2 Articles and Memorandum of Association of Articles and Memorandum of
all participating companies Association
1.3 Annual Report for the last three financial Audited Annual Report for the last three
years. financial years i.e. FY 2014-2015, FY
2015-16 and FY 2016-17
In case of MSME, Annual Report for the last two
financial years For MSMEs Audited Annual Report for
the last two years i.e., FY 2015-2016, FY
2016-2017
1.4 Bidder/s should provide Copy of Permanent Permanent Account Number
Account Number
1.5 Bidder/s should have GST registration GST registration number
number
1.6 Bidder/s should be in Business operation for Undertaking from Bidder or
at least last 5 years in India as on the date of bid Consortium Members
submission

In case of MSME, the MSME consortium member


should be in business operation for at least 2
years in India as on the date of bid submission

15 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2. Bidder/s should not be blacklisted by any Central/ Non-Blacklisting Certificate


State Government/ PSU or Telecom operator in India on
the date of submission of bid.
3. Undertaking for inclusion of MSMEs in Project Delivery Undertaking from Bidder

If the bidder doesn’t form a consortium with an MSME,


the bidder should earmark a minimum of 10% of the total
contract for procuring goods and services from MSMEs
registered in state of Andhra Pradesh.
4. Bidder should submit MAF (Manufacturer 1. Authorization Letter from OEMs
Authorization Form) with the product OEMs for Optical 2. Teaming agreement with the product
Fiber Cable. The Bidder/Consortium can quote products OEMs for Optical Fiber cable.
from only one OEM.
5. The Sole bidder or Lead Bidder should have a project Self-certification duly signed by
office in the respective state. However, if the local authorized signatory on company letter
presence is not there in the State, the selected bidder head
should give an undertaking for establishment of a project
office, within one month of award of the contract
B. Experience The Lead biddershould have an experience of laying of 1. Copy of Purchase Order / Work Order
Requirement 8,000 kms or more of 24F OFC as on date of submission / Contract / Agreement
of bid. Project experience of both completed and ongoing 2. Completion/Ongoing certificate
Name of the projects shall be considered issued and signed by Client
upload: PQ2

C. Financial Minimum Cumulative turnover of the bidder / Certificate from the statuary auditor/
Eligibility consortium from last 3 FY from activities relating to Chartered Accountant clearly specifying
Telecom/ICT Products and/or Services should be Rs. the annual turnover for the specified
Name of the 1500 Cr. years
upload: PQ3 Net worth of the bidder/consortium as on last 31st March Certificate from the statuary auditor/
2017 should be a minimum of Rs. 300 Cr. Chartered Accountant clearly specifying
the net worth of the firm
D. Certifications For Sole Bidder/Consortium– ISO 9001, ISO 27001:2005

Name of the In case consortium with MSME Partner – MSME


upload: PQ4 Certificate, ISO 9001, ISO 27001:2005

2.3.2 Pre-Qualification Criteria for Original Equipment Manufacturers

2.3.2.1 Pre-Qualification Criteria for OFC

S. No. Criteria Documents to be submitted


1. The OFC Manufacturer should have a minimum annual The OFC manufacturer should have
capacity as certified by TSEC of 1,00,000 kms of 24F and Infrastructure Assessment (IA) certificate
above Metal free/ armored/ aerial Optical Fiber Cable. issued by BSNL, QA, Bangalore for
manufacturing capacity.
2. The OFC manufacturer should have supplied a cumulative of Copies of
minimum 50,000 kms of 24F and above Optical Fiber Cable  Purchase orders
to Private Telecom Operators, PSUs, Government projects  Sales invoices
and Government Telecom Operators in India during the last
three financial years, i.e. FY 14-15; FY 15-16, FY 16-17.
3. The OFC manufacturer should have supplied a cumulative of Copies of
minimum 5,000 kms of 24F and above ADSS Optical Fiber  Purchase orders
Cable to Private Telecom Operators, PSUs, Government  Sales invoices
projects and Government Telecom Operators in India during
the last three financial years, i.e. FY 14-15; FY 15-16, FY 16-
17.
4. The OFC manufacturer should have valid ISO 9001 and Copy of valid Certificates
TL9000 certification in its name with no prior history of
withdrawal.
5. The cumulative revenue from sale of Optical Fiber Cable Certificate from the statuary auditor/
should minimum Rs. 600 Cr. in last 3 FY’s i.e. FY 14-15; FY Chartered Accountant clearly specifying the

16 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

15-16, FY 16-17. cumulative revenue from sale for the


specified years
6. The OFC manufacturer should use ITU-T grade G.652.D and CACT certificate to be submitted.
G.657.A1 optical fibre, sourced from CACT approved
indigenous sources.

7. The OFC Manufacturer should not be blacklisted for Telecom Self-attested certificate from authorized
business by any Central/ State Government or Govt. PSU for signatory of the bidder
Telecom or OFC business as on the date of bid submission .

2.3.3 Technical Evaluation

2.3.3.1 Technical Evaluation Framework

Section Evaluation Criteria Points


A Bidder Profile 20
B Project Experience 40
C Approach and Methodology including presentation 30
D Key Personnel 10
Technical Score 100

Bidders who get a technical score of 70% or above will qualify for commercial evaluation.

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

2.3.3.2 Technical Bid Evaluation Criteria

Name of the Technical Evaluation Criteria Technical Evaluation Parameter in Points


criteria (also Percentages (All currencies are in
name of the PDF to Indian Rupees)
be uploaded)
Bidders Profile – 20 Points

TQ1 Cumulative turnover of the >1500 Cr. - <=1750 Cr. - 80% 10


bidder/consortium of last 3 years >1750 Cr. - <=2000 Cr. - 90%
from Telecom/ICT Products and/or >2000 Cr. - 100%
Services
TQ2 Positive Net worth of the Bidder/ >300 Cr. - <=400 Cr. - 80% 5
Consortium for the year 2016-2017 >400 Cr. - <=500 Cr. - 90%
>500 Cr. - 100%
TQ3 If consortium consists of MSME >= 1 Partner – 100% 5
partner registered in the state of
Andhra Pradesh
Project Experience – 40 Points

TQ4 Installation & commissioning of >8000kms - <=9000kms – 80% 20


Optical Cable & accessories of >9000kms - <=10000kms – 90%
24core and above >10000kms - 100%
(underground/aerial) from April
2014.
TQ5 Executing Large Telecom Projects =1 Project – 80% 20
=2 Projects – 90%
The bidder should have >2 Projects – 100%
experience in executing Telecom
projects involving optical fiber
laying & maintenance (aerial /
underground).
Each project worth 50 Cr (Indian
Rupees) is considered as one unit.

17 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Points are allocated based on


number of units executed
Approach and Methodology including presentation -30 Points
TQ6 Approach and Methodology of Project Management Approach - 40% 20
implementing the project Timelines – 20%
Degree of detail in the solution – 20%
Strategy to maintain all the SLAs – 20%

TQ7 Presentation Bidder/s understanding of the project 10


(functional and technical) and
completeness of proposed solution – 70%

Clarifications given during Presentation –


30%
Key Personnel – 10

TQ8 Key Personnel Proposed 10


Project Director  Should be MBA/PGDBM and 5
B.Tech/MCA from premier institute.
 Should have at least 15 years of
experience with at least 10 years of
experience in large scale OFC
Deployment projects in India.
 Should have experience of leading
the team for implementation projects
of large nature in India.

Project Manager  Should be MBA/PGDBM and 3


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

Optical Fiber Cable Expert  Should be B.Tech/MCA from 2


premier institute.
 Should have 5 years of experience
with at least 2 years of experience in
large scale optical fiber
monitoring/implementation
projects in India.

2.3.4 Commercial Evaluation

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

X2=NPV=R *

18 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Where, R is the Net cash inflow expected to be received in each period


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

2.3.5 Total Bid Evaluation

Refer Stage 5: Total Bid Evaluation section defined above.

2.4 Cost of Bidding

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

2.5 Bid Document Structure

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

2. The Bidder is expected to examine all instructions, forms, terms and Specifications in the Bid Documents and
clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid
Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will
be at the Bidder’s risk and may result in rejection of the bid.

2.6 Information and instruction to Bidders for e-Tendering

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

1. The bidder would be required to register on the e-procurement platform www.apeprocurement.gov.in or


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

https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

2.7 Clarification of Bid Documents

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

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

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

S. No. Section Clause Brief Description of Ref Page No in Tender Query/ Comments of
the clause Bidder

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

2.8 Amendment of Bid Documents

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

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

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

2.9 Offline Submissions

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

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

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

2.10 Bid Form

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

20 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.11 Bid Prices

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

2.12 Documents Establishing Conformity to Bid Documents

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

2.13 Bid Security/EMD

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

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

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

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

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

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

2.14 Period of Validity of Bids

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

2. In exceptional circumstances, the APSFL may request the consent of the Bidder for an extension to the period of bid
validity. The request and the response thereto shall be made in writing. The bid security provided under clause
mentioned in section “Bid Security” shall also be suitably extended. The Bidder may refuse the request without
forfeiting his bid security. A Bidder accepting the request and granting extension will not be permitted to
modify its bid.

2.15 Format and Signing of Bid

1. The Bidder shall prepare one complete set of bids as per instructions mentioned. In the event of any discrepancy
between the Electronic Forms™ and the ‘Main-Bid’, the contents of the Electronic Forms™ shall prevail. The copy of
21 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Memorandum and Articles of Association may be provided in the bid.

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

3. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the
Bidder in which case such corrections shall be signed by the person or persons signing the bid.

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

5. The Power of Attorney is to be executed by a person who has been authorized by the Board of Directors of the Bidder
in this regard, on behalf of the Company.

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

2.16 Sealing and marking of bids

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

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

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

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

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

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

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

2.17 Submission of Bids

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

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

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

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

22 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.18 Modification and Withdrawal of Bids

1. The Bidder may modify, revise or withdraw its bid after submission prior to the deadline prescribed for submission of
bid, provided that the written notice of the modification/ revision or withdrawal is received by the APSFL prior to the
deadline prescribed for submission of bids.

2. The Bidder's modification, revision or withdrawal shall be prepared, sealed, marked and online submitted as required
in the case of bid submission in accordance with the provision of section “Offline Submission”. A withdrawal notice
may also be sent by FAX but followed by a signed confirmation copy by post not later than the deadline for submission
of bids.

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

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

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

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

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

4. The date fixed for opening of bids, if subsequently declared as holiday by the APSFL, the revised date of schedule will
be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue
remaining unaltered.

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

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

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

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

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

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

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

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

23 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9. Minimum Requirements at Bidder’s End:


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

2.20 Clarification of Bids

To assist in the examination, evaluation and comparison of bids, the APSFL may, at its discretion ask the Bidder for the
clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid
clarification at the initiative of the Bidder shall be entertained.

2.21 Contacting the APSFL

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

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

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

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

2.22 Placement of Purchase Order or Work Order

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

2.23 Deleted

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

The APSFL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time
prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the
affected Bidder or bidders on the grounds of APSFL’s action.

2.25 Issue of Advance Purchase Order

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

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

2.26 Signing of Contract

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

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

24 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2.27 Performance Security

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

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

2.28 Annulment of Award

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

2.29 Quality Assurance Requirements

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

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

2.30 Rejection of Bids

1. While all the conditions specified in the Bid documents are critical and are to be complied, special attention of Bidder
may be invited to certain specific important eligibility conditions/ documents, non-compliance of any one of which
may lead to outright rejection of the bid:

a. Bid not sealed properly


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

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

3. TOC will not return the bids submitted by the bidders on the date of tender opening even if it is liable for rejection and
will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of
the participating Bidder present on the occasion.

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

25 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of PO against the
instant tender.

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

2.31 Non-relationship certificate

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

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

3. The near relatives for this purpose are defined as:


a. Members of a Hindu undivided family.
b. Spouse.
c. The one is related to the other in the manner as father, mother, son(s) & Son’s wife (daughter in law),
Daughter(s) and daughter’s husband (son in law), brother(s) and brother’s wife, sister(s) and sister’s husband
(brother in law).

4. The format of the certificate to be given is "I…………. s/o…….……r/o……………. hereby certify that none of my relative(s)
as defined in the tender document is/ are employed in APSFL unit as per details given in tender document. In case at
any stage, it is found that the information given by me is false/ incorrect, APSFL shall have the absolute right to take
any action as deemed fit, without any prior intimation to me.”

2.32 Verification of Documents and Certificates

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

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

26 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3. General Conditions of Contract

3.1 Interpretation

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

3.2 Information to Bidders

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

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

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

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

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

27 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.3 Delegation

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

3.4 Communications

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

3.4.1 Personnel

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

3.5 Contractor’s Risks

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

2. The indemnities set out shall be subject to the following conditions:


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

28 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

3.6 Insurance

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

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

3.6.1 Employees State Insurance Act

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

29 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

c. APSFL shall retain such sum as may be necessary from the total value of Contract until the PIA shall furnishes
satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid. This
will be applicable pending on the PIA when the ESI Act is extended to the place of work.

3.6.2 Workmen Compensation and Employer’s Liability Insurance

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

3.6.3 Accident or Injury to Workmen

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

3.6.4 Transit Insurance

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

3.6.5 Comprehensive Automobile Insurance

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

3.6.6 Comprehensive General Liability Insurance

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

3.6.7 Group Personal Accident Insurance Cover

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

3.7 Quality Assurance and Testing

1. The QA test schedule shall be issued by BBNL/State. PMA shall carry out the testing accordingly.
2. The material, installation and commissioning shall be approved after Quality Assurance tests and are carried out by
PMA as per prescribed test schedule specified by BBNL/State in the Purchase Order.
3. In case of any Quality issue, manufacturers would have to replace the defective material, in full, by good material duly
passed by PMA.

30 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.8 Force Majeure

1. If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any
obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy,
civil commotion, Intentional and willful act of malice to damage the assets, sabotage, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as Force Majeure Events)
provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the
date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor
shall either party have any claim for damages against other in respect of such non-performance or delay in
performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to
an end or cease to exist, and the decision of APSFL as to whether the deliveries have been so resumed or not shall be
final and conclusive. Further that if the performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option,
terminate the contract.
2. Following events shall not be considered as Force Majeure Event: Cyclones that are not above the speed of 100
kms/hours.
3. Provided, also that if the contract is terminated under this clause, APSFL shall be at liberty to take over from
Contractor at a price to be fixed by APSFL, which shall be final, all unused, undamaged and acceptable materials,
bought out components and stores in course of implementation which may be in possession of Contractor at the time
of such termination or such portion thereof as APSFL may deem fit, except such materials, bought out components
and stores as the Contractor may with the concurrence of the Department elect to retain.

3.9 The works to be completed by the Scheduled Completion Date

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

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

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

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

31 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

3.10 When Contract can be Determined

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

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

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

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

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

3.12 Delays by APSFL or its authorized agents

1. In case the PIA’s performance is delayed due to any act or omission on the part of APSFL or its authorized agents and
Right of Way from the concerned authorities beyond 60 days, then the PIA shall be given due extension of time for
the completion of the Work, to the extent such omission on the part of APSFL has caused delay in the PIA’s
performance of its Work.
2. Adjustment in Contract Price shall be allowed for reasons of such delays and extensions granted.
3. APSFL reserves the right to seek indulgence of PIA to maintain the agreed Time Schedule of Completion.

3.13 No waiver of rights

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

3.14 Certificate not to affect right of APSFL and liability of PIA

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

3.15 Verification of Measurements of Work Done

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

33 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.16 Price Schedule and Payments

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

2. Price Schedule to be Inclusive:


The unit prices/ rates quoted by the PIA shall remain firm till all the Gram Panchayats in the package have been
commissioned and shall not be subject to escalation, except if otherwise provided in the Contract documents. Price
Schedule shall be deemed to include and cover, subject to the terms and conditions of Contract documents, all costs,
expenses and liabilities of every description and all risks of every kind to be taken in executing, completing and handing
over the Work to APSFL by the PIA. The PIA shall be deemed to have known the nature, scope, magnitude and the extent of
the Work though the Contract Document may not fully and precisely furnish them. The PIA shall make such provision in
the Price Schedule as it may consider necessary to cover the cost of such items of Work as may be reasonable and
necessary to complete the Work.

3. Price Schedule to cover Construction Equipment, Stores, Materials, Labour, etc.


Without in any way limiting the provisions of the preceding clause the price schedule shall be deemed to include and cover
the cost of all equipment, temporary work (except as provided for herein), stores, materials, labour, insurance, fuel,
consumables and appliances to be supplied by the PIA and all other matters in connection with each item in the price
schedule and the execution of the Work or any portion thereof finished, complete in every respect and maintained as
shown or described in the Contract Documents or as may be ordered in writing during the continuance of the Contract.

4. Price Schedule to Cover Royalties, Rents and Claims


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

5. Price Schedule to cover Taxes and Duties


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

6. Price Schedule to Cover Risk of Delay:


a. Subject to the terms of the Contract documents, the Price Schedule shall be deemed to include and cover the risk
of all possibilities of delay and interference with the PIA’s conduct of Work which occur from any causes including
orders of APSFL in the exercise of its power and because extension of time granted due to various reasons and for
34 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

all other possible or probable causes of delay.


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

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

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

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

3.17 Payment Terms

Mobilization advance of 10% of the PO value will be given to the vendor, on its request, against submission of Bank
Guarantee of equivalent amount.

The bills will be submitted by the vendor on the monthly basis block-wise. This will include bills of material supplied and
services rendered (such as survey, GPs commissioned, etc.) during the previous month.

Further Payments shall be released only on satisfactory acceptance of the deliverables for each Task as per the following
schedule:

a. First Milestone

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

b. Second Milestone

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

c. Third Milestone

Balance 5 % payment of the cost towards supply of material and services will be made after start of O&M and submission
of O&M PBG.

Payments shall be released only on satisfactory acceptance of the deliverables for each task as per the following schedule:

35 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

S. Milestone Payment against Payment against Documentary evidence


No. material services
1 Mobilization 10% of PO value 10% of PO value Against submission of BG of 110%
advance against supplies against services of mobilization advance
2 Supply of all the 60% payment of N.A. Delivery of material: Copy of
material required supply made during duly signed and stamped
to commission the previous month delivery challan
GPs in a particular
Month
3 Commissioning of 25% payment of 25% payment of Delivery of material: Copy of
GPs in a month supplied material service, i.e. GPs duly signed and stamped
consumed in commissioned delivery challan Services:
commissioning in during previous Copy of Duly Signed and Stamped
previous month month Installation report, Commissioning
and testing report approved by
State, OTDR link test reports,
power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
4 After start of 5% payment of 5% payment of Delivery of material: Copy of
Operations and supplied material services, i.e. GPs duly signed and stamped
Maintenance consumed in commissioned in the delivery challan Services:
(O&M) on commissioning of block Copy of Duly Signed and Stamped
submission of GPs. Installation report, Commissioning
O&M Performance and testing report approved by
Bank Guarantee State, OTDR link test reports,
(PBG) power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
5 Operation and Payment shall be made GP wise after SLA report duly certified by state
Maintenance completion of every quarter arrears (based on
(inclusive of SLA parameters)
services levels
agreement)

Note 1: All payments shall be released after certification of delivery and implementation milestones by State/State
appointed TPA.

Note 2: All payment shall be made in Indian rupees only.

Note 3: Payment shall be released against the invoices raised by PIA on providing all relevant documents timely and are
completing in all references.

Note 4: Payment shall be subject to deductions of any amount for which the PIA is liable under the RFP conditions. Further all
payments shall be made subject to deduction of TDS (Tax deduction at source) as per the current Income-Tax Act.

3.18 Other Responsibilities of the PIA

 Publish monthly progress report including schedules, charts & drawings


 Publish next month plan, schedule of procurement, commissioning & implementation schedule.

3.19 Procedure for preparation, processing and payment of bill for works

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

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

36 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

shall verify the quantities of items of work done by PIA with reference to measurement recorded in the measurement
sheet and Acceptance Testing procedure as defined in this Clause shall be followed.

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

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

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

Procedure for Payment for Sub-Standard Works

The PIAs are required to execute all works satisfactorily and in accordance with the Specification. If certain items of work
are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any
materials or articles provided by him for execution of work or unsound or of a quality inferior to that contracted for or
otherwise not in accordance with the contract (referred to as substandard work hereinafter), APSFL shall make a demand
in writing specifying the work, materials or articles about which there is a complaint.

Timely Action by PMA

1. The PMA responsible for surprise audits of work. A notice in respect of defective work shall be given to the PIA in
writing during the progress of work asking the PIA to rectify/replace/remove the sub-standard item of work and also
definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice
period, if the PIA fails to rectify/ replace/ remove the sub-standard items, the defects shall be
rectified/replaced/removed by APSFL, at its sole discretion, through some other agency at the risk and cost of the PIA.

2. Non-reporting of the sub-standard work in time on the part of PMA shall not in any way entitle the PIA to claim that
the defects were not pointed out during execution and as such the PIA cannot be absolved of the responsibility for sub-
standard work and associated liabilities.

Quality Control of Works

1. The importance of quality of Aerial cable splicing works cannot be over-emphasized. The quality and availability of
long distance media and efficiency of the reliable media connectivity between terminal equipment depends upon
quality of optic fibre cable plant. The quality of Aerial cable plant depends upon the quality of individual items of
work involved viz. Aerial OFC installed, Protection, Jointing Aerial and Terminations in equipment room. In order to
ensure quality in cable construction work, each component of work needs attention. The work shall be carried out
strictly in accordance with Specifications laid down to achieve the requisite quality aim.

2. APSFL shall be the final judge of the quality of the work and the satisfaction of APSFL in respect thereof set forth in the
contract document. Laxity or failure to enforce compliance with the contract documents by APSFL and/ or its
representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the
PIA shall be and remain responsible for complete and proper compliance with the contract documents and the
Specification therein. The representative of APSFL has the right to prohibit the use of men and any tools, materials and
equipment which, in his opinion, do not produce the required work or performance meet the requirement of the
contract documents.

3. It is imperative that the PIA(s) is/are fully conversant with the Aerial OFC installation practices and shall be fully
equipped to carry out the work in accordance with the Specifications. The PIAs are expected and bound to ensure
quality in works in accordance with Specifications laid down. The PIA shall engage adequate and experienced
supervisors to ensure that work is carried out as per Specifications and with due diligence and in a professional
manner. A two-stage testing process will be incorporated as follows:

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

3.20 Payments of PIA’s bills through Electronic transfer to Banks

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

37 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

 Beneficiary Bank Name


 Beneficiary branch Name
 IFSC code of beneficiary Branch
 Beneficiary account No.

3.21 Levy/ Taxes payable by PIA

1. All taxes including GST, Building and other Workers Welfare Cess or any other tax or Cess in respect of this contract
shall be payable by the PIA and APSFL shall not entertain any claim whatsoever in this respect.
2. If pursuant to or under any law, notification or order any royalty, cess, tax or the like becomes payable by APSFL and
does not any time become payable by the PIA to the State Government, Local authorities in respect of any material
used by the PIA in the works, then in such a case, APSFL will have the right and be entitled to recover the amount
paid in the circumstances as aforesaid from dues of the PIA.
3. Conditions for reimbursement of levy/ taxes if levied after receipt of tenders
a. All tendered rates shall be inclusive of all taxes and levies payable under respective statutes.
b. The PIA shall keep necessary books of accounts and other documents for the purpose of this condition as may
be necessary and shall allow inspection of the same by APSFL or its authorized representative and shall also
furnish such other information/ document as APSFL may require from time to time.

4. Apprentices Act provisions to be complied with the PIA shall comply with the provisions of the Apprentices Act, 1961
and the rules and orders issued there under from time to time. If he fails to do so, its failure will be a breach of the
contract and APSFL may, in its discretion, cancel the contract. The PIA shall also be liable for any pecuniary liability
arising on account of any violation by him of the provisions of the said Act.

3.22 Materials to be provided by the PIA

1. The PIA shall provide all the material such as OF cable and accessories, Splitters, FDMS & all other Accessories and
FMS (Hardware & Software) and other items included in the Bill of Material. The list of items shown in Bill of Material
are indicative, as such any other material required for successful commissioning of project shall be provided by the
PIA at its own cost.
2. The PIA shall, at its risk and cost, make all arrangements and shall provide all facilities as the PMA may require for
verification of the material at sites or stores and bear all charges and cost of such verification unless specifically
provided for otherwise elsewhere in the contract or Specifications. Technical commercial condition for procurement
by the bidder:
a. The bidder shall enter into legally binding agreement with the OEM/ ToT Partner for supply, installation and
commissioning during 7 years Operation & maintenance period (including warranty period). Copy of such
agreement shall be furnished with the bid. The legally binding agreement should be in accordance with the
requirements and terms & conditions of this tender.
b. The bidders shall also submit certificate(s) from the end user(s) for the satisfactory working/ performance of
the quoted models of splitters. The user certificate may be related to the equipment deployed for field trial or
for commercial operations.

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

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

38 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.23 Fall Clause

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

2. The PIA while applying for extension of time for implementation, if any, shall have to provide an undertaking as "We
have not reduced the sale price, and/ or offered to sell the same or similar equipment/ service to any
person/organization including Department of central/state Government or any central/state PSU at a price lower
than the price chargeable under the contract for scheduled implementation period."

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

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

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

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

3. Deviations/ Variations Extent and Pricing


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

3.25 Foreclosure of contract due to Abandonment of project

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

39 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

3. Carrying out part work at risk and cost of PIA:


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

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

3.26 Safety

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

3.27 Access to the Site for the Contractor

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

3.28 Access to the Site for APSFL

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

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

40 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.29 Settlement of disputes

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

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

3.30 Operations & Maintenance (O&M) Phase

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

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

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

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

3.31 Detailed BOQ of Material used by PIA

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

The quantity of all the items filled in the prescribed Performa will have to be verified by PMA before submission to PMU
APSFL.

41 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3.32 Action in case work not done as per Engineering Instructions and Construction Instructions

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

3.33 Termination for Insolvency

APSFL may at any time terminate the Contract by giving written notice to the PIA. If the PIA becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to APSFL.

3.34 PIAs subordinate staff and their conduct

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

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

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

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

3.35 Changes in firm’s Constitution to be approved

Approval shall be obtained from APSFL before any significant change in shareholding pattern and/ or management control
of the company or its parent company is affected.

If previous approval as aforesaid is not obtained, APSFL shall have power to adopt the course specified in the Clause
mentioned in section “When Contract can be Determined” hereof in the interest of APSFL and in the event of such course
being adopted, the consequences specified in the said Clause shall ensue.

3.36 Arbitration

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

3.37 PIA to indemnify Govt. against Intellectual Property Rights

The PIA shall fully indemnify and keep indemnified APSFL, its directors, officers, employees etc. against any action, claim,
42 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

3.38 Language and measures

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

3.39 Transfer of title

The title of ownership of supplies furnished by the PIA shall not pass on to APSFL for all Supplies till the same are finally
accepted by APSFL after Commissioning and issue of Commissioning Certificate.

However, APSFL shall have the lien on all such works performed as soon as any advance or progressive payment is made
by APSFL to the PIA and the PIA shall not subject these works for use other than those intended under this Contract.

3.40 Release of Information

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

3.41 Indemnification & Limitation of Liability

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

43 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

h. in the event that the Indemnifying Party is obligated to indemnify the Indemnified Party pursuant to this
clause, the Indemnifying Party will, upon payment of such indemnity in full, be subrogated to all rights and
defenses of the Indemnified Party with respect to the claims to which such indemnification relates.
3. The liability of the PIA (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for any
claim in any manner related to the contract, including the work, deliverables or services covered by this Agreement,
shall be the payment of direct damages only which shall in no event in the aggregate exceed tender contract value
payable under this Agreement.
4. The allocations of liability in this represent the agreed and bargained-for Understanding of the parties and
compensation for the works reflects such allocations. Each Party has a duty to mitigate the damages and any amounts
payable under an indemnity that would otherwise be recoverable from the other Party pursuant to the contract by
taking appropriate and commercially reasonable actions to reduce or limit the amount of such damages or amounts.

3.42 Jurisdiction

1. Any dispute arising out of the tender/bid document/ evaluation of bids/issue of APO shall be subject to the
jurisdiction of the competent court at the place from where the NIT/tender has been issued.
2. Where PIA has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be
subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued.
3. This Contract/ PO is subject to jurisdiction of Andhra Pradesh only.

3.43 Exit Management

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

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

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

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

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

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

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

Cooperation and Provision of Information

During the exit management period:


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

Confidential Information, Security and Data:

44 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

The PIA will promptly on the commencement of the exit management period supply to APSFL the following:
a. Information relating to the current services rendered and Purchased and performance data relating to the
performance of Sub-contractors in relation to the services;
b. Documentation relating to Project’s Intellectual Property Rights;
c. All current and updated data as is reasonably required for purposes of APSFL or its nominated agencies transitioning
the services to its replacement Bidder in a readily available format proposed by APSFL;
d. All other information (including but not limited to documents, records and contracts) relating to the services
reasonably necessary to enable APSFL or its nominated agencies, or its replacement Bidder to carry out due diligence
in order to transition the provision of the Services to APSFL or its nominated agencies, or its replacement Bidder (as
the case may be).

Before the expiry of the exit management period, PIA shall deliver to APSFL all new or up-dated materials from the
categories set out in Schedule above and shall not retain any copies thereof, except that the PIA shall be permitted to retain
one copy of such materials for archival purposes only.

Employees

Promptly on reasonable request at any time during the exit management period, the PIA shall, subject to applicable laws,
restraints and regulations (including those relating to privacy) provide to APSFL a list of all employees (with job titles) of
the PIA dedicated to providing the services at the commencement of the exit management period.

Where any national, regional law or regulation relating to the mandatory or automatic transfer of the contracts of
employment from the PIA to APSFL, or a replacement Bidder ("Transfer Regulation") applies to any or all the employees of
the PIA, then the Parties shall comply with their respective obligations under such Transfer Regulations.

To the extent that any Transfer Regulation does not apply to any employee of the PIA, APSFL, or the replacement Bidder
may make an offer of employment or contract for services to such employee of the PIA.

Transfer of Certain Contracts

On request by APSFL the PIA shall affect such assignments, transfers, licenses and sub-licenses as APSFL may require the
same in the name of APSFL or its nominated agency in relation to any equipment lease, maintenance or service provision
contract between PIA and third-party licensor, vendors, and which are related to the services and reasonably necessary for
the carrying out of replacement services by APSFL or its replacement Bidder.

4. Project Stakeholders: Roles & Responsibilities

The key stakeholders for implementation of BharatNet Phase-II are as given below:

A. APSFL

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

B. CPSUs

The CPSUs would provide access to the relevant assets and allow usage of the same for implementation of BharatNet
Phase-2 works as specified in this tender document. CPSU responsibilities will include:
1. Appoint a CPSU nodal officer for each block and provide details of the same to APSFL at the start of the project for
sharing with PIA and PMA. Nodal officer will be responsible for coordination with PMA and PIA appointed for this
project.
2. Provide location details of Block FPOIs and CPSU fibre termination point at the start of the project to APSFL for
further sharing the same with PIA and PMA
3. Provide specification of the OFC that has been used in their existing network
4. Provide access at specific site locations and Termination points of their network where OFC joint needs to be made
5. Provide access to their block level FPOIs to PIA and PMA representatives
6. Issue detailed instructions to CPSU nodal officers for facilitating access to PIA and PMA representatives for access
and integration with their network
7. Provide required assistance and site access to PIA for enabling interconnect between the existing and incremental
OFC network
8. Coordinate and assist PIA/ PMA for carrying out end to end testing between BSNL Exchange and GP
9. Ensuring availability of technical personnel at the time of end to end testing
10. Provide escalation matrix within respective Package and issue resolution matrix for issues faced by PIA and PMA
while integration and access to CPSU network
11. Issuance of Standard Operating Procedures (SOPs) that need to be followed by CPSUs nodal officers while interacting
with PIA and PMA and for access and integration with CPSUs network. This SOP will be developed in consultation
with APSFL at the start of the project.
12. SLA compliance during maintenance phase for the network owned by CPSU, as per the terms agreed with APSFL
13. Provide support for fault diagnosis and repair during maintenance phase for the network components owned by
CPSUs

C. Project Implementation Agency (PIA)

PIA would be responsible for procurement and carrying out the installation of Aerial OFC, splicing. PIA will also be
responsible for maintaining the incremental OFC laid as part of the BharatNet Phase-II project for 7 years. The activities
are to be performed as per the laid down standards, guidelines and procedures.

PIA will be responsible for:

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

Survey and Planning Phase

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

46 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

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

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

Implementation Phase

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

47 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Maintenance Phase

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

Project Management Agency (PMA)

This agency would be responsible for sample audit of the work being done by PIA. PMA would be responsible for providing
commissioning certificates for successfully commissioned sites. The responsibilities of PMA will include:
1. PMA will have the responsibility of Quality Review of the work done by PIA on sample audit basis for all 100%
sites
2. PMA will certify the quality of work as well as quantity of material on behalf of APSFL for equipment, PON OTDR
Testing, End to End Testing, checks and review of trenching, installation of OFC /Duct, refilling of trench, splicing
etc.
3. Verification of PIA’s final deliverables including ABDs
4. Preparation and upload of all data/reports/certificates on project management tool and/or sending the same to
APSFL officers at appropriate address as per pre-defined procedures
5. Adherence to standards, guidelines and procedures laid down by APSFL
6. For each payment milestone, PIA will submit all the documents/forms/certificates to PMA. Payment for the
respective milestones will be released after verification of documents by PMA.
7. Ensuring availability of verification and validation personnel in line with the implementation schedule and site
level coordination with PIAs for carrying out the tasks.
8. Surprise audit of stores and warehouses maintained by PIA.

Entities/Agencies with whom active co-ordination would be required


A. State Governments

State governments would provide right of way and other relevant permissions for Installation of Optical fibre cable. State
governments would also provide access to GP premises for implementation of network termination point.

A. Other Government agencies

ROW permission would also be required from other government agencies like NHAI for national highways, Forest
departments for forests, Railways for railway crossings and Oil & Gas companies wherever their pipelines are
encountered.

48 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

5. Project Schedule per package

S. No. Project Milestone Months Documents to be submitted by Bidder


1. Award of PO/ Contract T
2. Completion of Site Survey of entire T+1 Month Survey report, Monthly plan, District wise BOM
state & corresponding cost
3. Commissioning of 25% GP’s in a T+3 Months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
4. Commissioning of 60% GP’s in a T+5 Months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
5. Commissioning of 90% GP’s in a T+8 months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
6. Commissioning of balance 10% GP’s in T+9 months Material delivery receipts, I&C report, OTDR
a package reports, As Build drawing, Project Completion
Report.

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

49 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6. Scope of Work

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

The scope of work comprises:

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

6.1 Indicative Architecture

6.1.1 Network

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

6.1.2 Optical Fiber

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

50 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.1.3 High Level Network Topology Considerations

1. Aggregation Network Layer


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

APSFL Mandal PoPs 664


BSNL Exchanges 670
Total Gram Panchayats 12,927
Gram Panchayats connected through OFC 12,281
Gram Panchayats connected through RF 2449

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

51 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

f) Joint closures – Straight Joint Closure (SJC) for making a straight Joint of OFC and Branch Joint Closure (BJC) for
making a Branch Joint of OFC.
g) Splitters (primary and secondary)
h) OF Patch cords

APSFL shall adhere to the standards and specifications provided for the network design and infrastructure ensuring
interoperable solution that facilitates Network sharing (nondiscriminatory access) and integration with BBNL central
NOC. It is assumed that power and other support requirements at the BSNL exchange shall be provided by BSNL through a
common arrangement worked out between BBNL and BSNL.

6.2 Key Assumptions

The supplementary infrastructure such power, cooling, space etc. at BSNL block level exchange shall be provided by BBNL
as part of a common agreement between BSNL and BBNL and facilitated by APSFL.

The DCN provisioning for integration of the network elements with BBNL central NOC shall be provided by BBNL and
facilitated by APSFL.

Cost of power and space at the Gram Panchayats shall be provisioned by APSFL.

6.3 Network Implementation

6.3.1 Aggregation Layer – Linear Topology

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

6.3.2 Access Network – Ring / Spur Topology

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

10. A Splice Joint Closure shall be installed on the Poles.


11. OLTs to be installed in the BSNL Exchange
12. ONTs to be installed in the Gram Panchayat
13. ONTs to have Wi-Fi Provision
14. The network design & route map are provided in this document.

6.3.3 Route Survey & Network Design Validation

The Contractor shall validate the route map & network design supplied by the Andhra Pradesh State FiberNet Limited and
submit compliance/deviation summary of the implementation sites.

Note: All route maps are subject to minor corrections due to local variations. As part of the Route Survey and Network Design
Validation activity, the Contractor should validate and submit the final route maps and network design.

6.3.4 Fiber Implementation

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

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

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

6.3.5 Crossings

6.3.5.1 Highways, Roads, Railway Crossings, Forests and Water Bodies

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

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

6.3.6 Optical Fiber Cable & Installation

6.3.6.1 Fiber Specifications for 24/48/96 core ADSS cable

6.3.6.1 Fiber Specifications for 24/48/96 core ADSS cable

24F Double Sheath ADSS Cable_65m/100KmpH

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


S. No. Parameter Unit 24F ADSS OFC
1 Span Length of Cable m 65
2 Ice Load on the cable Kg/m Nil
3 Operational wind velocity Kmph 100
4 Installation Sag % 1.0
5 Operational Sag % 2.0
6 Cable Tensile Strength N 2670
7 Operating Temperature oC -20 oC to +70 oC
CABLE CONSTRUCTION DETAILS
1 Fiber Per Loose Tube No 4
2 No of Loose Tube No 6
3 Water Blocking Material for loose Tube Water Swellable Yarn
4 Loose Tube Inner Diameter (Minimum) mm 1.4
5 Loose Tube Outer Diameter mm 2.1 ± 0.1
6 Color of Fiber Blue, Orange, Green, Brown.
7 Color of Loose Tube Blue, Orange, Green, Brown, Slate and White.
8 Loose Tube Material PBT
9 Central Strength Member (FRP) Size mm 2.2+0.1,-0.0
10 Tube Stranding Lay length over Length mm 80-100
11 Inner Sheath Thickness (Minimum) mm 1.0
12 Inner Sheath Color Black
13 Inner Sheath Material UV Proof HDPE
54 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

14 Aramid Quantity (Nominal) Kg/Km 3.5


15 Outer Sheath Thickness(Minimum) mm 1.5
16 Outer Sheath Color Black
17 Outer Sheath Material Anti-Track PE
18 Cable diameter mm 12.6 ± 0.6
19 Cable Weight Kg/Km 115 ± 10%
20 Outer Sheath Stripe Marking mm 2 Stripes marking diagonally opposite (3mm
Nominal)
CABLE OPTICAL PARAMETERS
1 Fiber Type ITU-T G.652.D
2 Maximum Cabled attenuation at 1310 nm dB/Km 0.36
3 Maximum Cabled attenuation at 1550 nm dB/Km 0.23
4 Maximum Cabled attenuation at 1625 nm dB/Km 0.26
5 PMD cabled fiber ps/km  0.2

24F Double Sheath ADSS Cable_65m/150KmpH

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


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

55 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Nominal)
CABLE OPTICAL PARAMETERS
1 Fiber Type ITU-T G.652.D
2 Maximum Cabled attenuation at 1310 nm dB/Km 0.36
3 Maximum Cabled attenuation at 1550 nm dB/Km 0.23
4 Maximum Cabled attenuation at 1625 nm dB/Km 0.26
5 PMD cabled fiber ps/km  0.2

48F Double Sheath ADSS Cable_65 Span/100 Kmph

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


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

56 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

5 PMD cabled fiber ps/km  0.2

48F Double Sheath ADSS Cable_65 Span/150 Kmph

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


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

57 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

96F Double Sheath ADSS Cable_65 Span/100 Kmph

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


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

58 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

96F Double Sheath ADSS Cable_65 Span/150 Kmph

CABLE CONSTRUCTION DIAGRAM

INSTALLATION & OPERATION CONDITION


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

Fiber Specifications

S. No. Attribute Specifications


1 Fibre Type ITU-T G.652.D
2 MFD at 1310nm 8.7 - 9.5 µm
3 Cladding Diameter 125 µm +/- 0.7 µm
59 | P a ge
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

4 Cladding Non-circularity ≤ 0.8%


5 Core Clad concentricity error ≤ 0.5 µm
6.a Diameter over primary coated with double UV cured acrylate 242µm +/- 5 µm
6.b Coloured Fibre Diameter 252µm +/- 10 µm
7 Coating/Cladding Concentricity ≤12 µm
8 Fibre attenuation before Cabling
8.a At 1310 nm ≤ 0.33 dB/km
8.b At 1550 nm ≤ 0.19 dB/km
8.c At 1625 nm ≤ 0.21 dB/km
8.d Water Peak Attenuation between 1380-1390 nm ≤ 0.33 dB/km
10 Total Dispersion
10.a In 1285-1330 nm band ≤ 3.5 ps/nm.km
10.b In 1270-1340 nm band ≤ 5.3 ps/nm.km
10.c At 1550 nm ≤ 17.5 ps/nm.km
10.d At 1625 nm ≤ 22.0 ps/nm.km
11 Polarization mode dispersion at 1310 & 1550 nm
11.a Fibre ≤ 0.1 ps/√km
11.b Cabled Fibre ≤ 0.2 ps/√km
11.c Link design value (Fibre Stage) ≤ 0.06 ps/√km
11.d Zero Dispersion Slope ≤ 0.090 ps/(nm2km)
11.e Zero dispersion wave length range 1300 – 1324
12 Cable cut off wavelength 1260 nm Max
13 Mechanical Characteristics
13.a Proof test for minimum strain level 1%
13.b Peak Strip ability force to remove primary 1.3 ≤ F ≤ 8.9 N
13.c Dynamic Tensile Strength
13.c.1 Un-aged ≥ 550 KPSI (3.80 Gpa)
13.c.2 Aged ≥ 440 KPSI (3.00 Gpa)
13.d Dynamic Fatigue ≥ 20
13.e Static Fatigue ≥ 20
14 Fibre Macro bend
14.a Change in attenuation when fibre is coiled 100 turns on 30 mm radius mandrel ≤ 0.03 dB at 1550 nm
≤ 0.03 dB at 1625 nm
14.b Change in attenuation when fibre is coiled 1 turns on 16 mm radius mandrel ≤ 0.03 dB at 1550 nm

14.c Change in attenuation when fibre is coiled 1 turns on 10 mm radius mandrel ≤ 0.75 dB at 1550 nm
≤ 1.5 dB at 1625 nm
14.d Change in attenuation when fibre is coiled 10 turns on 15 mm radius mandrel ≤ 0.25 dB at 1550 nm
≤ 1.0 dB at 1625 nm
15 Fibre Curl ≥ 4 meters radius of
curvature
16 Environmental Characteristic of fibre
16.a Operating Temperature - 60°C to 85°C
Temperature Dependence of Attenuation ≤ 0.05 dB/km
Induced Attenuation at 1550 nm,1625 nm at -60 C to +85 C
16.b Temperature – Humidity Cycling ≤ 0.05 dB/km
Induced Attenuation at 1550 nm,1625 nm at -10 C to +85 C and 95% relative
humidity
16.c Water Immersion 23 C ≤ 0.05 dB/km
Induced Attenuation at 1550 nm, 1625 nm due to Temperature Aging at 85 =/- 2 C
16.d Accelerated Aging (Temperature) 85 C ≤ 0.05 dB/km
Induced Attenuation at 1550 nm, 1625 nm due to Temperature Aging at 85 +/- 2 C

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

60 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.3.6.2 Fiber Specifications for Underground Double Sheath Ribbon Optical Fiber Cable

48F Double Sheath Ribbon Optical Fiber Cable

CABLE CONSTRUCTION DIAGRAM

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

61 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

24F Double Sheath Ribbon Optical Fiber Cable

CABLE CONSTRUCTION DIAGRAM

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

6.3.6.3 Supply of Joint Enclosure & Splicing

Features

 Standard fiber count 24 to 96 F


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

Dimensions

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

Specifications:

External Dimension (mm) 470xø230 Max. Capacity 096


Weight (KG) 4.2~4.8 Sealing type Mechanical
Cable Entrances 5 (4 Drop & 1

Express cable)
Suitable cable diameter (mm) Pinholeø5~ø7
Express cable ø8~ø18 Capacity per Tray 24
Number of Splice trays(Max) 4

6.3.6.4 Fiber Optic Accessories

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

6.3.6.5 Fiber Distribution Hub

The SFO Fiber Distribution Hub is designed to be the central distribution point for FTTH networks, it can accommodate 24
fiber optic connections.

It consists of splice panels, fiber management modules etc., can be mounted. It comes with fully concealed configuration
with double door. Cable entry, exit ports and Express cable entry are provided at the bottom of the cabinet. Fiber routing
and slack management, splitters can be accommodating inside the cabinet. This cabinet can be installed in indoor or
outdoor central office/ telecom head ends.

63 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.3.6.5.1 Features

 Fully concealed cabinet with double door.


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

6.3.6.5.2 Specifications

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

6.3.6.6 Fiber Optic Patch Panel

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

6.3.6.7 Communications Cabinets with Racks/ Field Cabinets

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

6.3.6.8 Fiber Asset Management System

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

6.4 Under Ground OFC Laying

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

6.4.1 Engineering Instructions for Under Ground Optical Fiber Cable Laying Works

6.4.1.1 Scope

The Engineering Instructions spelt out in this document deal with the methods to be adopted for underground Optical Fiber
Cable laying in PLB HDPE ducts and termination of OFCs at Gram Panchayats (GPs) for BharatNet Phase- II.

64 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.4.1.2 OF Cable Laying Approach

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

2. In special cases where it may be necessary to avoid burrow pits or low-lying areas, the Cable may be laid underneath
the shoulders at a distance of 0.6 meter from the outer edge of the road embankment provided the same is located
at least 4.5 meters away from center line of road.

6.4.1.3 General

6.4.1.3.1 Soil Classification

Soil shall be classified under two broad categories Rocky and Non-Rocky, the soil is categorized as rocky if the cable trench
cannot be dug without blasting and / or chiseling. All other types of soils shall be categorized as Non-Rocky including
Murrum & soil mixed with stone or soft rock.

Rocky soil: The terrain which consists of hard rocks or boulders where blasting/ chiseling is required for trenching such
as quartzite, granite, basalt in hilly areas and RCC (reinforcement to be cut through but not separated) and the like.

Non-Rocky soils: This will include all types of soil- soft soil/hard soil/Murrum i.e. any strata, such as sand, gravel, loam,
clay, mud, black cotton murrum, shingle, river or nullah bed boulders, soling of roads, paths etc. (All such soils shall be
sub-classified as kachcha soil) and hard core, macadam surface of any description (water bound, grouted tarmac etc.), CC
roads and pavements, bituminous roads, bridges, culverts (All such soils shall be classified as Pucca soils).

6.4.2 Laying of Optical Fiber Cable

The Optical Fiber Cable shall be laid through PLB HDPE Ducts buried at a nominal depth of 165cm. The steps involved in
OF Cable laying are as under

1) Excavation of trench up to a nominal depth of 165 cm in non-Rocky soil, according to construction specifications
along National/State Highways/other roads and in built up/rural areas. Under exceptional conditions/genuine
circumstances due to site constraints/ soil conditions, relaxation can be granted by the competent authority for
excavation of trench to a depth lesser than 165cm. Such relaxation shall be given as per the laid down norms/
procedures being set by State/SIA and with the approval of the competent authority. The payment in such cases
shall be made on pro-rata basis as per the laid down norms adopted by the concerned State/SIA.

2) Lying of PLB HDPE Ducts/coils coupled by sockets in excavated trenches, on bridges and culverts, as per construction
specification and sealing of PLB HDPE Ducts pipe ends at every manhole by end-plugs of appropriate size.

3) Providing additional protection by R.C.C. Pipes/DWC pipes and/or concreting/chambering, wherever required
according to construction specification.

4) Fixing of DWC pipes/troughs with clamps on culverts/bridges and/or chambering or concreting of G.I.
Pipes/troughs, wherever necessary. Normally, RCC/DWC pipes shall be used and use of GI pipes shall be avoided.

5) Laying Protection Pipes on Bridges and Culverts. In case trenching and pipe laying is not possible on the culverts, the
pipes shall be laid on the surface of the culverts/bridges after due permission from the competent authority within
the concerned State/SIA as per construction specification

6) Back filling and Dressing of the Trench according to construction specifications.

7) Making manhole/handhole, wherever applicable shall be of NP3 HD20 size (990 mm Outer diameter / 800 mm
inner diameter) at every Cable pulling location for housing the OF Cable loop & Pulling Optical Fiber Cable using
proper tools and accessories. Sealing of both ends of the PLB HDPE pipe in manhole by hard rubber bush of suitable
size to avoid entry of rodents into the PLB HDPE Ducts, putting split PLB HDPE Ducts and split RCC pipes with proper

65 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

fixtures over cable in the manhole to protect the bare cable.

8) Digging of pit of size 2-meter x 2-meter x 1.8 meter depth) for fixing of Jointing chambered-cast RCC cover or stone
of suitable size on jointing chamber to protect the Joint and backfilling of jointing chamber with excavated soil.

9) Digging of pits 50 cm to 100 cm towards jungle side at every manhole and jointing chamber along the route to a
depth of 75cm fixing of route Indicator/joint indicator, concreting and backfilling of pits. Painting of route indicators
with Blue color and joint Indicator by Grey color and sign writing denoting route/joint indicator number and
marked as “BBNL”, as per construction specification.

6.4.3 Specifications of Materials to be used

6.4.3.1 PLB HDPE Duct

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

6.4.3.2 PLB HDPE Duct Accessories

a. Push fit Coupler: Push Fit couplers shall be used for coupling PLB HDPE ducts/coils
b. PP Rope: However, this is optional and PIA may use the same on need basis. The PP rope can be ordered along with
the PLB duct as required. In this case PP ropes drawn through the HDPE/PLB pipes/coils and safely tied to the end
caps at either ends with hooks to facilitate pulling of the OF cables at a later stage. The rope used is 3 strands
Polypropylene Para Pro rope having yellow color and size of 6 mm diameter. It should have a minimum breaking
strength of 550 kgs. The length of each coil of rope should be 5 meters more than the standard length of duct (or as
ordered) and it should conform to (i) BS 4928 Part- II of 1974 (ii) IS 5175 of 1982. It should be of special grade and
should have ISI certificate mark. It should be manufactured out of industrial quality Polypropylene.
c. End Cap :- End Cap shall be used for sealing the ends of the empty ducts, prior to installation of the OF Cable
and shall be fitted immediately after laying the duct to prevent the entry of any dirt, water, moisture, insects/rodents
etc. The ends of the PLB HDPE ducts/coils laid in the manholes should be closed with End Caps. The End Caps used
should be suitable for closing40mm/33mm PLB HDPE ducts/coils. A suitable arrangement should be provided in the
End Cap to tie PP Rope. (See figure-1 for details)

6.4.3.3 Cable sealing Plug

This shall be used to seal the end of the ducts perfectly, after the OF cable is pulled in the duct. For pulling the cable
through the ducts, it is necessary to provide manholes at that location and also at bends and corners wherever required.
The ends of the PLB HDPE ducts/coils are closed with Cable Sealing Plugs. The End Plugs used should be suitable for
closing40mm/33mm PLB HDPE ducts/coils..(Wherever blowing technique is used for laying OF Cable, at the discretion of
the CPSUs concerned, the hand holes/manholes required for accessing the cable during cable laying can be at longer distances
depending upon requirement.)

6.4.3.4 Material for Providing Additional Protection

1) RCC Full Round Pipes: Reinforced cement concrete pipes (spun type) coupled with RCC collars sealed with cement
mortar used to provide additional protection to PLB HDPE Ducts/coils at lessor depths should be of full round, NP-2
class and size 100 mm (internal diameter), conforming to IS standard 458-1988 with latest amendments. The pipes
should have a nominal length of 2 meters.
2) The RCC collars should be properly sealed using cement mortar 1:3 (1:53 grade cement of reputed brand, 3:
fine sand without Impurities). If case of long spans, every third joint will be embedded in a concrete block of size 60
cm (L) x 40cm (W) x 25 cm (H) of 1:2:4 cement concrete mix (1: cement, 2: coarse sand, 4: stone aggregate of 20 mm
nominal size) so that the alignment of RCC pipes remain firm and intact. Also, both ends of RCC pipes spans will be
sealed by providing concrete block of size 40 cm (L) x 40 cm (W) x 25 cm (H) of 1:2:4 cement concrete mix to avoid
entry of rodents.
3) RCC Split Pipes: The split Reinforced cement concrete pipes (spun type) with in-built collars are used to provide
additional protection to PLB HDPE Ducts/coils should be of 100mm internal dia.(Spotted), Class--NP-3, Thickness:
25mm, Length: 2 Meters with inbuilt collaret one end, conforming to ISI Specification IS: 458, 1988 with latest
amendment.
4) DWC Pipes: Use of normal duty DWC (Double walled corrugated) HDPE pipe shall be preferably utilized as first
choice for protection of Optical Fiber Cable instead of GI pipes. The DWC pipes used shall be of size 75/61mm
5) M.S. Weld Mesh: The PLB HDPE Ducts can also be protected by embedding it in concrete of size of 25 cm x25 cm
reinforced with MS weld mesh. The MS weld mesh used should be of 50 mm x 100mm size, 12 SWG, 120 cm in width
in rolls of 50m each. One meter of MS weld mesh caters to approx. 3 meters of concreting. (See figure ‘2’ for details).
The strength of RCC/CC is dependent on proper curing; therefore, it is imperative that water content of CC/RCC mix
66 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

does not drain out into the surrounding soil. In order to ensure this, the RCC/CC work should be carried out by
covering all the sides by yellow PVC sheets of weight not less than 1 kg per 8 sqm to avoid seepage of water into the
soil.
6) Joint Chamber: The Joint chamber shall be provided at every joint location to keep the OF cable joint well protected
and also to house extra length of cable which may be required in the event of faults at a later date. The Joint chamber
shall be of pre-cast RCC type as per construction specification. Brick chamber can also be made with prior permission
of State/SIA.
7) Rubber Bush: To prevent entry of rodents into PLB HDPE DUCTS, the ends of PLB HDPE DUCTS are sealed at every
manhole and joint using rodent resistant hard rubber bush (cap) after optical Fiber cable is pulled. The rubber bush
should be manufactured from hard rubber with grooves and holes to fit into 40 mm PLB HDPE DUCTS pipe, so that it
should be able to prevent the entry of insects, rodents, mud, and rainwater into the PLB HDPE DUCTS pipe. (See
Figure-3)
8) Route/Joint Indicator: The Route/Joint indicators are co-located with each manhole/joint chamber. In
addition, Route indicators are also to be placed where route changes direction like road crossings etc. Either
RCC/Pre-cast or Stone based route indicators can be used. The detailed specification and design of the same shall be
as per construction specification. Generally, Stone Route indicators shall be used for the BharatNet Phase- II project.

6.4.4 Excavation of Trenches

6.4.4.1 Trenching

1) Location and Alignment of the Trench: In built up areas, the trench will normally follow the foot-path of the road
except where it may have to come to the edge of the carriage way cutting across road with specific permissions from
the concerned authorities maintaining the road (such permissions shall be obtained by the department as per
MOU signed with respective State Govt.). Outside the built up limits the trench will normally follow the boundary of
the roadside land. However, where the road side land is full of burrow pits or afforestation or when the cable has to
cross culverts/ bridges or streams, the trench may come closer to the road edge or in some cases, over the
embankment or shoulder of the Road (permissions for such deviations for cutting the embankment as well as
shoulder of the road shall be obtained). The alignment of the trench will be decided by a responsible official of the
State/SIA Once the alignment is marked, no deviation from the alignment is permissible except with the approval
of State/SIA. While marking the alignment only the center line will be marked and the PIA shall set out all other work
to ensure that, the excavated trench is as straight as possible. The PIA shall provide all necessary assistance and
labor, at his own cost for marking the alignment. PIA shall remove all bushes, undergrowth, stumps, rocks and other
obstacles to facilitate marking the center line without any extra charges. It is to be ensured that minimum number of
bushes and shrubs shall be removed to clear the way and the PIA shall give all, consideration to the preservation of the
trees.

The line-up of the trench must be such that PLB pipe(s) shall be laid in a straight line, both laterally as well as
vertically except at locations where it has to necessarily take a bend because of change in the alignment or
gradient of the trench, subject to the restrictions mentioned elsewhere.

2) Line-Up: The line-up of the trench must be such that PLB HDPE Ducts shall be laid in a straight line except at
locations where it has to necessarily take a bend because of change in the alignment or gradient of the trench, subject
to the restrictions mentioned elsewhere.

6.4.5 Method of Excavation

1. In built up areas, the PIA shall resort to use of manual labor / HDD only to ensure no damage is caused to any
underground or surface installations belonging to other public utility services and/or private parties.
2. However, along the Highways and cross country there shall be no objection to the PIA resorting to mechanical means
of excavation, provided that no underground installations existing the path of excavation, if any, are damaged.
3. All excavation operations shall include excavation and ‘getting out’. ‘Getting out’ shall include throwing the excavated
materials at a distance of at least one meter or half the depth of excavation, whichever is more, clear off the edge of
excavation. In all other cases ‘getting out’ shall include depositing the excavated materials as specified.
4. In Rocky strata excavation shall be carried out by use of electro mechanical means like breakers/ jack hammers or by
blasting wherever permissible with express permission from the competent authority. If blasting operations are
prohibited or not practicable, excavation in hard rock shall be done by chiseling/ jack hammers.
5. Trenching shall as far as possible be kept ahead of the laying of pipes. PIA shall exercise due care that the soil from
trenching intended to be loose for back filling is not mixed with loose debris. While trenching, the PIA should not
cause damage to any underground installations belonging to other agencies and any damage caused should be made
good at his own cost and expense.
6. Necessary barricades, night lamps, warning board and required watchman shall be provided by the PIA to prevent
any accident to pedestrians or vehicles. While carrying out the blasting operations, the PIA shall ensure adequate

67 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

safety by cautioning the vehicular and other traffic. The PIA shall employ sufficient man- power for this with caution
boards, flags, sign writings etc.
7. The PIA should provide sufficient width at the trench at all such places, where it is likely to cave in due to soil
conditions without any extra payment. A minimum free clearance of 15 cm should be maintained above or below any
existing underground installation. No extra payment will be made towards this. In order to prevent damage to PLB
HDPE DUCTS over a period of time, due to the growth of trees, roots, bushes, etc., the PIA shall cut them when
encountered in the path of alignment of trench without any additional charges.
8. In large burrow pits, excavation may be required to be carried out for more than165 cm in-depth to keep gradient of
bed less than 15 degrees with horizontal. If not possible as stated above, alignment of trench shall be changed to
avoid burrow pit completely.

6.4.6 Depth and Size of the Trench

The depth of the trench from top of the surface shall not be less than 165 cm unless otherwise relaxation is granted by
State/SIA under genuine circumstances.

In rocky terrain, less depth shall be allowed only in exceptional circumstances with additional protection where it is not
possible to achieve the normal depth due to harsh terrain/adverse site conditions encountered. This shall be done only with
the approval of the State/SIA. This shall be properly documented. In all cases, the slope of the trench shall not be less than 15
degrees with the horizontal surface. The width of the trench shall normally be 45 cm at the top & 30 cm at the bottom.

In case, additional pipes (HDPE/DWC/RCC Pipes) are to be laid in some stretches, the same shall be accommodated in this
normal size trench.

When trenches are excavated in slopes, uneven ground and inclined portion, the lower edge shall be treated as top surface of
land and depth of trench will be measured accordingly. In certain locations, such as uneven ground, hilly areas and all other
Places, due to any reason whatsoever it can be ordered to excavate beyond standard depth of 165 cm to keep the bed of the
trench as smooth as possible. Near the culverts, both ends of the culverts shall be excavated more than 165 cm to keep the
gradient less than 15 degree with horizontal. For additional depth in excess of 165 cm, no additional payment shall be
applicable.

If excavation is not possible to the minimum depth of 165 cm, as detailed above, full facts shall be brought to the notice of the
State/SIA in writing giving details of location and reason for not being able to excavate that particular portion to the
minimum depth.

Approval shall be granted by the State/SIA in writing under genuine circumstances. The decision of the State/SIA shall be
final and binding on the PIA. All the relaxations granted as specified above shall be dealt with as per the laid down norms
and procedure of State/SIA.

Dewatering: The PIA shall be responsible for all necessary arrangements to remove or pump out water from trench. The
PIA should survey the soil conditions encountered in the section and make his own assessment about dewatering
arrangement that may be necessary. No extra payment shall be admissible for this.

Wetting: Wherever the soil is hard due to dry weather conditions, if watering is to be done for wetting the soil to make it
loose, the same shall be done by the PIA. No extra payment shall be admissible for this.

Blasting: For excavation in hard rock, where blasting operations are considered necessary, the PIA shall obtain approval of
the State/SIA in writing for resorting to blasting operation. The PIA shall obtain license from the State/SIA for undertaking
blasting work as well as for obtaining and storing the explosive as per the Explosive Act, 1884 as amended up to date and the
explosive Rules, 1983. The PIA shall purchase the explosives fuses, detonators, etc. only from a licensed dealer.
Transportation and storage of explosive at site shall conform to the aforesaid Explosive Act and Explosive Rules. The PIA
shall be responsible for the safe custody and proper accounting of the explosive materials. Fuses and detonators shall be
stored separately and away from the explosives. The State/SIA or his authorized representative shall have the right to check
the PIA’s store and account of explosives. The PIA shall provide necessary facilities for this. The PIA shall be responsible for
any damage arising out of accident to workmen, public or property due to storage, transportation and use of explosive
during blasting operation. Blasting operations shall be carried out under the supervision of a responsible authorized agent
of the PIA (referred subsequently as agent only), during specified hours as approved in writing by the State/SIA. The agent
shall be conversant with the rules of blasting. All procedures and safety precautions for the use of explosives drilling and
loading of explosives before and after shot firing and disposal of explosives shall be taken by the PIA as detailed in IS: 4081
safety code for blasting and related drilling operation.

Trenching Near Culverts/ Bridges: The PLB HDPE Ducts shall be laid in the bed of culvert at the depth not less than 165
cm protected by RCC pipes as decided by State/SIA. Both ends of culverts shall be excavated more than 165 cm in depth to
keep the gradient of not less than 15 degrees with horizontal. The bed of trench should be as smooth as possible.
68 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

While carrying out the work on bridges and culverts, adequate arrangement for cautioning the traffic by way of caution
boards during day time and danger lights at night shall be provided .In case of small bridges and culverts, where there is a
likelihood of their subsequent expansion and remodeling, the cable should be laid with some curve on both sides of the
culvert or the bridge to make some extra length available for readjustment of the cable at the time of reconstruction of
culvert or the bridge.

6.4.7 Laying of PLB HDPE Ducts

After the trench is excavated to the specified depth, the bottom of the trench has to be cleared of all stones or pieces of rock
and levelled up properly. A layer of soft soil/or sand (in case the excavated material contains sharp pieces of rock/stones) of
not less than 5 cm is required for levelling the trench to ensure that the cable when laid will follow a straight alignment.
Adequate care shall be exercised while laying so that the OF cables are not put to undue tension/pressure after being laid as
this may adversely affect the optical characteristics of cables with passage of time.

The PIA shall ensure that trenching and pipe laying activities are continuous, without leaving patches or portions incomplete
in between. In case intermediate patches are left, measurement of the completed portions will be taken only after work in
such left-over patches are also completed in all respects.

Preparatory to aligning the pipe for jointing, each length of the PLB HDPE Ducts shall be thoroughly cleaned to remove all
sand, dust or any other debris that may clog, disturb or damage the optical Fiber cable when it is pulled at a later stage. The
ends of each pipe and inside of each Socket shall be thoroughly cleaned of any dirt or other foreign materials.

After the trench is cleaned the PLB HDPE Ducts/Coil shall be laid in the cleaned trench, jointed with Sockets. Drawing up of
PP rope is optional as per TEC GR. In case of use of PP Rope, at every manhole approximately at every 200m or at bends or
turns the PP rope will be tied to the HDPE end caps used for sealing the PLB HDPE Ducts, to avoid entry of rodents/mud etc.

At the end of each day work, the open ends of the pipes sections shall be tightly closed with endcaps to prevent the entry of
dirt/mud, water or any foreign matter into PLB HDPE Ducts until the work is resumed. In built up area falling within
Municipal/Corporation limits, the PLB HDPE Ducts shall be laid with protection using RCC Pipes/ Concreting reinforced with
weld mesh (only in exceptional cases).

For lesser depths requiring additional protection in built up areas, towns and cities falling within t the municipal limits,
suitable protection shall be provided to PLB HDPE pipes/coils using RCC/DWC full round/split pipes or cement concreting
reinforced with MS weld mesh or a combination of any of these as per the site requirement. This shall be done only with the
prior instructions/approval of the State/SIA. The specifications for providing each of these protections are given later in this
document.

Moreover, in cross country routes, if depth is less than 1.2 meters, protection by using RCC/DWC Pipe shall be provided.
State/SIA shall decide about such stretches and type of protection to be provided in view of the site requirements. Normally
100 mm RCC/DWC Pipes shall be used for protecting PLB HDPE Ducts but if more than one PLB pipe is to be laid and
protected, RCC/DWC Pipe of suitable size to accommodate the required number of PLB Pipes shall be used

The PLB HDPE Ducts shall be laid in RCC Full Round spun Pipes/DWC Pipes as required at Road crossings. The RCC
pipes/DWC pipes shall extend at least 3 meters on either side of the road at Road crossings. At Road crossings, extra
DWC/PLB HDPE Ducts may be laid as per the direction of the State/SIA. On Rail bridges and crossings, the PLB HDPE Ducts
shall be encased in suitable cast iron as prescribed by the Railway Authorities.

Wherever RCC pipes are used for protection, the gaps between the RCC collars and the RCC pipes shall be sealed using
cement mortar 1:3 (1:53 grade cement of reputed brand, 3: fine sand without impurities) to bar entry of rodents. Every third
collar of RCC pipes (normally of 2 meters length) and also both ends of RCC Pipes will be embedded in a concrete block of
size 40 cm (L)x 40 cm(W) x 25 cm (H) of 1:2:4 cement concrete mix (1:53 grade cement of reputed brand, 2: coarse sand, 3:
stone aggregate of nominal size of 20 mm) so that the alignment of RCC pipes remain firm and intact and to avoid entry of
rodents

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

For carrying out concreting work in trenches, yellow PVC sheets of width not less than 1.0 M and of weight not less than 1
kg. Per 8 sq. meters shall be spread and nailed on sides of the trench to form trapezoidal section for concreting in the cleaned
trench, to avoid seepage of water into the soil.

69 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

A bed of cement concrete mixture of appropriate width and 75 mm thickness shall be laid on the PVC sheet, before laying
PLB HDPE ducts. The PLB HDPE Ducts shall then be laid above this bed of concrete. After laying the PLB HDPE Ducts, MS
weld mesh is wrapped around and tied and concrete mix is poured to form the cross-sectional dimensions as instructed by
the State/SIA.

The strength of RCC is dependent on proper curing therefore; it is imperative that water content of RCC mix does not drain
out into the surrounding soil. Portions where cement concreting has been carried out shall be cured with sufficient amount
of water for reasonable time to harden the surface. After curing, refilling of the balance depth of the trench has to be carried
out with excavated soil.

The PLB HDPE Ducts/RCC/DWC Pipes shall be laid only in trenches accepted by State/SIA or his representative. The PIA
shall exercise due care to ensure that the PLB HDPE Ducts are not subjected to any damage or strain.

Water present in the trench at the time of laying the PLB HDPE Ducts shall be pumped out by the PIA before laying the pipes
in the trench to ensure that no mud or water gets into the pipes, thus choking it.

In case of nallahs, which are dry for nine months in a year, the PLB HDPE Ducts shall be laid inside the RCC Pipes laid at a
minimum depth of 165 cm, as instructed by the State/SIA. The mechanical protection shall extend at least 5 meters beyond
the bed of nallah on either side.

Not with standing anything contained in clauses referred above, the State/SIA may order, based on special site
requirements, that the PLB HDPE Ducts may be encased in reinforced cement concrete, as detailed, ibid. While laying the
pipes, a gap of 2 M is kept at convenient locations approx. 200 m apart and at the bends and turns, which will be used as
manholes during OF cable pulling. Ends of the PLB HDPE Ducts at the manholes shall be sealed using end caps after tying the
PP rope to the end caps to avoid choking of the pipes. In a similar manner, manholes shall be kept while approaching
bridges, road crossings etc., as instructed by the State/SIA. The location of the manholes will be decided by the State/SIA.

6.4.7.1 Laying Protection Pipes on Bridges and Culverts:

In case trenching and pipe laying is not possible on the culverts, the pipes shall be laid on the surface of the culverts/bridges
after due permission from the State/SIA. Of late the bridge construction authorities are providing channel ducts on the
footpaths on the bridges for various services. The RCC/DWC Pipes can be laid in these ducts for pulling cables. However, for
laying cables on existing bridges, where duct arrangement does not exist, one of the following methods may be adopted.

In case of the Bridges/Culverts, where there are no ducts and where the cushion on the top of the Arch is 50 cm to 100 cm or
more, DWC Pipe (Carrying PLB HDPE pipe and cable) may be buried on the top of the Arch adjoining the parapet wall, by
digging close to the wheel guards. Every precaution shall be taken to see that no damage occurs to the arch of the culvert.

Where the thickness of the Arch is less than 50 cm, the pipe must be buried under the wheel guard masonry and the wheel
guard rebuilt.

If neither of the two methods is possible, the DWC duct Troughs must be clamped on the parapet wall with the clamps. If
necessary, the pipes may be taken through the parapet wall at the ends where the wall diverges away from the road.

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

The surface to be concreted should be thoroughly cleaned and levelled before concreting. At both ends of the
Bridges/Culverts, where the DWC Troughs slope down and get buried, the concreting should be extended sufficiently to
ensure that no portion of the DWC Pipes Troughs is exposed as approved by the State/SIA to protect the pipe/trough from
any possible externally caused damage.

Where white wash/color wash is existing on the Bridges/ Culverts, the same should also be carried out on the concreted
portion to ensure uniformity.

6.4.8 Back Filling and Dressing of the Trench

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

At locations where the back filled materials contains stones/sharp objects which may cause injury to the PLB HDPE pipes

70 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

and where the excavated or rock fragments are intended to refill the trench in whole or in part, the trench should be initially
filled, with a layer of ordinary soil or loose earth (free from any stones/pebbles) not less than 10 cm thick over the pipes.

Back filling on public, roads, railway crossings, footpaths in city areas shall be performed immediately after laying the HDPE
pipes. Back filling at such locations shall be thoroughly rammed, so as to ensure original condition so that it is safe for the
road traffic. All excess soil/ material left on road/ footpath/railway crossing shall be removed by PIA. However, along the
highways and in country side, the excess dug up material left over after refilling should be kept in a heap above over the
trench.

In city limits, at any given time not more than 50 Meters length of trench should be kept open and in all places where
excavation has been done, no part of the trench should be kept open over night to avoid occurrence of any mishap or
accident in darkness.

6.4.9 Restoration of Road Surface

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

Road restoration work with cement concrete 1:4:8 mix for thickness varying from 150 mm to 225 mm, including supply of
concrete to be made to evenly match the road.

6.4.10 Cable Pulling and Joining/Splicing

6.4.10.1 Cable Pulling

Manholes marked during PLB HDPE Ducts pipe laying shall be excavated for pulling the cables. There may be situations
where addition manholes are required to be excavated, for some reasons, to facilitate smooth pulling of cable. Excavation of
addition manholes will be carried out, without any extra cost. De-watering of the manhole, if required, will be carried out
without any extra costs. Dewatering/ De-gasification of the Ducts, if required, will be carried out without any extra costs.

The Optical Fiber cables are available in drums in lengths of approx. 2 km. The cables shall be blown / manually pulled (in
exceptional cases) through already laid PLB HDPE DUCTS. This work is to be carried out under the strict supervision of site
in-charge. It shall be ensured that during the blowing / pulling of Cable the tension is minimum and there is no damage to
the Cable/Optical Fibers.

After pulling of the drum is completed, both ends of the PLB HDPE DUCTS pipe in each Manhole should be sealed by hard
rodent resistant rubber bush, to avoid entry of rodents/mud into PLBHDPE Ducts.

6.4.10.2 Jointing/ Splicing

Optical Fiber Cable Joints will be at varying distances depending upon fiber to be laid. The 24/48 fibers are to be spliced at
every Joint & at both ends (Terminations) in the equipment room as directed by the State/SIA. The Infrastructure required
for cable splicing i.e. Splicing machine, OTDR, Tool kit etc. will be arranged by the PIA and also any additional accessories. e.
g. Engine etc. required at site for splicing will also be arranged by the PIA.

The Optical Fiber Cable thus jointed end-to-end will be tested by the State/SIA/PMA officer of Acceptance Testing unit of the
concerned State/SIA for splice losses and transmission parameters as specified in RFP. The through Optical Fiber should
meet all the technical parameters, specified and no relaxation will be granted.

The joint chambers are provided at every joint to keep the O.F.C. joint well protected and also to keep extra length of 30-
meter cable, which may be, required to attend the faults at a later date. Jointing chambers are to be prepared at both side of
the Road Crossing. Actual location of jointing chamber depends on length of cable drum and appropriateness of location for
carrying out jointing work. The location is finalized by State/SIA.

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

6.4.10.2.1 Pre-cast RCC chamber

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

be made of 100 mm thick reinforced concrete with 2 no’s lifting hooks. Sealing of both ends of the PLB HDPE pipe in
manhole by hard rubber bush of suitable size to avoid entry of rodents into the PLB HDPE Ducts, the manholes shall be
placed 600 mm below NGL in case of normal soil and at least 300 mm below hard rock areas. The MH cover shall be
engraved with “AP – BBNL 2 OFC” with engraving depth of 10mm.

6.4.10.3 Fixing of Route Indicators / Joint Indicators

Pits shall be dug 50 cm to 100 cm towards jungle side at every Manhole and Jointing chamber for fixing of Route/Joint
Indicator. In addition, Route Indicators are also required to be placed where O.F. Cable changes directions like road crossing
etc.

The pits for fixing the indicator shall be dug for a size of 60 cm x 60 cm and 75 cm (depth).

The indicator shall be secured in upright position by ramming with stone and murrum up to a depth of 60 cm and concreting
in the ratio of 1:2:4 (1: cement, 2: coarse sand, 4 stone aggregate 20 mm nominal size) for the remaining portion of 15 cm.
Necessary curing shall be carried out for the concreted structure with sufficient amount of water for reasonable time to
harden the structure.

6.4.10.3.1 RCC/Pre-cast Route Indicators

The route /joint indicator made of pre-cast RCC should have the following dimensions:

Base - 250 mm x 150 mm Top - 200 mm x 75 mm Height - 1250 mm (See Figure ‘5’)

6.4.10.3.2 Stone based Route Indicators

The route /joint indicators made of Sand/lime Stone Should have the following dimension. The word ‘BBNL OFC’ should be
engraved on the Route/Joint indicators.

i. Stone to be used (Sand/lime Stone)


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

(See figure for details of Stone Route Indicators)

The Route indicators shall have painted Blue and placed at 50 to 100 cm away from the center of the trench towards jungle
side. The Joint indicators are placed at OFC joints and placed 500 to 1000 cm away from wall of the joint chamber facing
jungle side and are painted Grey. The engraved word “BBNL OFC” should be painted in white, on route as well as joint
indicators. Numbering of route indicators/joint indicators should also be done in white paint. The numbering scheme for
route indicators will be Joint No./Route Indicator No. for that joint. For example, 2/6 marking on a route indicator means 6th
route indicator after 2ndjoint. Additional joints on account of faults at a later date should be given number of preceding joint
with suffix A, B, C, and D. For example, sign writing 2A on a joint indicator means, additional joint between joint No. 2 and 3.
The numbering of existing route/joint indicator should not be disturbed on account of additional joints. Enamel paints of
reputed brand should be used for painting and sign writing of route as well joint indicators.

The route and joint indicator shall be painted with primer before painting with oil paint. The size of each written letter
should be at least 3.5 cm. The colors of painting and sign writing is as under:

i. For Joint Indicator: Grey color


ii. For Route Indicator: Blue color
iii. For BBNL OFC & Nos: White color

6.4.11 Documentation

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

72 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.4.11.1 Route Index Diagrams – General

This diagram shall consist of Cable Route Details on Geographical Map drawn to scale with prominent land marks and
alignment of cable with reference to road on digital form.

6.4.11.2 Route Index Diagrams – Profile

These diagrams will contain


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

These diagrams shall be prepared on digital form.

6.4.11.3 Joint Location Diagram

This diagram will show.


i. Geographical location of all the joints.
ii. Depth of Joint Chamber covers from ground level
iii. Type of chamber (Brick/Pre-cast)
iv. Length of O.F. Cable kept inside the joint chamber from either direction. This shall be prepared digital form.

All the diagrams (1), (2) & (3) shall bear the signatures of the PIA, the State/SIA as a proof of accuracy of the details. The
diagrams shall be bound in A-4 size book with cover.

Figure: HDPE END CAPS

SECTION ON A.B FRONT ELEVATION M.S. WELDMESH

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

Note: All measurements are in centimeters.

Figure: Rubber Cork (Top View)

73 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Note:
1. All Dimensions are in mm
2. Dimensions are only for guidance. Tapper should be such that it should tightly fix into type A & B Hope 50mm OO pipes.

Figure: Specification and Reinforcement Details of NP3-HD20 R.C.C. Joint Protection Chambers

Chamber Design:

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

74 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Top-View-Chamber

75 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Figure: RCC Route Indicator

Figure: Stone OFC Route Indicator

76 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

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

Open Trenches & Ducting

Proper way of Ducting

77 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Coupler Fitting:

Proper Way of Ducting

Back Filling

78 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Chamber Installation

Proper Cable Blowing

Fiber Blowing

79 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.5 Engineering Instructions for Installation of Aerial OFC

6.5.1 Scope

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

i. Wedge Solution should be used if Span length is less than 65 Meter


ii. Above 65 Meter new pole needs to be erected as per Ground condition.

6.5.2 Route Survey

Prior to start of installation of aerial ADDS OFC, the PIA shall carry out detailed survey of the proposed route to establish
the feasibility of installation and capture existing details required for planning installation activities.

APSFL shall provide to scale GIS maps of the area concerned, showing available information such as road, buildings, other
topographic features, OFC route, planned facilities etc., to enable the PIA to mark-up details picked-up during the site
survey.

During the survey the PIA shall use mobile application to capture following details.

 Location of existing poles (left/right/middle of road)


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

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

80 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.5.3 Over Head Alignment

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

6.5.4 Survey and Installation Drawings

Upon completion of survey, the PIA shall transfer the details on to GIS drawings to APSFL.

In addition, the PIAs shall prepare installation drawings showing poles and ADSS cables and accessories in elevation and
all obstructions and proposed methods for their mitigation.

The drawings shall as a minimum cover the following details:


 Number of ADSS cables to be installed along the path
 Location of suspension Assembly sets and Termination Assembly Sets
 Location of Joint closures
 Location of loops
 Crossing details
 Height of fixture attachment (Pole clamp/ wall brackets / loop brackets / joint closures brackets etc. as applicable)
 Poles location (making distinction between existing and new poles), span lengths and clearance from ground at
lowest point.
 Additional fixtures/measures required for stability of poles such as cable/pole stays at terminal/branch-off poles,
crossings etc.
 Bill of materials (cables and accessories, joint closures, FDPs, clamps/fixtures etc.) for each drawing.

Any other details that may be required by the authorities having jurisdiction over the area/utility/building etc.

6.5.5 Hilly Regions

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

6.6 WEDGE Solution

6.6.1 Introduction

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

6.6.2 Technical Requirements of Installation Accessories

6.6.2.1 Types of Installation Accessories

The Wedge types of Installation Accessories are as mentioned below:

i. Tension (Dead End) Assembly


ii. Universal Pole Bracket
iii. Suspension Clamp Assembly
iv. Adjustable Cable Storage Bracket
v. Stainless Steel Strap with Buckle
vi. Down Lead Clamps

6.6.2.1.1 Anchoring (Dead End) Assembly

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

i. at the end of a run


ii. at Tensioning Points
iii. at a major change in direction of over 20 degrees

81 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Each Anchoring Assembly includes

i. Two numbers of wedge type tension Clamps (Dead End Clamp)


ii. One number Pole bracket or wall bracket (Universal Pole Bracket)

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

6.6.2.1.2 Universal Pole Bracket

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

6.6.2.1.3 Suspension Clamp Assembly

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

Each Suspension Assembly shall consist of:

i. One number Suspension Clamp (Body with Flange).


ii. One number of elastomer liner allowing ADSS to slide in case of unexpected dissymmetric load on one span.

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

6.6.2.1.4 Adjustable Cable Storage Bracket

Adjustable Cable Storage Bracket is used to store the excess cables which is being maintained in the middle of the line
and to use at the time of joints.

6.6.2.1.5 Stainless Steel Strap and Buckles

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

6.6.2.1.6 Down Lead Clamps

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

6.6.3 Raw materials for Installation Accessories

6.6.3.1 Raw Material for Dead End Clamp

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

i. There shall be no losable part in the process of clamping arrangement


ii. Locking mechanism shall be wedge type self-locking. Wedges shall be made of UV resistant thermoplastic with
glass fiber (Polybutylene Terephthalate(PBT) / Polyamide (PA 06)
iii. The loop bail / rope shall be flexible, made of stainless steel material of (AISI 304 / 301), fitted with plastic u-
saddle. It shall be possible to open the bail loop in order to be put through a ring bracket or a cross arm hole. The
82 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

distance between the end of U-Saddle and the cable fitment area shall be of min 400 mm, or more to ensure the
min bending radius of cable while installation

6.6.3.2 Raw material for Universal Pole Bracket

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

6.6.3.3 Raw material for Suspension Clamp

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

6.6.3.4 Raw material for Adjustable Cable Storage Bracket

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

6.6.3.5 Raw material for Stainless Steel Strap and Buckles

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

6.6.3.6 Raw Material for Down Lead Clamps:

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

6.6.4 Testing of the accessories

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

6.6.4.1 Tests for Dead End Clamp

The following table details the Type tests and Acceptance Test for Dead End Clamp:

SN Test Type Test Acceptance Test


1 Visual X X
2 Dimensional X X
3 Raw material verification(a) X X
4 Tensile Test (b) X X
5 Galloping Test X
6 Climatic Ageing Test X
7 Corrosion Test X

i. Raw material data Sheet and test certificate to be verified


ii. For factory acceptance test duration of the test is 10 Minutes.

6.6.4.1.1 Tensile Test

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

83 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Test Method: IEC 60794-1-2-E1.

6.6.4.1.2 Galloping Test

The Dead-End Clamp under Galloping Vibration with High Amplitude and low frequency shall not rupture and damage
the cable outer sheath as piercing or creep.

Method: IEEE std. 1222 – 2004

6.6.4.1.3 Climatic Ageing Test

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

Test Condition:

i. Temperature: 70⁰C
ii. Clamps radially arranged, placed opposite the light source with their fitting bolt horizontal.

Requirements:

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

Test Method: NF EN 50483-6

6.6.4.1.4 Corrosion Test

The Corrosion test shall be conducted as per standard NF EN 50483-6 with the following specifications:

Test Parameter:

i. Gaseous atmosphere as per para 8.4.2. (test method 1)


ii. Clamps placed in its service position

Requirements:

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

6.6.4.2 Tests for Universal Pole Bracket

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

SN Test Type Test Acceptance Test


1 Visual X X
2 Dimensional X X
3 Raw material verification(a) X X
4 Tensile Test (b) X X

i. Raw material data Sheet and test certificate to be verified


ii. For factory acceptance test duration of the test is 10 Minutes

Tensile Test:

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

6.6.4.3 Suspension Clamp

The following table details the Type tests and Acceptance Test for Suspension Clamp.

SN Test Type Test Acceptance Test


84 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1 Visual X X
2 Dimensional X X
3 Raw material verification (1) X X
4 Tensile Test (2) X X
5 Slip Test X
6 Galloping Test X
7 Climatic Ageing Test X
8 Corrosion Test (3) X

i. Raw material data Sheet and test certificate to be verified


ii. For factory acceptance test duration of the test is 10 Minutes.
iii. Not applicable for non-metallic clamps

6.6.4.3.1 Tensile Test

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

6.6.4.3.2 Slip Test

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

6.6.4.3.3 Galloping Test

The Suspension Clamp with the cable under the Galloping vibration with high Amplitude and low frequency shall not
rupture and damage the cable outer sheath such as piercing or creep.

Test Method: IEEE Std. 1222 – 2004

6.6.4.3.4 Climatic Ageing Test

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

Test Parameter:

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

Requirements:

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

Test Method: NF EN 50483-6

6.6.4.3.5 Corrosion Test

The Corrosion test shall be conducted as per standard NF EN 50483-6 with the following specifications:

Test Parameter:

i. Gaseous atmosphere as per para 8.4.2. (test method 1)


ii. Clamps placed in its service position

Requirements:

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

85 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.4.4 Tests for Adjustable Cable Storage Bracket

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

SN Test Type Test Acceptance Test


1 Visual X X
2 Dimensional X X
3 Raw material verification (1) X X

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

6.6.4.5 Tests for Stainless Steel Strap and Buckle

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

SN Test Type Test Acceptance Test


1 Visual X X
2 Dimensional X X
3 Raw material verification (1) X X
4 Tensile Test X X
5 Chemical Properties X

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

Mechanical Strength Test:

One loop of SS strap with a length of 0.75 meter and strapped with a buckle shall withstand a minimum load of 7.5 KN, in
order to ensure that universal pole bracket can hold the Tension / dead-end clamp.

6.6.4.6 Tests for Down Lead Clamp

The following table details the type tests and Acceptance Test for Down Lead Clamp

SN Test Type Test Acceptance Test


1 Visual X X
2 Dimensional X X
3 Raw material verification (1) X X

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

6.6.5 Marking

Following Mandatory marking shall be available on each installation Accessories including SS Strap:

i. Manufacturer`s name or logo or trade name


ii. Month and year of manufacturing
iii. Product Reference

6.6.6 Installation Procedure for Accessories

Please refer the Schematics given below:

86 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.6.1 Tensioning (Dead End) Assembly

6.6.6.2 Suspension Clamp Assembly

6.6.6.3 Adjustable Cable Storage Bracket

6.6.6.4 Down lead clamp

87 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7 Typical Drawings of Accessories

6.6.7.1 Dead-End Clamp

88 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7.2 Universal Pole Bracket

89 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7.3 Suspension Clamp Assembly

90 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7.4 Adjustable Cable Storage Bracket

91 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7.5 SS Strap and Buckles

92 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.6.7.6 Down Lead Clamp

6.6.8 Guaranteed Technical Particulars

6.6.8.1 Anchoring (Dead End) Assembly

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)

93 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1 Type of Clamp Tension (Dead-end)


2 Name and address of the Manufacturer
3 Type of design Wedge Type
4 Cable Diameter Range of Clamp As per cable design requirement
5 Installation mode Ready- to-use (Without disassembling). No
specific tools required for cable installation. No
loose parts allowed.
6 Mounting Provision to mount on Bracket and cross arm
holes
7 Type & Grade of the Material
a Clamp Body UV Resistant Thermoplastic / Aluminum
b Wedge UV Resistant Thermoplastic
8 Minimum Breaking Load (in KN) As per cable design requirement
9 Marking To be furnished by the vendor
10 Dimension & Weight Drawing to be submitted in the Tender

6.6.8.2 Suspension Clamp Assembly

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)
1 Type of Clamp Suspension Clamp
2 Name and address of the Manufacturer
3 Type of design Mounting clamp with Insert arrangement. Multiple
orientation allowability.
4 Cable Diameter Range 8 – 20mm
5 Mounting Using Stainless Steel Strap or Bolts
6 Type & Grade of the Material
7 Clamp Body UV Resistant Thermoplastic
8 Insert Elastomer
9 Minimum Breaking Load (in KN) As per cable design requirement
10 Marking To be furnished by the vendor
11 Dimension & Weight Drawing to be submitted in the Tender

6.6.8.3 Universal Pole Bracket (for Anchoring Assembly Mounting)

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)
A Universal Pole Bracket
1 Name and address of the Manufacturer
2 Type of design 6-Line Servicing
3 Type and grade of metallic / non-metallic Heat treated Aluminum alloy for bracket
materials
4 Manufacturing process Gravity die casting
5 Min. Ultimate tensile strength Min 15 KN
6 Marking To be furnished by the vendor
7 Dimension & Weight Drawing to be submitted in the Tender

6.6.8.4 Adjustable Cable Storage Bracket

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)
1 Name and address of the Manufacturer
2 Type of design Pole mounting – Adjustable type for Coil
3 Cable Loop Diameter Range min 400 to 660mm
4 Mounting Using Stainless Steel Strap or Bolts
5 Type & Grade of the Material
a Bracket Aluminum alloy
b Sliding Pipes or Rod Aluminum or Hot dip Galvanized Steel
6 Minimum Breaking Load (in KN) As per cable design requirement
94 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

7 Marking To be furnished by the vendor


8 Dimension & Weight Drawing to be submitted in the Tender

6.6.8.5 Stainless Steel Strap and Buckle

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)
A Steel Strap
1 Name and address of the Manufacturer
2 Material composition SS 202
3 Tensile strength (kN) Min 7.5
4 Width of Strap As per Drawing
5 Thickness of Strap As Per Drawing
6 Length indication marking Marking required at every 250mm
7 General Marking engraved in the strap Manufacturer name and date of marking
8 Provision for easy and safe usage To be provided in a thermoplastic dispenser
casing with bobbin.
9 Dimension & Weight Drawing to be submitted in the Tender
B Buckle
1 Material composition SS 304
2 Tensile strength (kN) Min 7.5
3 Dimension & Weight Drawing to be submitted in the Tender
4 Packing requirement Supplied as a box of 100 nos each

6.6.8.6 Down Lead Clamps

Sl. No. Details Specific Requirements Confirmation


(Vendor to
specify)
1 Name and address of the Manufacturer
2 Type & Grade of the Material Pole Mounting & UV Resistant Thermoplastic
3 Cable Diameter Range As per cable design requirement
4 Dimension & Weight Drawing to be submitted in the Tender

6.7 Installation of Aerial Optical Fiber Cable

The following steps need to be followed for Installation of Aerial Optical Fiber Cable Installation.

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

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

6.7.1 Precautions

1. Provide display boards.


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

6.7.2 Safety Precautions during ADSS OFC Installation

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

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

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

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

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

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

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

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

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

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

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

6.7.3.1 Scope

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

6.7.3.2 Installation Techniques

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

96 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Selection of the specific technique (i.e. Moving Drum method, Stationary Drum method or Manual Installation method), or a
combination thereof, shall largely depend on the actual site conditions. The PIA shall select the most appropriate
installation technique suitable to the site conditions.

6.7.3.2.1 Moving Drum method

In this method the cable is pulled directly from the cable drum mounted on a moving vehicle as it drives along the pole
line. The cable drum must be mounted on a proper support to allow easy cable pay off. At the dead-end point, the cable is
terminated using Termination Assembly sets and tensioned using turnbuckles to maintain cable sag within permissible
value

To start installation, park the vehicle with the cable drum approximately 15 - 20 meters away from the pole facing away
from it down the pole line. The cable must pay off from top of the drum towards the rear of the vehicle.

Install the termination supports and temporary hooks on the poles at the starting point and subsequent poles. Pull off the
necessary amount of slack, lift the dead-end to the top of the pole and mount on the termination assembly.

Once the cable is fixed at both ends with at the terminating assemblies, carry out tensioning. After the cable section is
properly tensioned and secured at both ends lift the cable out of the hooks at each of the intermediate pole and support it
with the suspension set assemblies.

6.7.3.2.2 Stationary Drum Method

In this method of aerial cable installation, the cable is pulled along the cable route through temporary support hardware.
Stationery drum installation method requires installation of temporary support hardware such as pulley blocks.

A rope wound on the tension limiting winch is passed through the pulleys and connected to the cable on the drum
installed on a stand which allows free rotation of the drum. The pulling load should normally not exceed 60% of the
maximum permissible cable tension recommended by cable supplier.

The cable drum and winch locations must have vehicular access. The cable drum should always be placed on levelled
ground so that its flanges are vertical thus avoiding rubbing of cable against flanges. The orientation should be such that
the cable pay-off is directly in the direction of pull. Always pay-out the cable from top of the drum and not from bottom.
The drum should have provision to allow controlled pay-out of cable. Cable pay-out needs to be controlled to prevent
free running or jerking.

Once the cable is completely pulled end to end, it is then ready for installation of permanent supporting system of
terminating and suspension set assemblies at required locations and tensioning for sag control.

97 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.7.3.2.3 Manual Installation method

Manual installation method technique is similar to stationary drum method, except that in this case the cable is uncoiled
from the drum and placed on the ground in the shape of 8.

The pulling operation is same as in stationary drum method. The hardware requirement and pulling equipment also
remains same.

For pulling in both directions, two loops of shape of 8 can be made and each can be pulled in separate directions. Loops of
size 4 to 5m x 1.5m should be sufficient in most cases.

6.7.4 Installation of Accessories

6.7.4.1 Pole Clamp

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

6.7.4.2 Terminating (or dead End) Assembly

Termination assemblies are required at dead ends locations where:

i. Cable needs to be terminated at the end facility


ii. loops are to be kept for future maintenance activities
iii. For double sided termination assembly 2 sets would be required.

98 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.7.4.3 Suspension Assembly

ADSS optical Fiber cable shall be supported on all intermediate poles between two terminating poles using the pole
clamp and a suspension assembly set.

To fix a suspension Assembly following accessories are required:

i. Protective Wedge on the cable,


ii. Suspension Wedge
iii. Clevis Thimble
iv. Spiral Vibration Damper

6.7.4.4 Installation Cable Loop / storage / Joint Closure

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

6.7.4.5 Supporting Jumper Cable Clamp

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

6.7.4.6 Cable Tensioning

After the required Length of cable has been placed, the cable shall be properly tensioned before it is permanently secured
into suspension assemblies.

The temporary dead end should be installed 4 to 5 m from the pole so that after complete tension is applied, appropriate
permanent termination assembly set can be installed while the cable is in tension. The chain hoist will also need to be
tied to the pole directly using a sling and on to pole clamp.

Once the cable sanction is under the required tension and the sag is within limits (i.e. less than 1% of span), the “free”
end of the cable used for tensioning is fitted with termination assembly set and terminated. Once the load is transferred
on to permanent termination end, the temporary arrangement shall be removed.

6.7.4.7 Machinery / Equipment / Tools

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

6.7.4.8 Pole Specification

New poles need to be erected wherever span length is more than 200 meters or as per Ground condition.

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

6.7.4.8.1 Galvanized Steel Pole (7.5m)

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

Reference:

99 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

The pole shall meet the following standard specification

i. Steel tube and base plate for pole: ISO/630


ii. Hot dip galvanizing: BS-729

Detailed requirements for steel poles, base plate and top cap:

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

The poles shall be supplied with following properties:

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

6.7.4.8.2 Galvanized Steel Pole (9 m and 12 m)

Scope: The pole shall be of the tubular type

Reference: This shall meet the following standard specification

i. Steel tube and base plate for pole: ISO/630


ii. Hot dip galvanizing: BS-729

Technical Specification of Galvanized Steel Pole:

All the tubes and base plate shall be made of steel as per ISO 630 grade Fe 430 B or nearest equivalent grade in other
standard.

The outer and inner surface of the pole including with base plate shall be hot dip galvanized as per BS 729 with minimum
layer thickness of galvanization being 450.

Marking:

All poles shall be painted or printed with the word “APSFL” on external surface with distinct un-washable yellow colour.
The size of the letter should be (Thickness x Width x Height) 8mm x 30mm x 50mm.

For errection of any pole/tower, the SLO shall follow the guidelines of ICAO and applicable laws of India.

Life expectancy:

All poles shall be designed for a life expectancy of at least 30 years without any serious degradation of the performance
or reliability maintained and when installed at the temperature range of –10C to + 55 0C in Andhra Pradesh.

Construction:

Pole Clearance: All types of ADSS shall have minimum of 7 m clearance from the point of lowest sag for 9 m and 12 m
poles.

Pole Material: Suitable Poles/Mast/Tower shall be of galvanized steel and/or concrete with adequate strength and
Installation Practice as well as other Pole/Mast/Tower quality features shall be of applicable well known International
Standard such as BS (British Standard), IS (Indian Standard), ITU, etc.

Any structures of Electrical department for the Optical on Ground Wire (OPGW) are also acceptable standard, wherever
OPGW route is proposed.

100 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.8 Fibre Monitoring System (FMS)

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

Technical Specifications
Fibre Monitoring System Requirements

1. Monitoring Unit Mechanical Requirements

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

2. Monitoring Unit Performance Requirements

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

3. Monitoring Unit NBI

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

4. Management System

101 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

 The network management system has to provide standard compliant northbound interfaces to enable relatively
simple integration in exiting OSS systems and data export to network planning tools, inventory management tools,
customer portals, etc.
 Versions of the network management system must be available for both Windows Server as well as Linux.
 Northbound interfaces have to be available for
o Inventory management data
o Performance monitoring data
o Alarm data
 All required licenses for unrestricted use of these northbound interfaces have to be covered by the offer.
 The supported northbound interface formats have to be listed by the vendor. For example Corba, MTOSI, EXCEL,
SQL, ESV, SNMP and CSV.

S. No Parameter Minimum Specifications


1 Optical ports SC/LC PC/APC connectors
2 Count of Optical port Min 8 ports Scalable up for higher port count
3 Live & dark fibre monitoring Live fibre monitoring with >3db insertion end to end
loss
4 Software user interface CLI / GUI
5 OTDR Dynamic range 1 Should provide ≥28 dB fibre Km/port,
6 Pulse width 5ns to 20 µs
7 Fibre loss measurement accuracy ±1 dB (at link loss < 30 dB and link length < 90 km)
±1.5 dB (otherwise)
8 Power supply Should support AC or DC input power supply, Power
consumption 15 W
9 operational temperature range -5C to +55C
10 mounting brackets and supported rack Slandered 19-inch, 21-inch, 23-inch
11 standard compliant northbound Integration with OSS, GIS, inventory management
interfaces System etc.
12 Network management system with FMS Windows / Linux

6.9 Operations and Maintenance

The infrastructure and network undergo numerous changes during its lifespan and to have effective O&M, such
changes should be tracked and updated in the Inventory Management System to be provided by PIA.

Also, Fault Management system will be put in place for reporting, dissemination, resolution and closure of fault
tickets.

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

Network Monitoring

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

6.9.1 OFC Maintenance Requirements

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

102 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

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

6.9.2 Preventive Maintenance Schedule

1. The performance parameters shall be monitored in the FMS.


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

6.9.3 Replacement /Diversion of OFC Route

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

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

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

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

6.9.4 Fault Reporting and Maintenance Mechanism

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

103 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Fig: Restoration by PIA

6.9.5 Scheduled Planned Maintenance

(i) The scheduled planned Maintenance is a planned activity for improving the quality of fibres in a OF cable for
bringing the overall section loss within the permissible limits. The standard OF section loss specified per KM is 0.6
dB at 1550nm. The standard splice loss is specified as <0.05 dB for all joints/ tapings. The fibres in a section shall
have continuity from end to end. This planned activity is required to be done at regular intervals Though it is
desirable to maintain the parameters as above, value of parameters with respect to that available in the first quarter
of the contract period must be maintained or bettered.

(ii) The planned maintenance activity shall be carried out with prior approval of designated officer of APSFL. The
shutdowns for carrying out the activity will be permitted by APSFL generally during 00:00 to 06:00 hours only,
preferably on Saturdays and Sundays. Only in exceptional cases, where the designated officer of APSFL is satisfied,
the shutdown will be given during day hours.

(iii) Any requirement of shifting or relaying of OFC arising due to road widening, rerouting of the cables due to
unforeseen events or by any other compulsion, cable exposing due to soil erosion, permanent restoration required
due to damages done by other operators or agencies while executing their work will be carried out with per
kilometre contracted rate by PIA after taking prior approval from APSFL.

(iv) If Restoration is asked to be done by PIA in the event of damages due to occurrence of Force Majeure, Vandalism,
tampering by APSFL staff or public or any external agency, other operators. In such an event, APSFL shall request
the PIA to repair/replace the damaged component and reinstall the same. Reasonable repair/replacement costs or
per kilometre rate contract agreed while execution towards the same shall be reimbursed.

(v) The scheduled planned activity can be carried out in any of the following scenarios:
a. Restoration of temporarily laid OFC, which should have been resorted while carrying out fault restoration or
temporary cable protection.
b. Regularization of temporary OFC Joints which might have been done to restore the traffic.
c. Check for rectification of fault to avoid repeat faults.
d. Protection for the exposed OFC due to various reasons.
e. Re-splicing of fibres for improving the fiber performance.
104 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

f. Verification of route and joint indicators.


g. Re-routing of OF cable due to road widening etc.

The fiber loss measurements shall be taken and submitted to the designated officer of APSFL by the PIA as specified under
section Submission of Reports.

6.9.6 Submission of Reports

The PIA shall be responsible for submitting regular reports consisting of:
i. Monthly report of OFC faults
ii. Monthly report on spare fiber loss with OTDR
iii. Quarterly report on spare fiber loss using Power meter.
iv. The special reports consisting of Splice loss details, OTDR report of all fibres in a cable, total loss report for a
section of the cable using Power meter.

The reports shall be submitted in the formats as specified by APSFL from time to time.

6.10 Service Level Agreement hereinafter referred as SLA

SLA & Penalties during Operations and maintenance

6.10.1 Assumptions

i. A Segment in the SLA is defined as a length from POI to splitter or one splitter to the next splitter or splitter to GP.
Details will be mentioned in the work order.
ii. Contractor shall follow APSFL in house Trouble Ticket Module for capturing the fault status which will in turn be
used for SLA calculation through the SLA module.
iii. SLA violations and penalties arising due to site conditions like continuous power failures or any other conditions
beyond control of PIA shall be excluded from SLA and penalty calculations.
iv. Hours for restoration should be calculated based on working hours starting 8 AM to 8 PM

6.10.2 Penalties

PIA shall ensure the following SLAs else the corresponding penalties will be imposed.

SLA Parameter
Sr. No. Parameter Permissible Remarks
Range
1 Time to Repair an OFC <= 4 Hrs. TTR shall be counted from opening of TT to closing of TT
cut/fault Irrespective of Fault Restoration.

2 No. of OFC cut/250KM One Cut In case PIA has requested for finalizing alternate route due to
or part/month road widening or any beyond control activity, and it has not been
approved within 2 weeks’ time by APSFL, then fiber cuts arising
out of such cases should be excluded from SLA working. These
will be addressed on best effort basis.
Essential Measures
Sr. No. Parameter Permissible Remarks
Range
1 Documents to be Within 3 days Documents related to any change in ABD due to fiber fault
submitted rectification/ diversion etc.
2 Splice loss per fiber <= 0.2 dB If splice loss is more than 0.2 dB, splicing to be done again and
joint downtime to be counted in Continuity. Appropriate procedure
shall be worked out for verification of splice loss.

1. For these calculations the route shall be defined as the section of fiber as unique identifiable route.

2. In case of route failure due to cable cut/damage when the services are disrupted /not available, for a period up to
4 Hours, the fault(s) shall be treated as Severity Level 1 and there shall be no penalty for fault rectification within
the time.

105 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

3. In case the fault restoration time extends beyond 4 hours up to 10 hours, the fault shall be treated as Severity
Level 2.

4. In case the fault restoration time extends beyond 10 hours up to 24 hours, the fault shall be treated as Severity
Level 3.

5. In case the fault restoration time extends beyond 24 hours, the fault shall be treated as Severity Level 4.

6. The penalty for each of these Levels shall be as tabulated below. In case there is/are additional fault(s) on the
route will be treated as new fault after restoration of existing fault.

7. Partial / temporary restoration of fault shall be treated as a repaired fault under emergency circumstances and
the down time till the proper restoration of fault shall not be counted.

8. The penalties to be imposed for the restoration of different severity levels of faults are defined below:

Severity Level MTTR Penalty


Level 1 Up to 4 Hours Nil
Level 2 4 Hours to 10 INR 2500 per route fault. (If one fault downs many POPs it is treated as one
Hours fault only)
Level 3 Beyond 10 Hours Additional INR 500 per Hour subject to maximum of INR 5000 per fault per
and less than 24 route fault
Hours
Level 4 Beyond 24 Hours Additional INR 1000 per day or part thereof subject to maximum of INR 15000
per fault per route. Any other concurrent fault on the same route to be treated
as separate fault.

9. Percentage of non-compliance to approved network changes as per process

KPI Value Penalty


2 Nil
3 INR 2000
4 Additional INR 500
5 and above Additional INR 1000

10. Percentage of non-compliance to approved network uptime for each PoPs for reasons other than route failure.

Value on monthly basis Penalty


Below 98% Nil
Below 97% INR 10000 per instance
Below 96% INR 25000 per instance
95% and Below INR 50000 per instance

Note:
1. APSFL will provide the requisite licenses of a monitoring tool for automatic monitoring of all SLAs.
2. All the operational SLAs are measured monthly basis. The penalties will be levied monthly and will be deducted
from the payment due to the bidder.

11. Other SLA Provisions

This SLA remains in force for any expansion (i.e. add, delete, change) of the network. It is the responsibility of the
maintenance and management team to ensure all proposed expansion complies with this SLA before undertaking such
expansion Failure to meet any of the criteria (other Service Levels A) shall be considered a significant SLA violation with
penalties of INR 10% of the invoice value for every day of violation across the network. The maximum penalty for any/ all
the above violations will be INR 10% of the contract value.

Planned Network Outage: ‘Planned Network Outage’ refers to unavailability of network services due to infrastructure
maintenance activities such as configuration changes, up gradation or changes to any supporting infrastructure. Details
related to such planned outage shall be agreed with the State Government and shall be notified to all the related
departments and relevant offices in advance and this shut down time will not come under penalty clause.

106 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6.10.2.1 SLA Exclusions

1. Penalty should be excluded for Restoration for damage occurs due to Force majeure, natural calamities, Curfew or
No work due to Government Order.

2. Penalty should be excluded for damage occurred due to ongoing work enrooted by other authorities and bodies.

3. Any Delay in restoration where restoration is possible only after taking downtime of the running route. In such
cases permission to carry out planned outage will be provided by APSFL. These penalties should be excluded.

4. Normal log time is considered for penalty calculation is from 8 AM to 4 PM. If the fault is reported after 4 PM and
the location far away to reach for maintenance activity the call shall be treated as reported next day 8 AM.

5. On holidays and festival days the penalty structure shall be limited to 50% except NOC and DHQs

6. Poles shifting / Trees cutting by Electricity Department and Power outages during routine maintenance shut
down will not be considered for penalty.

6.10.3 Liquidated Damages

1. The PIA shall perform the Services and comply in all respects with the critical dates and the parties hereby agree
that failure on part of the PIA to meet the critical dates without prejudice to any other rights that the Purchaser
have, may lead to the imposition of such obligations as are laid down in the Delay and Deterrent Mechanism
and/or levy of penalty as set and/or termination of the Contract at the discretion of the Purchaser.

2. Penalties shall be capped to maximum of 12% of total cost of Project (excluding O&M cost) Value. Beyond
12% the Purchaser has the right to terminate the contract or a portion or part of the work thereof. The
purchaser shall give 30 days’ notice to the PIA of its intention to terminate the Contract and shall so terminate the
Contract unless the Bidder initiates remedial action acceptable to the Purchaser during the 30 days’ notice period.

3. The Purchaser may without prejudice to its right to effect recovery by any other method, deduct the amount of
liquidated damages from any money belonging to the PIA in its hands (which includes the Purchaser’s right to
claim such amount against PIA s’ Bank Guarantee) or which may become due to the PIA. Any such recovery or
liquidated damages shall not in any way relieve the PIA from any of its obligations to complete the Works or from
any other obligations and liabilities under the Contract.

4. Delay not attributable to the PIA shall be considered for exclusion for the purpose of computing liquidated
damages.

107 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

7. Proposed Bill of Materials

7.1 Schedule of Requirement for Supply of Components

S. No. Item description including Specification Unit of Measurement Quantity


Supply of 24 Core Optical Fiber ADSS Cable as per Kms 40,000
1
specification- wind speed 100 Km/hour
Supply of 24 Core Optical Fiber ADSS Cable as per Kms 4,000
2
specification- wind speed 150 Km/hour
Supply of 48 Core Optical Fiber ADSS Cable as per Kms 10000
3
specification- wind speed 100 Km/hour
Supply of 48 Core Optical Fiber ADSS Cable as per Kms 3000
4
specification- wind speed 150 Km/hour
Supply of 96 Core Optical Fiber ADSS Cable as per Kms 1000
5
specification- wind speed 100 Km/hour
Supply of 96 Core Optical Fiber ADSS Cable as per Kms 1000
6
specification- wind speed 150 Km/hour
Supply of 24 Core Optical Fiber Under Ground Cable as per Kms 1000
6
specification
Supply of 48 Core Optical Fiber Under Ground Cable as per Kms 2000
7
specification
8 Supply of Joint Enclosure, Pole Accessories Kms 57,000
9 Supply of Underground OFC HDPE Duct & accessories Kms 3000
10 Supply of 24 Port Fiber Distribution Management System Nos. 12,687
11 Supply of 48 Port Fiber Distribution Management System Nos. 674
Fiber Monitoring System with necessary software & Set 1
12
hardware
13 Any Costs towards miscellaneous items, etc. Lumpsum

7.2 Schedule of Requirement for Installation and Commissioning

S. No. Item description including Specification Unit of Quantity


Measurement
Installation of 24 F Aerial OFC as per standard practices, Joint Kms 44,000
1 Enclosure & Splicing, Pole Accessories, FDMS Installation &
Termination
Installation of 48 F Aerial OFC as per standard practices, Joint Kms 13,000
2 Enclosure & Splicing, Pole Accessories, FDMS Installation &
Termination
Installation of 96 F Aerial OFC as per standard practices, Joint Kms 2000
3 Enclosure & Splicing, Pole Accessories, FDMS Installation &
Termination
Installation of 24 Core Optical Fiber Under Ground Cable as per Kms 1000
4 specification, Installation of Hand Hole, Joint Enclosure, Splicing,
FDMS Installation & Termination
Installation of 48 Core Optical Fiber Under Ground Cable as per Kms 2000
5 specification, Installation of Hand Hole, Joint Enclosure, Splicing,
FDMS Installation & Termination
6 Fiber Monitoring System with necessary software & hardware Set 1

8. Testing and Quality Assurance Process

PIA will submit all self-certified records to PMA based on self-certified records PMA will conduct surprise audits on sample
basis.

PIA is mandated to keep the following records


 Warehouse inventory self-certified records
 Execution /Deployed self-certified records

APSFL shall have the right to cause an audit and technical examination of the work and the final bills of the PMA / 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

108 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

technical examination any sum is found to have been overpaid in respect of any work done by the PMA / 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 PMA / PIA shall be liable for refund of the amount of over payment and it shall be lawful for APSFL to recover the
same from PMA/ PIA.
● Provided that APSFL shall be entitled to recover any sum overpaid.
● Any sum of money due and payable to the PMA / PIA (including security deposit returnable to him) under this
contract may be appropriated by APSFL for the payment of a sum of money arising out or under any other contract
made by the PMA / PIA with APSFL.

Measurement & Inspection


(i) Measurement: MB books prepared by PIA block wise will be submitted to PMA. The measurement sheets are to
be prepared by PIA and Block-wise monthly records are to be maintained by PIA. The entries shall be made legibly
in indelible ink. No entry shall be erased. The measurement sheets shall invariably be consulted at the time of
making final payments to the PMA / PIA. The same shall also be scanned by PMA and sent to APSFL along with
the monthly reports. Labelling of all records (in hard and soft copies) should be such that they are legible,
identifiable and understandable easily.
(ii) Method of recording of nomenclature of items complete nomenclature of items, as given in the agreement need
not be reproduced in the measurement sheet for recording the measurement but item code, shall be used.
(iii) The measurements of various items of work shall be taken and recorded in the measurements sheet. The
measurements shall be taken and recorded by PIA. PIA shall be directly responsible for accuracy of 100% of
measurements. APSFL, without any prejudice, reserves the right to carry out any kind of inspection of the works
being carried out by PMA and PIA at any time to ascertain its quantity and quality.
(iv) After verification by PMA and before submission of final measurement sheet, PMA shall get all the sheets for the
month hard-bounded and submit it to APSFL.
(v) Site Images shall be taken by PIA through Monitoring mobile application during acceptance testing and
verification of MB. The images must display the date and time of capture of the image. The mobile application
should also have the capability to record the GIS co-ordinates of the location and embed the co-ordinates
(Latitude, Longitude and Altitude) in the image. No alteration or fabrication or makeover of any kind should be
made to the Site images being submitted. Site images shall be captured at ONT Site, OLT Site, Jointing / Splicing /
Splitting Chambers, Route Indicators and at all major indicators. The site images are to be captured in such a
manner so that the object being captured is clearly visible and the surrounding areas are also identifiable or
distinguishable. The site images, in soft copies, are to be maintained in separate folders / directories and
nomenclature as per the Block and GP. The site images should be so arranged such that they are easily locatable
and identifiable in the folder where they are stored. The site images are to be monthly recorded on a non-erasable,
good quality Compact Disk and sent to APSFL along with the Monthly Status Reports. The site images are to be
uploaded and GIS co-ordinates are to be entered by PIA in the project management tool and GIS tool of APSFL.
(vi) Method of measurement: The measurement of the work shall be done activity-wise as and when the item of
work is ready for measurement. The methods of measurement of various items are enumerated as under:

a. Measurement of Aerial OFC length

The length Aerial OFC installed shall be measured by use of PON OTDR. The applicable payment of PIA shall be made as
per the PON OTDR readings. 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.

b. Measurement of other items

The measurement/ numerical details of other items shall be recorded in the sheets provided for respective items viz.

i. Joint Enclosures.
ii. Fiber distribution Boxes in equipment room
iii. The number of joints.
iv. Record splice loss details for each joint.
c. Measurement Book (MB)

The PIA shall also maintain a Measurement Book for each Block. This book is one of the primary records to be maintained
by the PIA carrying out the work during execution of works. The PIA shall remove all the defects pointed out by PMA in the
Measurement Sheet. The PMA / PIA or their authorized representatives shall also be at liberty to note their difficulties etc.
in these sheets. The hard-bounded measurement sheets shall invariably be consulted at the time of making final payments
to the PIA.

Acceptance Testing

109 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Acceptance testing procedures as defined in the contract to be followed.

Field Acceptance Test Schedule & Testing Procedure for Incremental Fibre Optic Cable
a. This Acceptance Test schedule is for Acceptance Test of incremental OF Cable.
b. As per technical requirements, the Acceptance Test is required to be carried out for all 24 Fibres in each cable
section, and the APSFL Acceptance Test schedule is to be followed for proper testing of the Aerial cable network laid.
c. The incremental Aerial cable shall be tested separately for each Aerial Cable Section. The Aerial cable section for the
BHARATNET project shall be defined as Aerial cable route from one Node to another Node.
d. The Aerial cable sections shall be identified on ABDs attached with the Acceptance Test Report and in the GIS tool.
e. A node would typically be a FPOI, Splitter location, Branch joint location (with or without splitter), Exchange location
(in case Aerial cable is laid directly from the exchange), GP location (in case where it is transit point for further GPs).
f. Testing shall be done in each Aerial cable section in one direction only and for two wavelengths viz. 1310 nm and
1550 nm using OTDR. PON OTDR traces would be obtained for each Aerial cable sections to measure and record the
splice loss wherever applicable.
g. The Acceptance Test for the Aerial cable laid shall be done in two steps as follows:
i. Acceptance Test for each Aerial Cable Section
ii. Through Acceptance Test from FPOI to each FTB at Gram Panchayats (GP). This would be done only for the
Fibres which are put through and terminated at any of the GPs.
h. The formats for Acceptance Test of incremental Aerial are provided in Annexure C.

End to End Testing of Aerial Cable Route from Block to GP (Including Incremental Aerial cable)

a. This document defines the procedure to be adopted for end to end testing of the Aerial cable route which would
include both incremental and existing OF cables.
b. Before splicing the incremental Aerial cable with the existing Aerial cable, the health of the existing Aerial cable shall
be recorded by measuring the average Attenuation (dB) /Km for the existing cable.
c. The average attenuation (dB/Km) for this cable shall be deduced based on the above test and the actual fibre loss up
to the FPOI location would be recorded. This can be verified at the time of splicing. This procedure shall be done for
each FPOI lying on the existing Aerial cable route.
d. End to end Testing shall be done in one direction only for the two wavelengths i.e. 1310 nm & 1550 nm using OTDR
e. The PIA entrusted with the task of for laying the incremental Aerial cable shall be responsible for co-ordination for
conducting this test.
f. The format for End to End Testing of Aerial Cable Route is provided in Annexure D.

Completion/Commissioning Certificates at various milestones


a. PIA shall be eligible to apply for completion Certificate of a Gram Panchayat after successful completion of
i. Acceptance Testing – of incremental Aerial laid
ii. Splicing of the incremental Aerial with existing OFC
iii. End to End Testing – from Exchange end to GP end

b. PIA shall be eligible to apply for Commissioning Certificate of a package when.


i. A minimum of 90% of the Gram Panchayats in a package are completed.
ii. ABDs of the Aerial cable laid in the package are prepared as specified by APSFL and submitted to APSFL
iii. All the AT documents are made available to the APSFL and the relevant entries as specified by APSFL are
made using project monitoring tools like Mobile App. and GIS application.

c. The related Report must be submitted for obtaining these Completion Certificates.
d. In case of any delay due to non-availability of Aerial from Exchange to FPOI or the same being of high lossy fibre,
APSFL shall arrange alternate Fiber or get the same rectified at earliest and this delay shall not be attributable to PIA.
e. APSFL, without any prejudice, reserves the right to carry out any kind of inspection of the works being carried out by
PMA and PIA at any time to ascertain its quantity and quality.

Release of Completion Report

a. Only upon completion of all the works as required to be done by PIA for 100% of the Gram Panchayats in the given
110 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Package and issuing of commissioning certificates for all the blocks by APSFL, the completion report shall be released
by APSFL to the PIA.
b. In case the work in some of the GPs could not be completed due to reasons beyond the control of the vendor or APSFL,
APSFL and the vendor can mutually decide to drop the same so that the completion report is not held up for want of
completion of works in such GPs. However, the detailed justification for this shall be recorded and submitted to APSFL
CO for approval by competent authority.

Inspection and Testing

a. All materials furnished and all work performed under this Contract shall be self-certified and same shall submitted to
PMA. The costs shall be borne by the PIA and shall be deemed to be included in the contract price.
b. Tests, wherever witnessed or conducted by APSFL, shall sign the test form indicating approval of successful tests.
APSFL, at its sole discretion, may waive off this requirement.

Testing Methodology

There is a need to have an elaborate test methodology to ensure quality of supply and services being delivered as part of
this tender.
Acceptance Tests
a. The works shall be deemed to have been completed only after the same has been accepted by PMA as per the process
mentioned in this tender and after it has been informed by PMA to APSFL confirming the completion of work. The
various testing will be undertaken by PIA. PIA may conduct its own test prior for self-assessment.

b. The PIA shall make test pits at the locations desired by PMA 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 tests. It will be ensured by the PMA that there is no
compromise on the network attributes with specific reference to connectivity to Gram Panchayat.

c. The PIA, after having satisfied himself of completion of work, from FDMS/OLT at partner CPSU end to FTB at GP end,
shall offer the work to PMA for Auditing.

Scope of Acceptance Testing

a. It is essential to verify the integrity and the capability of the Optical Fibre Cable and to assess its readiness for
intended services. This scope defines the methodology for ducts and accessories. The purpose of acceptance and
testing is to verify integrity of measurement and quality of work done.
b. APSFL may carry out surprise verification of the measurements recorded in the Measurement sheets and Acceptance
Testing procedures followed by PMA for correctness and completeness. The essential aspects to be checked for proper
implementation of works are given in Engineering Guidelines. APSFL reserves the right to update the Engineering
Guidelines or issue any other separate guidelines during implementation.
c. PIA shall submit self certified AT reports to PMA/APSFL for processing of milestone payments.
d. PMA may carry out civil and Optical Acceptance Testing on a test-check methodology.
e. Civil AT and depth measurement will be done by representative of PIA. Trench and depth measurement using
measuring tape should be recorded while conducting Civil AT.
f. Optical AT will also be done by representatives of PIA. OTDR test should be done by PIA during this AT process.

111 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9. Formats

9.1 Bid Security Form

To
< Name>
<Designation>
<Address>
<Mail Ids>

Whereas……………………… (hereinafter called "the Bidder") has submitted its bid dated……............ for Tender
No……………………………………… dated……………… and Package Name…………

KNOW ALL MEN by these presents that WE ………. of ……………………………. having our registered office
at…………………………………... (hereinafter called "the Bank") are bound unto APSFL (hereinafter called "the Purchaser") in
the sum of INR................................... (Rupees.......................................................................................................................) for which payment will
and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid
validity specified by the Bidder on the Bid form or extended subsequently; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity
(a) Fails or refuses to execute the Contract, if required; or
(b) Fails or refuses to furnish the Performance Security within the specified time, in accordance with the instructions
to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the
purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed
by it is due to it owing to the occurrence of one or both two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in Section NIT Clause “Bid Security”, Section “General Instructions to
Bidders” and “Bid Security” of the Tender up to and including THIRTY (30) days after the Period of bid validity and any
demand in respect thereof should reach the Bank not later than the specified date/dates.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Indian Rupees<<Amount in figures>> (Rupees
<<Amount in words>> only)
II. This Bank Guarantee shall be valid up to <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this
Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on or
before <<insert date>>) failing which our liability under the guarantee will automatically cease.

Signature of the Bank Authority.

Name

Signed in Capacity of
Name & Signature of witness
Full address of Branch
Address of witness
Tel No. of Branch
Fax No. of Branch

112 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9.2 No Deviation Certificate

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments) no. _________ dated
__________. This is to expressly certify that our offer contains no deviation either Technical (including but not limited to
Scope of Work, Business Requirements Specification, Functional Requirements Specification, Hardware Specification and
Technical Requirements Specification) or Commercial in either direct or indirect form.

(Authorized Signatory)

Signature: Address:
Name: Seal:
Designation: Date:

9.3 Total Responsibility Declaration

This is to certify that we undertake the total responsibility for the defect free operation of the proposed solutions as per
the requirement of the RFP for the duration mentioned in all the volumes of the RFP.

(Authorized Signatory)

Signature: Address:
Name: Seal:
Designation: Date:

9.4 Bid Form

To Date: ………………….
…………………………………….
……………………………………
…………………………………… <complete address of the purchaser>

Ref: Your Tender Enquiry No. ………… dated

1. Having examined the above mentioned tender enquiry document including amendment/ clarification/ addenda
No………………………… dated …………..……….the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
carry out all required services in conformity with the said conditions of contract and Specifications for the sum shown in
the schedule of prices attached herewith and made part of this Bid for the………..Name(s) of the Project(s)……………………….

2. We undertake, if our Bid is accepted, to complete delivery of all the items and perform all the services specified in the
contract in accordance with the delivery schedule specified in the General Commercial Conditions”.

3. If our Bid is accepted, we will provide you with a performance guarantee of a Scheduled Bank for a sum @ 10% of the
Implementation cost for the due performance of the contract.

4. We agree to abide by this Bid for a period of ...... days from the date fixed for Bid opening or for subsequently extended
period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period and may be accepted at any
time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared to prevent any subsequent alteration and replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

8. We understand that the Bid document so submitted is the true copy of APSFL tender documents available on the APSFL
website/ e-tendering portal. Any deviation will result in the rejection of the bid.

Dated this .............................. day of 20........

Name and Signature

113 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

In the capacity of

Duly authorized to sign the bid for and on behalf of..............................................

Witness

Address......................................

Signature

9.5 Company Profile

Company profile must be submitted for all the participating companies

S. No. Particulars Details


1 Name of the bidder
2 Legal status of the bidder (Ltd, Pvt. Ltd, LLP, etc.)
3 Main business of the bidder
4 Registered Office Address
5 Head Office Address
6 Incorporation/Registration Date and Number
7 GSTIN
8 PAN
9 Primary Contact – Name, Designation, Address,
Mobile Number, Fax, Email
10 Secondary Contact – Name, Designation, Address,
Mobile Number, Fax, Email
11 EMD Details
12 Role in Consortium Brief scope of work in consortium
13 Average Financial Turnover of the company in the
last 3 years
14 Net worth of the company
15 Non-Blacklisting Compliance (Yes/No)

9.6 Project Credentials Summary

S. No. Project Name Client Name Project Networking Documentary Project


Value Value in the Evidence Status
(INR) Project provided (Ongoing,
(INR) (Yes/No) Completed,
Withheld)

9.7 Project Execution Experience

Bidder/s must furnish the credentials in the following format for Pre-Qualification and Technical Qualification criteria. All
credentials should be followed by relevant documentary proof.

This is to certify that <Name of the company> has been awarded with <Name of the Project> as detailed under:

Name of the Project


Location/s of the Project
Client’s Name, Phone, Email and Complete Address
Description of the Project
Contract Value of the Bidder (in INR)
Status of the Project (Ongoing/Completed)
114 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Activities completed by the bidding entity as on bid submission


date (if the project is ongoing, stages/phases/milestones
completed must be clearly mentioned)
Value of Work completed for which payment has been received
from the client
Start Date
Completion Date

(Authorized Signatory)

Signature: Address:
Name: Seal:
Designation: Date:
Bidding Entity’s Name:

9.8 Detailed Proposed Solution

Bidders are required to provide a detailed plan to execute the entire project. Bidders are advised to comply to the
provided format while detailing out the solution.

S. No. Details
1 Understanding of Requirements
2 Implementation Approach
- Solution Architecture
- Project Plan
- Manpower Plan
- Procurement Plan
- Implementation
- Testing
- Commissioning
- Training Plan
- Handholding Plan
- Contingency Management
3 Operations and Maintenance Approach
- Operations and Maintenance Strategy

9.9 Project Plan

Detailed Project Plan covers the breakup of each phase in to key activities along with start and end dates. The below
provided plan is an indicative of how a project plan looks like:

Activity based Project Plan


S. Work Breakdown Month 1 Month 2 Month 3 Month 4 Month 5 Month 6
No. Structure
1 Activity 1
1.1 Sub-Activity 1
1.2 Sub-Activity 2
1.3 Sub-Activity 3
2 Activity 2
2.1 Sub-Activity 1
3 Activity 3
3.1 Sub-Activity 1
3.2 Sub-Activity 2
3.3 Sub-Activity 3
3.4 Sub-Activity 4
4 Activity 4

9.10 Manpower Plan

Manpower Plan for both Implementation and O&M


S. Role Month 1 Month 2 Month 3 Month 4 Month 5 Total
No.

115 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1 Senior Solution
Architect
2 Project Manager
3 Solution Architect
4 Project Coordinator
5 Reports Manager
6 Field Engineers
7 Field Technicians
8 Logistics Manager
9
10
11
Total

9.11 Proposed CVs

1 Name:
2 Proposed Role: (Only one candidate for key role)
3 Date of Birth: Nationality:
4 Education Qualification Name of Degree Obtained Year of Passing
University

5 Years of Experience:
6 Areas of Expertise Years of Experience in respective areas

7 Certifications and Trainings

8 Employment Record Employer Position From To


(Starting from the recent
position and last 3 firms, list in
reverse order)

9 Details of tasks assigned

10 Relevant Experience
Project 1
Name of the project
Project Start Date
Project End Date
Location
Employer
Project Highlights
Position Held
Activities Performed
Project 2
Name of the project
Project Start Date
Project End Date
Location
Employer
Project Highlights
Position Held
Activities Performed

116 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9.12 Summary of Resources Proposed

S. Name of the person Proposed Highest Other Certifications Total


No. Role Degree Qualifications Experience
(Undergrad, (in Years)
etc.)
1
2
3
4
5
6

9.13 Compliance (Clause by Clause) Certificate

It is to certify that the tender document – Tender No……………. dated ……………. is carefully read & understood and all the
sections and clauses are COMPLIED UNCONDITIONALLY AND UNEQUIVOCALLY. There is no deviation from the terms &
conditions of the tender.

Signature of Authorized Signatory of the Bidder


Company Seal
Date

9.14 Compliance to Requirement (Technical / Functional Requirements)

The bidder should provide compliance to the requirement specifications (both technical and functional).

9.15 Undertaking for MSME Inclusion

(To be provided on a company letter head)

Place:

Date:

To,

Subject: Undertaking to earmark a minimum of 30% of the total contract for procuring goods and services from MSMEs in
response to the Request for Proposal for Appointment of Project Implementation Agency for BharatNet Phase II

Ref: RFP No.

Dear Sir/Madam,

We confirm that our company or firm, _____________________, earmarks a minimum of 30% of the total contract for procuring
goods and services from MSMEs.

Signature of the Sole Bidder/Lead Bidder

Name: Date:
Designation: Place:
Seal:

9.16 Non-Blacklisting Declaration

(To be provided on a company letter head)

Place:

Date:

To

117 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

……………
……………
…………...

Subject: Self-Declaration of not been blacklisted in response to the Request for Proposal for Appointment of Project
Implementation Agency for BharatNet Phase II.

Ref: RFP No

Dear Sir/Madam,

We confirm that our company or firm, _____________________, is currently not blacklisted in any manner whatsoever by any of
the State or UT and or Central Government in India on any ground including but not limited to indulgence in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrict practice.

Signature of the Consortium Member

Name: Seal:
Designation: Date:

9.17 Manufacturers’ Authorization Form

This form must be provided by the OEMs of the hardware and software solutions proposed. This letter of authority should be
on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind
the manufacturer.

Date:

To,
<Name of the Bidder>

Subject: Manufacturer's Authorization Form

Ref: RFP No. xxxxx dated xxxxxx.

Dear Sir/Madam,

We_________ (Name of the OEM) who are established and reputable manufacturers of_______ (List of Goods) having factories
or product development centers at the locations__________ or as per list attached, do hereby authorize. ____________ (Name
and address of the Bidder) to bid, negotiate and conclude the contract with you against RFP No.__________Dated ________for
the above goods manufactured or developed by us.

We hereby extend, our warranty for the hardware/software supplied by the bidder and or maintenance or support
services for software products against this invitation for bid by _______________________ (Name of the Bidder) as per the
requirements and we bind a legal agreement with _______________ (Bidder) for supply, installation, operation and
maintenance for 7 years.

We also confirm that our offered product will not be end of life for minimum of 24 months from the date of bidding and the
support for such offered product/s will be available for minimum of 10 years from the date of bidding.

Thanking you,

Yours faithfully,
(Signature)

For and on behalf of: _________ (Name of the OEM)

Authorized Signatory

Name: Place:
Designation: Date:

118 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9.18 Anti-Collusion Certificate

Certificate should be provided by sole bidder/lead bidder on a letter head

We hereby certify and confirm that in the preparation and submission of our Bid for Request for Proposal for
Appointment of Project Implementation Agency (PIA) for BharatNet Phase II against the RFP issued by Authority, we
have not acted in concert or in collusion with any other Bidder or other person(s) and not done any act, deed or thing,
which is or could be regarded as anti-competitive. We further confirm that we have not offered nor will offer any illegal
gratification in cash or kind to any person or organization about the instant bid.

(Signature of the Lead Bidder)

Name: Date:
Designation: Place:
Seal: Business Address:

9.19 Security / Bank Guarantee

In consideration of the MD, Andhra Pradesh State FiberNet Limited (hereinafter called 'APSFL') having agreed to exempt
_______________________ (hereinafter called 'the said contractor(s)') from the demand under the terms and conditions of an
agreement/Advance Purchase Order No. dated made between _______________________ and _______________________ for
_______________________ (hereinafter called "the said agreement "), of security deposit for the due fulfilment by the said
contractor (s) of the terms and conditions contained in the said Agreement, on production of the bank guarantee for we,
(name of the bank) (hereinafter refer to as "the bank") at the request of (contractor(s) do hereby undertake to pay to
the APSFL an amount not exceeding against any loss or damage caused to or suffered or would be caused to or suffered by
APSFL by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

1. We (name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the APSFL because of breach by the said contractor(s)' of any of the terms or conditions
contained in the said Agreement or because of the contractors(s)' failure to perform the said Agreement. Any such demand
made on the bank shall be conclusive about the amount due and payable by the Bank under this guarantee where the
decision of APSFL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall
be restricted to an amount not exceeding ________________.

2. We undertake to pay to the APSFL any money so demanded notwithstanding any dispute or disputes raised by the
contractor(s)/PIA(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this
present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our
liability for payment there under and the contractor(s)/PIA(s) shall have no claim against us for making such payment.

3. We (name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all
the dues of the APSFL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged
or till (office/ Department) APSFL certifies that the terms and conditions of the said Agreement have been fully or
properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under
this guarantee is made on us in writing on or before the expiry of ______YEARS (as specified in P.O) from the date hereof, we
shall be discharged from all liabilities under this guarantee thereafter.

4. We (name of the bank) further agree with the APSFL that the APSFL shall have the fullest liberty without our consent
and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the ASFLL against the said Contractor(s) and to forbear or enforce any
of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of
the APSFL or any indulgence by the APSFL to the said Contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving us.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

6. We (name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous
consent of the APSFL in writing.

119 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Place:
Date:
(Signature of the Bank Officer)

Rubber stamp of the Bank:


Authorized Power of Attorney Number:
Name of the Bank officer:
Designation:
Complete Postal address of Bank:
Telephone Numbers:
Fax numbers:

9.20 Solvency Certificate

This is to certify that M/s. ........................................................... having its registered office at…………………….…………………has been
maintaining a Savings Bank / Current account with us since last .......................years.

From this Company’s with us we have found it as follows: To the best of our knowledge and information belief he is / they
are solvent to the extent of Rupees .......................................................................................................(INR........................................)

This certificate is issued without any responsibility on the part of the bank of any of its officers.

Seal of the Bank: (Signature)


Date:
Place: Branch Manager

9.21 Integrity Pact

INTEGRITY PACT

Between

Andhra Pradesh State FiberNet Limited (APSFL) hereinafter referred to as “The Principal”
and
……………………………….. hereinafter referred to as “The Bidder/Contractor”
Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for -----------------------------------------
--. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s.

To achieve these goals, the Principal will appoint an Independent External Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following
principles: -

(a) No employee of the Principal, personally or through family members, will relating to 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 Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will ,
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 Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the
relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform
120 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

(1) The Bidder(s)/Contractor(s) 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) Thee Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to
any of the Principal’s employees involved in the tender process or the execution of the contract or to any
third person any material or immaterial benefit which he/she is not legally entitled to, to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the execution of the contract.

(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or
understanding, whether formal or informal. This applies 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)/Contractor(s) will not commit any offence under the relevant Anti-Corruption Laws of India;
further the Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain, or
pass on to others, any information or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information contained or transmitted
electronically.

(d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose all payments he has made, is committed
to or intends to make to agents, brokers or any other intermediaries regarding the award of the contract.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory
to such offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before contract award or during execution has committed a transgression through a
violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is
entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or act as per the defined procedure.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the
Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the
contract according to section 3, the Principal shall be entitled to demand and recover from the Contractor the
amount equivalent to 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.

Section 6 – Equal treatment of all Bidders/Contractors/Subcontractors

(1) The principal will enter into agreements with identical conditions as this one with all Bidders/Contractors.

(2) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this
Integrity Pact.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

121 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Section 7 – Criminal charges against violating Bidder(s) / Contractor(s) / Subcontractor (s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a


representative or an associate of a Bidder, Contractor or Subcontractor, which constitutes corruption, or if the Principal
has substantive suspicion in this regard, the Principal will inform the Corporate Vigilance Office.

Section 8 – External Independent Monitor/Monitors

(1) Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with the obligations under
this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally
and independently. He reports to the MD of APSFL.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the Contractor. The Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to
treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

Notwithstanding anything contained in this Section, the Bidder(s)/Contractor(s) shall have no obligation
whatsoever to provide any internal costing mechanisms or any internal financial or commercial data pursuant to
any audit or review conducted by or on behalf of the Principal. Further, the Bidder(s)/Contractor(s) shall not be
required to provide any data relating to its other customers, or any personnel or employee related date.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the
Project provided such meetings could have an impact on the contractual relations between the Principal and the
Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal and request the Management to discontinue or take corrective action, or to take other
relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from
the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit proposals for
correcting problematic situations.

(7) If the Monitor has reported to the MD of APSFL, a substantiated suspicion of an offence under relevant Anti-
Corruption Laws of India, and APSFL has not, within reasonable time, taken visible action to proceed against such
offence or reported it to the Corporate Vigilance Office, the Monitor may also transmit this information directly to
the Central Vigilance Commissioner, Government of India.

(8) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment
under the contract, and for all other Bidders 6 months after the contract has been awarded.

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 MD, APSFL.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the
Principal, i.e. Vijayawada. 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) 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.
122 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

-------------------------------- ----------------------------------
For the Principal For the Bidder/Contractor

Place…………………… Witness 1: ………………………………


Date …………………… Witness 2: ………………………………

9.22 Power of Attorney

Know all men by these presents, We, [name of organization and address of the registered office] do hereby constitute,
nominate, appoint and authorise Mr / Ms [name], son/ daughter/ wife of [name], and presently residing at [address], who
is presently employed with/ retained by us and holding the position of [designation] as our true and lawful attorney
(hereinafter referred to as the “Authorised Representative”), with power to sub- delegate to any person, to do in our name
and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our Proposal for and selection as Project Implementation Agency (PIA) for [name of assignment], to be done
by Andhra Pradesh State FiberNet Limited (the “Employer”) including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in pre-bid and other conferences and providing
information/ responses to the Employer, representing us in all matters before the Employer, signing and execution of all
contracts and undertakings consequent to acceptance of our proposal and generally dealing with the Employer in all
matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon award thereof to
us until the entering into of the Contract with the Employer.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said
Authorised Representative pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts,
deeds and things done by our said Authorised Representative in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us.

IN WITNESS WHEREOF WE, [name of organization], THE ABOVE-NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].
For [name and registered address of organization]
[Signature]
[Name]
[Designation]
Witnesses:
1. [Signature, name and address of witness]
2. [Signature, name and address of witness]
Note:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the
applicable law and the charter documents of the executant(s) and when it is so required the same should be under seal
affixed in accordance with the required procedure.
Wherever required, the Applicant should submit for verification the extract of the charter documents and other documents
such as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Applicant.

9.23 Letter of Authorization for Attending Bid Opening

(To be typed on letterhead of the company)

To
………………………………
……………………………….
………………………………. <Complete address of the purchaser>

Subject: Authorization for attending bid opening on ………………. (date) in the Tender of _____________________.

I/ We Mr. /Ms. _______ have submitted our bid for the tender no. … in respect of (Item of work) which is due to open on
(date).

123 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of
…………………………………………………… (Bidder) in order of preference given below.

Order of Preference Name Specimen


Signatures
I.
II.
Alternate Representative
Signatures of Bidder/ Officer authorized to sign the bid Documents on behalf of the Bidder.

Note:

1) Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first
preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.
2) Permission for entry to the hall where bids are opened, may be refused in case authorization as prescribed above is not
received.

10. Annexures

10.1 Annexure A: Check List of Documents to be Submitted by the Bidder

S. No. Documents to be Submitted Submitted


(Yes / No)
1 Bid Security in original.
2 Tender Fee in original.
3 Certificate of Incorporation from Registrar of Companies along with Memorandum and Articles
of Association.
4 Permanent Account Number of Bidder.
5 GST Registration Number(s) of Bidder.
6 Copy of (a) contracts / purchase orders and (b) completion /performance certificates showing
underground OFC laying experience of the Bidder.
7 Certificate from Statutory Auditor stating the average annual turnover in last 3 financial years
till 31st Mar 2017.
Or
Copy of audited profit and loss statement for last 3 financial years showing the turnover till
31st Mar 2017.
8 Certificate from Statutory Auditor on Net worth as on 31st Mar 2017.
9 Undertaking that the Bidder shall open at least one office in each district of the Package (if not
already existing) within one month of issue of APO.
10 Undertaking from authorized signatory of the company stating that the Bidder is not
blacklisted by any Public-Sector Undertaking, Central or State Government department in India
at the time of bid submission date.
11 Bid Form.
12 Price Schedule
13 Integrity Pact
14 Solvency Certificate
15 Project Implementation Plan.
16 Legally binding agreement with the OEM/ ToT Partner for supply, installation and
commissioning of OFC for 7 years Operation & maintenance period (including warranty
period).
17 Certificate(s) from the end user(s) for the satisfactory completion of work/PO and
performance of the equipment supplied by them.
18 Legal binding Agreement with the OFC Manufacturer if applicable
19 certificate(s) from the end user(s) for the satisfactory working/ performance of the OF Cable
supplied by them for the quantities required.

10.2 Annexure B: Implementation Planning Guidelines

PIA shall carry out due diligence and prepare an implementation plan for its package. It must pre-determine which Gram
Panchayats are to be covered in which Quarter of the implementation period.

▪ The implementation plan shall be verified by PMA and submitted to APSFL for approval.

124 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

▪ The implementation plan shall have minimum periodic targets as mentioned in the table below.
▪ The above activities should be completed during the planning phase.
▪ PIA must carry out the execution of the project as per the implementation plan.
▪ The plan should follow a general pattern of implementation as given below:

0–1 Up to 3 up to 5 up to 8 up to 9
month months months months months
Cumulative GPs connected in the Package (Completion of Planning 25% 60% 90% 100%
Field Acceptance Testing of incremental OFC laid between Phase
Block FPOI and GP Plus completion of installation)

▪ Maximum duration of planning phase shall be 1 months.


▪ This plan shall be used for tracking and progress monitoring purposes. This plan should
o adhere to the general planning guideline provided above
o must identify the specific GPs, Blocks and Districts that would be taken up for implementation at different
point of time.
o must enable implementation of geographically contiguous areas at one point
▪ PIA shall submit an updated plan at the start of each month during implementation to provide a consolidated
status during last month and reflect any changes to the plan, if any.
▪ All the submitted plans and any changes thereto shall be done to commission all GP’s within 12 months from the
date of issue of PO.

10.2.1 Testing & Certification

All AP Fiber CPEs must undergo the conformance testing, interoperability testing and should undergo the Certification
by APSFL.

Following are the requirements that should be met by all Vendors for Certification:

a. The Vendor shall describe whether the product is fully compliant to the prescribed specifications or it is a partially
compliant, describe the limitations.
b. The Vendor shall provide a detailed compliance test report with the details about the findings to APSFL for
verification and testing.
c. The Vendor shall specify longevity of the product sales and after sale support.
d. The version of hardware and software of the equipment should be provided.
e. Software upgrades for bug fixing will be assumed to be Free of Cost otherwise stated clearly.
f. The Vendor shall submit detailed product specifications
g. The Vendor must do interoperability testing with the AP Fiber’s OLT and submit the detailed report on the
findings to APSFL.
h. The Vendor should provide APSFL with a Solution Description explaining how the CPE could provide the triple
play services and how the CPE can be managed remotely.

10.3 Annexure C: Field Acceptance Test Schedule for Incremental Optical Fiber Cable

Format for Summary Report of Field Acceptance Test for each Gram Panchayat

Name of State: Name of District:


Name of the Block: Gram Panchayat Name:
Package Name: GP Latitude & Longitude:
FPOI Location: FPOI Latitude & Longitude:
Exchange Location: Exchange Latitude & Longitude:

Test Period: From _______________ to ___________________

Total Route Length of OF Cable laid from FPOI to GP: ________________ Kms

Total Incremental OF Cable length tested: ________________ Kms

No. of Splitters

1:2 _________

125 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1:4 _________

1:8 _________

No. of Straight Joints: ______________

No. of Branch Joints: ______________

No. of FTBs: __________________

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

PART-A: DOCUMENTATION CHECK

S. No. TEST DESCRIPTION OBSERVATION TEST PROCEDURE / REFERENCE REMARKS

1 Check of Documentation As per BOM

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

PART-B: Test of Incremental OF Cable & Accessories

Attenuation Test
1. Connect standard optical source with 1310 nm and 1550 nm at level (say P1 dBm.) at one end of the fibre. Measure
with power meter the power at the other End of the fibre (say P2 dBm.). Thus, attenuation of the fibre = (P1 - P2)
dB.

2. Specifications

i. At l310nm

Total Link Loss ≤ 0.36 dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors +
splitter loss

ii. At l550nm

Total Link Loss ≤ 0.21dB/km x Section Length + (0.05 dB/Splice) x (No. of Splices) + 0.5 dB x No. of Connectors

3. All the 48 Fibres of the incremental OF cable shall be tested with the pigtail spliced to each fibre one by one for
taking the test readings.

4. Attenuation test shall also be taken with OTDR at 1550 nm and 1310 nm and printout for each fibre for each
window shall be obtained.

Note:

I. All the cables should meet the standard for both the wavelength i.e. 1310 nm and 1550 nm as per specification
given above i.e. less than 0.43 dB/Km for 1310 nm and 0.30 dB/km for1550 nm.

II. For system of short hop less than 10 Km specification will be calculated as below.

a) No. of joints x 0.05

b) 0.5 dBm for each FDF connector


126 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

c) Cable loss excluding Splice and FDF loss should be better than 0.38db/Km for 1310 nm and 0.25 dB/Km
at 1550 nm

III. In one hop, two different makes of cable should normally be not used. However, in exigencies cable of two
different makes having same refractive index (or same up to at least two decimal digits) may be used.

Attenuation Test for Each OF Cable Section in the Block to GP Using OTDR
Section Identity/No ______________________
Section Length ______________________ kms
Transmit Power(PTx) ______________________ dB
Testing at 1310 nm Testing at 1550 nm
Level at Attenuation per KM Level at Attenuation per KM
Fibre Loss (in dB) Loss (in dB)
Rec. End (dB/Km) Rec. End (dB/Km)
No.
(A=PTx- (A=PTx-
(PRx) (A/section length) (PRx) (A/section length)
PRx) PRx)
1
2
3
4
5
6
7
.
.

Splice Loss Measurement using OTDR

a) The fibre under test is connected to the OTDR which directly displays the splice loss after suitably adjusting the
markers. The observations shall be recorded for both the windows i.e. 1310 nm and 1550 nm.

b) For the splice(s) within the OF cable section (in cases where the OF cable section is more than 2 Km in length) the
splice loss shall be measured for all the 48 fibres. The splice no. shall be counted from ONT side towards the
nearest node. The test results shall be recorded in the format given in Table 2.

c) Specification: Max Splice Loss 0.05 dB for one fibre per splice for straight/branch joints.

Splice test Report for Splices on an OF Cable Section

Section Identity / No.


Section Length ___________________ kms
Splice No. _____________________
Fiber No. Splice Loss (dB)
Tube Colour Fibre Colour
1310 nm 1550 nm

1
2
3
4
5
6
7
.
.

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

127 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

a) The through AT shall be carried out only for the fibres which are put through from FPOI up to the GPs.

b) Since the attenuation for the various OF cable sections have already been recorded only the Splice loss at
interconnection joints between the OF cable sections would be recorded using OTDR.

c) For the splices at interconnection joints between the OF cable sections the splice shall be measured for the spliced
fibres only at all the joint boxes from FPOI up to the GPs. The splice loss shall be recorded for all the splices lying
en-route from FPOI to the GP. The OTDR for this test shall be connected at each GP. The test results shall be
recorded in the following format.

d) Specification: Max Splice Loss 0.05 dB per fibre per splice for straight/branch joints.

e) The splice loss at the splitters would be as per the splitter type used.

f) Specification for Splitter Loss


(Operative Wavelength 1269-1360 nm /1480-1580 nm)

i. For Splitter 1:2 – 4.0 dB


ii. For Splitter 1:4 - 7.1 dB
iii. For Splitter 1:8 - 10.5 dB

Fiber No. GP Name Splice Loss (dB)


1310 nm 1550 nm
1.
2.
3.
4.
5.
6.

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

Testing of all OFC accessories

Name of Quantities (or Whether BSNL QA Whether Observations Remarks


Items Length) Installed / Inspection consigning and
Used certificate CACT pass
(Verified as per available certificate available (if any)
Physical Inspection)
24F OF
Cable
PLB HDPE
Duct
DWC duct
SJC
BJC
Splitters
1:02
1:04
1:08
FDMS
FTB
Aerial
Wedge
Any other
items

Note: Specific serial No. and Lot No. of PLB Duct and DWC Duct shall be noted in the Measurement Book.

128 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

10.4 Annexure D: End to End Testing of OFC Route

Format for Summary Report of End to End Testing for each Gram Panchayat

Name of State: Name of District:


Name of the Block: Gram Panchayat Name:
Package Name: GP Latitude & Longitude:
FPOI Location: FPOI Latitude & Longitude:
Exchange Location: Exchange Latitude &
Longitude:
Date of Completion of
Field Acceptance Test:

(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

a) Before splicing the incremental OF cable with the existing OF cable the health of the existing OF cable shall be
recorded by measuring the average Attenuation (dB) /Km for the existing cable.

b) The Existing OF cable proposed to be used shall be tested using OTDR from FDMS end. The OTDR trace shall be taken
up to the existing joint which is planned to be used as FPOI. (or the nearest existing joint in cases where FPOI is
planned to be created as new joint on the existing cable)

Following values shall be recorded

 Tested Length: ________ Km


 Total loss on the length: _________dB
 Average Attenuation per Km.: ___________ dB/Km
 Existing Fibre length proposed to be used: ___________Km
 Net loss for existing Fibre at FPOI: ___________dB
c) This testing shall be carried on all the fibres of the Existing OF cable(s) which are proposed to be used for splicing
with the incremental OF cable laid for the BHARATNET project.

1. End to End Testing of the OF Cable route

a) The End to End testing of the OF cable route from the ONT up to the OLT shall be done by measuring the receive
power at each GP (ONT location) using the power meter and source. Thus, total attenuation from ONT to OLT at GP
would be recorded.

b) The attenuation shall be tested from ONT to each OLT at GP in one direction only for two wavelengths 1310 nm and
1550 nm.

c) The tests shall be carried on the fibre connected to each of utilized ONT ports.

d) The test results shall be recorded in the format given in the following table. Separate sheet shall be prepared for
each port of an ONT.

End to End Testing of the OF Cable Route


ONT Location: ____________________
OLT Port No: _____________________
Trans Power: ____________________ dB
129 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

GP Name Receive Level (dB) Link Attenuation (dB)


S. No.
1310 nm 1550 nm 1310 nm 1550 nm
1
2
3
4
5
6
7
8
9
10
(Accepted/Rejected)

Name, Signature & Seal of PIA Official Name, Signature & Seal of PMA Official
Date: Date:
Remarks, if any:

10.5 Annexure E: Block wise List of Material actual used by PIA

Name______ State________ District_________ Block________

A. OFC & Accessories

Item Quantity Unit


OFC Route Length Metre
Optical Fibre Cable laid Metre
24F Splice Closure (buried type) Number
Splitters 1:8 Number
Splitters 1:4 Number
Splitters 1:2 Number
Patch Cord 5m length with SC-PC Number
FDMS (48F24F) (Indoor) with patch panel Number
24F Fibre Termination Box (FTB) Number
RCC pipe laid Metre
DWC pipe laid Metre
No of splice Number
Jointing Enclosure Number
Route Indicator Number
Videography Metre
Aerial Wedge
Any other material utilized

10.6 Annexure F: Format Details of Technical Support Centre

No Location of Technical Area/OLTs FAX E-mail Telephone Numbers Postal


support Centre Served Number Address Minimum two Address
1
2
3
4
5
6
7
8

10.7 Annexure G: Details of Fault Rectification Team

Name of Fault E-mail FAX Telephone Numbers Postal OLTs/area


Rectification Team Address Number Minimum two Address Served

130 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1
2
3

10.8 Annexure H: Manufacturer Authorization Form

Authorization letters for OEM’s

To Date:
General Manager (GM),
APSFL(APSFL),
3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.

Reference: Tender No. ___________________ For _____________________ (Name of The Project)

Sir,

We _______________________, (name and address of the manufacturer) who are established and reputed manufacturers of do
hereby authorize __________________ (Name of The Bidder), having its registered office at __________________ (name and address
of the bidder) to bid, negotiate and conclude the contract with you against the above mentioned tender for the above
equipment / software manufactured / developed by us.

We hereby extend our full guarantee and warranty for the goods offered for supply against this tender.

Yours faithfully,
For and on behalf of M/s __________________________ (Name of the manufacturer)
Signature
Name
Designation
Address
Date

10.9 Annexure I: Format for commissioning of Block and Taking over/Making over certificate

Issuing of Commissioning certificates by the APSFL field units for the OF Cable Network under the BharatNet
Project

The APSFL shall be responsible for declaring the laid network as commissioned.

Commissioning of the network is an important milestone in the project lifecycle. Some payments are invariably linked to
the commissioning as also the start of the warranty/AMC is also decided accordingly. In this regard, the detailed procedure
to be followed by the APSFL is as given below.

1. APSFL shall be responsible for overall co-ordination with the CPSUs to ensure that the AT of the incremental OF cable
(including depth AT), End-to-end testing of the OF cable route installed in their jurisdiction are carried out.
2. Commissioning of the OFC network

a) The OFC network shall be declared as commissioned separately for each block.

b) The OFC network for a block shall be declared commissioned when the cable laying works in at least 90% of the
GPs in the block is completed in all respect, connected end to end and successfully acceptance tested.

c) For the OF cable network to be declared as commissioned the successful completion of the Acceptance testing of
the fibres as per the prescribed procedure must be ensured. This would include
i. Depth A/T and Fibre A/T of all the incremental OF cable routes in the block and
ii. End–to-End testing of the network (after splicing the incremental OF cable with the existing OF cable at the
FPOI) from Block to the GP.

d) Data entries in respect of the actual units of OF cable laying work must be duly completed in the EPPM module
as prescribed from time to time.

131 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

e) The ABDs (RIDs) of the incremental OF cable routes, in the prescribed format, must be obtained before issuing
the commissioning certificate.

f) The proforma to be used for issuing Commissioning Letter is attached at Annexure-1

3. A block shall be deemed to have been commissioned once the commissioning certificate for the OFC network has
been issued.

4. The commissioning letter for the OFC network for each block shall be uploaded in the Project Management tool
against the block.

5. Taking-over and Making-over of the Commissioned OF cable Network

After commissioning of the both the OF cable network, the complete network shall be taken over by APSFL from that
date. Simultaneously, on the same date the complete network shall be made-over to the vendor for maintenance
purpose. This shall be paper transfer only for record. The network for all practical purpose shall remain under the
control and supervision of the vendor.

10.9.1 Annexure-1: Commissioning Certificate for Cable Network

No.: __________________________
Dated: ________________________

The OF cable network laid under the BharatNet project for the block as listed below is hereby declared as commissioned as
on <date>. The names of the GPs and the details of the OF cable network being commissioned are given in the tables below

State: ______________________
District: ____________________
Block: _____________________
No. of GPs completed: __________
No. of GPs left out / incomplete _________
Type & Make of OF Cable: 48 F, <manufacturer name>

A. Names of the Gram Panchayats completed

Sl. No. Gram Panchayat Name Sl. No. Gram Panchayat Name

OF Cable Network details

Parameter Qty Unit Remarks


Gram Panchayats Total Nos
Gram Panchayats Completed Nos
Gram Panchayats Left out / incomplete Nos
Total Incremental OF cable length Meters
Cable Laying by HDD method Meters
Existing OFC Used (Fibre Length) Meters
Straight Joint Closer (SJC) Nos
Branch Joint Closer (BJC) Nos
Splitters used
Splitter 1:2 Nos a)
Splitter 1:4 Nos b)
Splitter 1:8 Nos c)
Fibre Termination Box (FTB) 24F Nos 24F
FDMS (24F) Nos 24F
Patch Cords (4 nos. per GP) Nos

(Signed By)
GM / Sr. GM / CGM (Project),
132 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

<state name>,
APSFL

10.10 Annexure J: Sample ABD Diagram

Specifications for preparation of As Built Drawings(ABDs) under BharatNet Project


For all the newly laid cables, proper route diagrams along with all the relevant details like the alignment and depth of the
cables laid, distances from the centre of the road, locations of various assets, major landmarks along the cable route are to
be recorded in a proper format during/after the cable laying works. This would result in generation of As Built Drawings
(ABDs) for the cable routes. These are very important documents and crucial for various O&M activities, mainly for
localization and speedy rectification of cable faults.

To standardize the format for preparing the ABDs for the OF cables being laid under the NOFN project and to achieve
uniformity in presentation and adopt the best practises being followed, the following specifications/instructions are
hereby issued

1. The ABDs shall invariable capture the attributes/information as given below

a) Alignment of the laid cables showing distances from the centre of the road (offset from centre of the road) at
every 10 meters along with the readings of the depth of the OF cable laid.

b) In additions to the above, such readings should invariably be recorded at every turning/bend on the road,
road/railway crossings, culverts, diversions etc. at every 5 meters.

c) Location of various assets like FPOI/SJC/BJC, Joint Chambers, Splitters, FTBs, FDMS route indicators etc. shall be
clearly shown. Also, the Latitude and Longitude of all the above assets shall also be recorded and provided in the
format specified for the same.

d) Nearby major landmarks along the cable route and other identifiable fixed indicators like culverts, bridges/nulla,
water bodies, crossroads, railway crossings, flyover and public places like temples/mosques, bus-stop, PHC, Post
Office, School/college, shops etc. shall be recorded. KM milestones along the cable routes shall also be marked.

e) In cases where additional protection has been provided the details of type of protection like DWC / RCC pipe
(Half round or full) / RCC / CC / CC with wire-mesh etc. should be indicated along with their running lengths
wherever applicable.

f) The location of various telecom nodes falling on the cable laying route like Telephone Exchanges, BTS towers
shall also be recoded along with their latitude and longitude.

g) The length of the spare OF cable (coil / spool) kept at each joint location on either side of the joint should be
correctly recorded in meters.

2. The ABDs shall be prepared in two parts. Part-I showing the overall cable laying routes for a block or a tree from OLT
/ FPOI to the ONTs/FTBs which shall identity the various cable laying sections (route length between two nodes) and
assets like SJC/BJC, splitters and assign identification numbers to each. Part-II shall contain the detailed drawings for
the various Cable Sections (CS) as depicted/identified in Part-I. (Kindly refer the attached sample diagrams).

3. The ABDs shall be prepared on A4 sheets of paper. Each sheet shall record maximum of about 200 to 250 meters of
the route length. Each sheet in the ABD shall be assigned unique sheet number as prescribed in the attached
Annexure.

4. Separate sheets shall be used for recording details of cable sections where cables are laid by open trench method, in
duct and by HDD method. Kindly see the sample ABD attached. Separate diagrams (in blown-up details) may be
prepared for major road/rail intersections for better clarity of details.

5. The details of various assets shall be provided in a tabular form as specified in the sample ABD attached.

6. The ABDs shall be submitted both as soft copy and hard copy. The hard copy shall be submitted, duly signed by the
responsible officer of the executing agency (CPSUs) to the APSFL who shall keep the same under their safe custody.
The soft copy shall be uploaded in the PCM module of Project Management Software. The ABD files shall be named as
specified in the attached Annexure.

7. APSFL shall co-ordinate and pursue with the executing agencies/CPSUs for submission of the ABDs and maintain a
record of the ABDs submitted and uploaded in the PCM module.
133 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

The above specifications may be followed by all the executing agencies/CPSUs for preparation of the ABDs for the cables
laid under NOFN project.

Enclosed: Sample ABD (14 pages)

10.10.1 Annexure-1

1. The ABDs can be prepared in any of the formats like Word, Excel or PowerPoint. The legends shown in the attached
sample ABDs have been provided in soft form and should be used at the time of preparation of ABDs for the sake of
uniformity.

2. The ABD files shall be named as ABD_<block name>.

3. However, in case more than one ABDs are prepared for one block, it is expected that the ABDs would at least be tree-
wise (i.e. full cable route from one FPOI up to its connected GPs). In such cases the soft copy files shall be named as
ABD_<block name>_ BoN

10.11 Annexure K: Master Service Agreement

10.11.1 Definition of Terms

1. “Acceptance of System” The system shall be deemed to have been accepted by the APSFL, subsequent to its
installation, rollout and deployment of trained manpower, when all the activities as defined in Scope of Work have
been successfully executed and completed to the satisfaction of APSFL. Refer to Section 5 of the RFP Volume II.

2. “Applicable Law(s)” Any statute, law, ordinance, notification, rule, regulation, judgment, order, decree, bye-law,
approval, directive, guideline, policy, requirement or other governmental restriction or any similar form of decision
applicable to the relevant party and as may be in effect on the date of the execution of this Agreement and during the
subsistence thereof, applicable to the Project.

3. “APSFL” means the APSFL. The project shall be executed in Andhra Pradesh and shall be owned by APSFL.

4. “Bidder” shall mean organization/consortium submitting the proposal in response to this RFP.

5. “PIA” means the bidder who is selected by the APSFL at the end of this RFP process. The agency shall carry out all the
services mentioned in the scope of work of this RFP.

6. “Contract” means the Contract entered into by the parties with the entire documentation specified in the RFP.

7. “Contract Value” means the price payable to PIA under this Contract for the full and proper performance of its
contractual obligations.

8. “Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and available for sale, lease, or
license to the general public.

9. “Data Centre Site” means the Data Centre sites including their respective Data Centre space, wherein the delivery,
installation, integration, management and maintenance services as specified under the scope of work are to be
carried out for the purpose of this contract.

10. “Document” means any embodiment of any text or image however recorded and includes any data, text, images,
sound, voice, codes, databases or any other electronic documents as per IT Act 2000.

11. “Effective Date” means the date on which this Contract is signed or LoI is issued by APSFL, whichever is earlier and
executed by the parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts
is executed shall be construed to be the Effective Date.

12. “GCC” means General Conditions of Contract

13. “Goods” means all of the equipment, sub-systems, hardware, software, products accessories, software and/or other
material/items which PIA is required to supply, install and maintain under the contract.

134 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

14. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, service marks, brands,
proprietary information whether arising before or after the execution of this Contract and the right to ownership and
registration of these rights.

15. “Notice” means: a notice; or a consent, approval or other communication required to be in writing under this
Contract.

16. “OEM” means the Original Equipment Manufacturer of any equipment/system/software/product which are
providing such goods to the APSFL under the scope of this RFP.

17. “PIA’s Team” means PIA who has to provide goods & services to the APSFL under the scope of this Contract. This
definition shall also include any and/or all of the employees of PIA, authorized service providers/partners and
representatives or other personnel employed or engaged either directly or indirectly by PIA for the purposes of this
Contract.

18. “Consortium” means the entity named in the contract for any part of the work has been sublet with the consent in
writing of the APSFL and the heirs, legal representatives, successors and assignees of such person.

19. “Replacement Service Provider” means the organization replacing PIA in case of contract termination for any reasons

20. “Sub-Contractor” shall mean the entity named in the contract for any part of the work or any person to whom any
part of the contract has been sublet with the consent in writing of the APSFL and the heirs, legal representatives,
successors and assignees of such person.

21. “SCC” means Special Conditions of Contract.

22. “Services” means the work to be performed by the agency pursuant to this RFP and to the contract to be signed by the
parties in pursuance of any specific assignment awarded by the APSFL.

23. “Server Room” or “Data Center” shall have the same meaning.

10.11.2 Interpretation

In this Contract unless a contrary intention is evident:

a. the clause headings are for convenient reference only and do not form part of this Contract;

b. the word “include” or “including” shall be deemed to be followed by “without limitation” or “but not limited to”
whether or not they are followed by such phrases;

c. unless otherwise specified a reference to a clause, sub-clause or section is a reference to a clause, sub-clause or
section of this Contract including any amendments or modifications to the same from time to time;

d. a word in the singular includes the plural and a word in the plural includes the singular;

e. a word importing a gender includes any other gender;

f. a reference to a person includes a partnership and a body corporate;

g. a reference to legislation includes legislation repealing, replacing or amending that legislation;

h. Where a word or phrase is given a particular meaning, it includes the appropriate grammatical forms of that word or
phrase which have corresponding meanings.

i. In the event of an inconsistency between the terms of this Contract and the RFP and the Bid, the terms hereof shall
prevail.

10.11.3 Conditions Precedent

This Contract is subject to the fulfilment of the following conditions precedent by PIA.

135 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1. Furnishing by PIA, an unconditional and irrevocable Performance Bank Guarantee and acceptable to the APSFL which
would remain valid until such time as stipulated by the APSFL.

2. Obtaining of all statutory and other approvals required for the performance of the Services under this Contract. This
may include approvals/clearances, wherever applicable, that may be required for execution of this contract e.g.
clearances from Government authorities for importing equipment, exemption of Tax/Duties/Levies, work
permits/clearances for Bidder/Bidder’s team, etc.

3. Furnish notarized copies of any/all contract(s) duly executed by PIA and its OEMs existing at the time of signing of
this contract in relation to the APSFL’s project.

4. Furnishing of such other documents as the APSFL may specify/demand.

5. The APSFL reserves the right to waive any or all of the conditions specified in writing and no such waiver shall affect
or impair any right, power or remedy that the APSFL may otherwise have.

6. In the event that any of the conditions set forth in herein above are not fulfilled within 1 months from the date of this
Contract, or such later date as may be mutually agreed upon by the parties, the APSFL may terminate this Contract.

10.11.4 Scope of work

Scope of the work shall be as defined in RFP section 5 and Annexures there to of the tender.

APSFL has engaged PIA to provide services related to implementation of BharatNet Phase-II works to establish optical
fiber network infrastructure in the state of Andhra Pradesh. PIA is required to provide such goods, services and
support as the APSFL may deem proper and necessary, during the term of this Contract, and includes all such processes
and activities which are consistent with the proposals set forth in the Bid, the Tender and this Contract and are deemed
necessary by the APSFL, in order to meet its business requirements (hereinafter ‘scope of work’).

10.11.5 Key Performance Measurements

1. Unless specified by the APSFL to the contrary, PIA shall deliver the goods, perform the services and carry out the
scope of work in accordance with the terms of this Contract, Scope of Work and the Service Specifications as laid
down under Section 5 (Service Level Agreement) of this section.

2. If the Contract, scheduled requirements, service specification includes more than one document, then unless the
APSFL specifies to the contrary, the later in time shall prevail over a document of earlier date to the extent of any
inconsistency.

3. The APSFL reserves the right to amend any of the terms and conditions in relation to the Contract/Service
Specifications and may issue any such directions which are not necessarily stipulated therein if it deems necessary
for the fulfilment of the Schedule of Requirements.

10.11.6 Commencement and Progress

PIA shall subject to the fulfilment of the conditions precedent above, commence the Performance of its obligations in a
manner as per the Scope of Work.

The PIA shall proceed to carry out the activities / services with diligently and expeditiously on receipt of RoW from the
purchaser, in accordance with the stipulations regarding time, manner, mode, and method of execution contained in this
RFP.

PIA shall be responsible for and shall ensure that all activities/services are performed in accordance with the Contract,
Scope of Work and Service Specifications and that PIA’s Team complies with such Specifications and all other standards,
terms and other stipulations/conditions set out hereunder.

PIA shall perform the activities/services and carry out its obligations under the Contract with due diligence, efficiency and
economy, in accordance with generally accepted techniques and practices used in the industry and shall observe sound
management, engineering and security practices. PIA shall always act, in respect of any matter relating to this Contract, as
faithful advisors to the APSFL and shall, at all times, support and safeguard the APSFL's legitimate interests in any dealings
with Third parties.

136 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

10.11.7 Standards of performance

PIA shall perform the Services and carry out its obligations under the Contract with due diligence, efficiency and economy,
in accordance with generally accepted techniques and best practices used in the industry and with Telecom standards
recognized by international professional bodies and shall observe sound management, engineering and security practices.
It shall employ appropriate advanced technology and engineering practices and safe and effective equipment, machinery,
material and methods. PIA shall always act, in respect of any matter relating to the Contract, as faithful advisors to the
APSFL and shall, at all times, support and safeguard the APSFL's legitimate interests in any dealings with Third Parties.

10.11.8 Approvals and Required Consents

The APSFL shall extend necessary support to PIA to obtain, maintain and observe all relevant and customary regulatory
and governmental licenses, clearances and applicable approvals (hereinafter the “Approvals”) necessary for PIA to provide
the Services. The costs of such Approvals shall be borne by APSFL. Both parties shall give each other all co-operation and
information reasonably.

The APSFL shall also provide necessary support to Bidder in obtaining the Approvals. In the event that any Approval is not
obtained, PIA and the APSFL shall co-operate with each other in achieving a reasonable alternative arrangement as soon
as reasonably practicable for the APSFL, to continue to process its work with as minimal interruption to its business
operations as is commercially reasonable until such Approval is obtained, provided that PIA shall not be relieved of its
obligations to provide the Services and to achieve the Service Levels until the Approvals are obtained if and to the extent
that PIA 's obligations are dependent upon such Approvals.

10.11.9 Constitution of Consortium

1. For the purposes of fulfilment of its obligations as laid down under the Contract, where the APSFL deems fit and
unless the contract requires otherwise, Prime Bidder shall be the sole point of interface for the APSFL and would be
accountable for the performance of its own, the other member of Consortium and/or its Team’s functions and
obligations.
2. The Consortium members have agreed that PIA is the prime point of contact between the Consortium member and
the APSFL and it shall be primarily responsible for the discharge and administration of all the obligations contained
herein and, the APSFL, unless it deems necessary shall deal only with PIA. PIA along with all consortium members
shall be jointly and solely responsible for the project execution.
3. Without prejudice to the obligation of the Consortium member to adhere to and comply with the terms of this
Contract, the Consortium member has executed and submitted a Power of Attorney in favour of PIA authorizing him
to act for and on behalf of such member of the Consortium and do all acts as may be necessary for fulfilment of
contractual obligations.
4. The APSFL reserves the right to review, approve and require amendment of the terms of the Consortium Contract or
any contract or agreements entered into by and between the members of such Consortium and no such
agreement/contract shall be executed, amended, modified and/or terminated without the prior written consent of
the APSFL. An executed copy of each of such agreements/contracts shall, immediately upon execution be submitted
by PIA to the APSFL.
5. Where, during the term of this Contract, PIA terminates any contract/arrangement or agreement relating to the
performance of Services, PIA shall be responsible and severally liable for any consequences resulting from such
termination. PIA shall in such case ensure the smooth continuation of Services by providing a suitable replacement to
the satisfaction of the APSFL at no additional charge and at the earliest opportunity.

10.11.10 Bidder’s Obligations

PIA’s obligations shall include all the activities as specified by the APSFL in the Scope of Work and other sections of the
Tender and Contract and changes thereof to enable APSFL to meet the objectives and operational requirements. It shall be
PIA’s responsibility to ensure the proper and successful implementation, performance and continued operation of the
proposed solution in accordance with and in strict adherence to the terms of his Bid, the Tender and this Contract.

1. APSFL reserves the right to interview the personnel proposed that shall be deployed as part of the project team. If
found unsuitable, the APSFL may reject the deployment of the personnel. But ultimate responsibility of the project
implementation shall lie with PIA.

2. APSFL reserves the right to require changes in personnel which shall be communicated to PIA. PIA with the prior
approval of the APSFL may make additions to the project team. PIA shall provide the APSFL with the resume of Key
Personnel and provide such other information as the APSFL may reasonably require. The APSFL also reserves the
right to interview the personnel and reject, if found unsuitable. In case of change in its team members, for any reason

137 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

whatsoever, PIA Shall also ensure that the exiting members are replaced with at least equally qualified and
professionally competent members.

3. PIA should submit profiles of only those resources who shall be deployed on the project. Any change of resource
should be approved by the APSFL and compensated with equivalent or better resource. The APSFL may interview the
resources suggested by PIA before their deployment on board. It does not apply in case of change requested by the
APSFL.

4. In case of change in its team members, PIA shall ensure a reasonable amount of time overlap in activities to ensure
proper knowledge transfer and handover/takeover of documents and other relevant materials between the outgoing
and the new member.

5. PIA shall ensure that PIA’s Team is competent, professional and possesses the requisite qualifications and experience
appropriate to the task they are required to perform under this Contract. PIA shall ensure that the services are
performed through the efforts of PIA’s Team, in accordance with the terms hereof and to the satisfaction of the
APSFL. Nothing in this Contract relieves PIA from its liabilities or obligations under this Contract to provide the
Services in accordance with the APSFL’s directions and requirements and as stated in this Contract and the Bid to the
extent accepted by the APSFL and PIA shall be liable for any non-performance, non-compliance, breach or other loss
and damage resulting either directly or indirectly by or on account of its Team.

6. PIA shall be fully responsible for deployment/installation/development and integration of all the software and
hardware components and resolve any problems/issues that may arise due to integration of components.

7. PIA shall ensure that the OEMs supply equipment/components including associated accessories and software
required and shall support PIA in the installation, commissioning, integration and maintenance of these components
during the entire period of contract. PIA shall ensure that the COTS OEMs supply the software applications and shall
support PIA in the installation/deployment, integration, roll-out and maintenance of these applications during the
entire period of contract. It must clearly be understood by PIA that warranty and O&M of the system, products and
services incorporated as part of system would commence as defined in section 3. PIA would be required to explicitly
display that he/they have a back to back arrangement for provisioning of warranty/O&M support till the end of
contract period with the relevant OEMs. The annual maintenance support shall include patches and updates the
software, hardware components and other devices.

8. All the software licenses that PIA proposes should be perpetual software licenses. The software licenses shall not be
restricted based on location and the APSFL should have the flexibility to use the software licenses for other
requirements if required.

9. The APSFL reserves the right to review the terms of the Warranty and Annual Maintenance agreements entered into
between PIA and OEMs and no such agreement/contract shall be executed, amended, modified and/or terminated
without the prior written consent of the APSFL. An executed copy of each of such agreements/contracts shall,
immediately upon execution be submitted by PIA to the APSFL.

10. PIA shall ensure that none of the components and sub-components is declared end-of-sale or end-of-support by the
respective OEM at the time of submission of bid. If the OEM declares any of the products/solutions end-of-sale
subsequently, the PIA shall ensure that the same is supported by the respective OEM for contract period.

11. If a product is de-supported by the OEM for any reason whatsoever, from the date of Acceptance of the System till the
end of contract, PIA should replace the products/solutions with an alternate that is acceptable to the APSFL at no
additional cost to the APSFL and without causing any performance degradation.

12. The Licenses will be in the name of APSFL only.

13. PIA shall ensure that the OEMs provide the support and assistance to PIA in case of any problems/issues arising due
to integration of components supplied by him with any other component(s)/product(s) under the purview of the
overall solution. If the same is not resolved for any reason whatsoever, PIA shall replace the required component(s)
with an equivalent or better substitute that is acceptable to APSFL without any additional cost to the APSFL and
without impacting the performance of the solution in any manner whatsoever.

14. PIA shall ensure that the OEMs for hardware servers/equipment supply and/or install all type of updates, patches,
fixes and/or bug fixes for the firmware or software from time to time at no additional cost to the APSFL.

15. PIA shall ensure that the OEMs for hardware servers/equipment or Bidder's trained engineers conduct the
preventive maintenance on a Quarterly basis and break-fix maintenance in accordance with the best practices
followed in the industry. PIA shall ensure that the documentation and training services associated with the
138 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

components shall be provided by the OEM partner or OEM’s certified training partner without any additional cost to
the APSFL.

16. The training has to be conducted using official OEM course curriculum mapped with the hardware/Software
Product’s to be implemented in the project.

17. PIA and their personnel/representative shall not alter/change/replace any hardware component proprietary to the
APSFL and/or under warranty or O&M of third party without prior consent of the APSFL.

18. PIA shall provision the required critical spares/components at the designated Datacenter Sites/office locations of the
APSFL for meeting the uptime commitment of the components supplied by him.

19. PIA’s representative(s) shall have all the powers requisite for the execution of scope of work and performance of
services under this contract. PIA’s representative(s) shall liaise with the APSFL’s representative for the proper
coordination and timely completion of the works and on any other matters pertaining to the works. PIA shall extend
full co-operation to APSFL’s representative in the manner required by them for supervision/inspection/observation
of the equipment/goods/material, procedures, performance, progress, reports and records pertaining to the works.
He shall also have complete charge of PIA’s personnel engaged in the performance of the works and to ensure
compliance of rules, regulations and safety practice. He shall also cooperate with the other Service
Providers/Vendors of the APSFL working at the APSFL’s office locations & field locations and DC & DR sites. Such
Bidder’s representative(s) shall be available to the APSFL’s Representative at respective Datacenter during the
execution of works.

20. PIA shall be responsible on an ongoing basis for coordination with other vendors and agencies of the APSFL in order
to resolve issues and oversee implementation of the same. PIA shall also be responsible for resolving conflicts
between vendors in case of borderline integration issues.

21. PIA is expected to set up a project office in AP. The technical manpower deployed on the project should work from
the same office. However, some resources may be required to work from the client office during the contract period.

22. Access to Sites

 Sites would include NOC, GP, BSNL Exchange, APSFL Mandal POPs
 The APSFL’s representative upon receipt of request from PIA intimating commencement of activities at various
locations shall give to PIA access to as much of the Sites as may be necessary to enable PIA to commence and
proceed with the installation of the works in accordance with the program of work. Any reasonable proposal of
PIA for access to Site to proceed with the installation of work in accordance with the program of work shall be
considered for approval and shall not be unreasonably withheld by the APSFL. Such requests shall be made to the
APSFL’s representative in writing at least 7 days prior to start of the work.
 At the site locations, the APSFL’s representative shall give to PIA access to as much as may be necessary to enable
PIA to commence and proceed with the installation of the works in accordance with the program of work or for
performance of Facilities Management Services.

23. Start of Installation

 Bidder shall co-ordinate with the APSFL and stakeholders for the complete setup of sites before commencement
of installation of other areas.
 The plan and design documents developed shall be submitted by PIA for approval by the APSFL.
 After obtaining the approval from the APSFL, PIA shall commence the installation.

24. Reporting Progress

 PIA shall monitor progress of all the activities related to the execution of this contract and shall submit to the
APSFL, progress reports with reference to all related work, milestones and their progress during the
implementation phase.

 Formats for all above mentioned reports and their dissemination mechanism shall be discussed and finalized
along with project plan. The APSFL on mutual agreement between both parties may change the formats,
periodicity and dissemination mechanism for such reports.

 Periodic meetings shall be held between the representatives of the APSFL and PIA once in every 15 days during
the implementation phase to discuss the progress of implementation. After the implementation phase is over, the
meeting shall be held as an ongoing basis, as desired by APSFL, to discuss the performance of the contract.
139 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

 PIA shall ensure that the respective solution teams involved in the execution of work are part of such meetings.

 Several review committees involving representative of the APSFL and senior officials of PIA shall be formed for
the purpose of this project. These committees shall meet at intervals, as decided by the APSFL later, to oversee the
progress of the implementation.

 All the goods, services and manpower to be provided/deployed by PIA under the Contract and the manner and
speed of execution and maintenance of the work and services are to be conducted in a manner to the satisfaction
of APSFL’s representative in accordance with the Contract.

 The APSFL reserves the right to inspect and monitor/assess the progress/performance of the work/services at
any time during the course of the Contract. The APSFL may demand and upon such demand being made, PIA shall
provide documents, data, material or any other information which the APSFL may require, to enable it to assess
the progress/performance of the work/service.

 At any time during the course of the Contract, the APSFL shall also have the right to conduct, either itself or
through another agency as it may deem fit, an audit to monitor the performance by PIA of its
obligations/functions in accordance with the standards committed to or required by the APSFL and PIA
undertakes to cooperate with and provide to the APSFL/any other agency appointed by the APSFL, all Documents
and other details as may be required by them for this purpose. Such audit shall not include Bidder's books of
accounts.

 Should the rate of progress of the works or any part of them at any time fall behind the stipulated time for
completion or is found to be too slow to ensure completion of the works by the stipulated time, or is in deviation
to Tender requirements/standards, the APSFL’s representative shall so notify PIA in writing.

 PIA shall reply to the written notice giving details of the measures he proposes to take to expedite the progress so
as to complete the works by the prescribed time or to ensure compliance to RFP requirements. PIA shall not be
entitled to any additional payment for taking such steps. If at any time it should appear to the APSFL or APSFL’s
representative that the actual progress of work does not conform to the approved plan PIA shall produce at the
request of the APSFL’s representative a revised plan showing the modification to the approved plan necessary to
ensure completion of the works within the time for completion or steps initiated to ensure compliance to the
stipulated requirements

 The submission seeking approval by the APSFL or APSFL’s representative of such plan shall not relieve PIA of any
of his duties or responsibilities under the Contract.

 In case during execution of works, the progress falls behind schedule or does not meet the Tender requirements,
PIA shall deploy extra manpower/resources to make up the progress or to meet the RFP requirements. Plan for
deployment of extra man power/resources shall be submitted to the APSFL for its review and approval. All time
and cost effect in this respect shall be borne, by PIA within the contract value.

25. Knowledge of Server Room, Command and Control Center, City Operation Center

 PIA shall be granted access to the NOC, BSNL Exchange, GPs for inspection by the APSFL before commencement of
installation. The plan shall be drawn mutually at a later stage.

 PIA shall be deemed to have knowledge of the NOC, BSNL Exchange, GPs and its surroundings and information
available in connection therewith and to have satisfied itself the form and nature thereof including, the data
contained in the Bidding Documents, the physical and climatic conditions, the quantities and nature of the works
and materials necessary for the completion of the works, the means of access, etc. and in general to have obtained
itself all necessary information of all risks, contingencies and circumstances affecting his obligations and
responsibilities therewith under the Contract and his ability to perform it. However, if during pre-installation
survey/during delivery or installation, PIA detects physical conditions and/or obstructions affecting the work, PIA
shall take all measures to overcome them.

26. Project Plan

 Within 15 calendar days of effective date of the contract/Issuance of LoI, PIA shall submit to the APSFL for its
approval a detailed Project Plan with details of the Project showing the sequence, procedure and method in which
he proposes to carry out the works. The Plan so submitted by PIA shall conform to the requirements and timelines

140 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

specified in the Contract. The APSFL and PIA shall discuss and agree upon the work procedures to be followed for
effective execution of the works, which PIA intends to deploy and shall be clearly specified. The Project Plan shall
include but not limited to project organization, communication structure, proposed staffing, roles and
responsibilities, processes and tool sets to be used for quality assurance, security and confidentiality practices in
accordance with industry best practices, project plan and delivery schedule in accordance with the Contract.
Approval by the APSFL’s Representative of the Project Plan shall not relieve PIA of any of his duties or
responsibilities under the Contract.

 If PIA’s work plans necessitate a disruption/shutdown in APSFL’s operation, the plan shall be mutually discussed
and developed so as to keep such disruption/shutdown to the barest unavoidable minimum. Any time and cost
arising due to failure of PIA to develop/adhere such a work plan shall be to his account.

27. Adherence to safety procedures, rules regulations and restriction

 PIA’s Team shall comply with the provision of all laws including labor laws, rules, regulations and notifications
issued there under from time to time. All safety and labor laws enforced by statutory agencies and by APSFL shall
be applicable in the performance of this Contract and Bidder’s Team shall abide by these laws.

 Access to the Server Room, Command and Communications Center shall be strictly restricted. No access to any
person except the essential members of PIA’s Team who are authorized by the APSFL and are genuinely required
for execution of work or for carrying out management/maintenance shall be allowed entry. Even if allowed, access
shall be restricted to the pertaining equipment of the APSFL only. PIA shall maintain a log of all activities carried
out by each of its team personnel.

 No access to any staff of bidder, except the essential staff who has genuine work-related need, should be given. All
such access should be logged in a loss free manner for permanent record of the staff to avoid misrepresentations
or mistakes

 PIA shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all
reasonable safety rules and instructions. PIA’s Team shall adhere to all security requirement/regulations of the
APSFL during the execution of the work. APSFL’s employee also shall comply with safety procedures/policy.

 PIA shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or
dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations.

28. Statutory Requirements

During the tenure of this Contract nothing shall be done by PIA or his team including consortium in contravention of any
law, act and/or rules/regulations, there under or any amendment thereof governing inter-alia customs, stowaways,
foreign exchange etc. and shall keep APSFL indemnified in this regard.

10.11.11 APSFL’s Obligations

1. APSFL or his/her nominated representative shall act as the nodal point for implementation of the contract and for
issuing necessary instructions, approvals, commissioning, acceptance certificates, payments etc. to PIA.

2. APSFL shall ensure that timely approval is provided to PIA as and when required, which may include approval of
project plans, implementation methodology, design documents, specifications, or any other document necessary in
fulfillment of this contract.

3. The APSFL’s representative shall interface with PIA, to provide the required information, clarifications, and to resolve
any issues as may arise during the execution of the Contract. APSFL shall provide adequate cooperation in providing
details, coordinating and obtaining of approvals from various governmental agencies, in cases, where the
intervention of the APSFL is proper and necessary.

4. APSFL may provide on Bidder’s request, particulars/information/or documentation that may be required by PIA for
proper planning and execution of work and for providing services covered under this contract and for which PIA may
have to coordinate with respective vendors.

5. APSFL shall provide to PIA only sitting space and basic infrastructure not including, stationery and other
consumables at the APSFL’s office locations.

141 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6. APSFL reserves the right to procure the hardware including devices on quarterly basis in first year based on actual
deployment and O&M shall be applicable whenever the devices are procured and deployed till end of the contract.

7. Site Not Ready: APSFL hereby agrees to make the project sites ready as per the agreed specifications, within the
agreed timelines. APSFL agrees that PIA shall not be in any manner liable for any delay arising out of APSFL’s failure
to make the site ready within the stipulated period.

10.11.12 Payments

1. APSFL shall make payments to PIA at the times and in the manner set out in the Payment schedule as specified
Payment Milestones in RFP APSFL shall make all efforts to make payments to PIA within 30 days of receipt of
invoice(s) and all necessary supporting documents.

2. All payments agreed to be made by APSFL to PIA in accordance with the Bid shall be inclusive of all statutory levies,
duties, taxes and other charges whenever levied/applicable, if any, and APSFL shall not be liable to pay any such
levies/other charges under or in relation to this Contract and/or the Services.

3. No invoice for extra work/change order on account of change order shall be submitted by PIA unless the said extra
work/change order has been authorized/approved by the APSFL.

4. In the event of APSFL noticing at any time that any amount has been disbursed wrongly to PIA or any other amount is
due from PIA to the APSFL, the APSFL may without prejudice to its rights recover such amounts by other means after
notifying PIA or deduct such amount from any payment falling due to PIA. The details of such recovery, if any, shall be
intimated to PIA. PIA shall receive the payment of undisputed amount under subsequent invoice for any amount that
has been omitted in previous invoice by mistake on the part of the APSFL or PIA.

5. All payments to PIA shall be subject to the deductions of tax at source under Income Tax Act, and other taxes and
deductions as provided for under any law, rule or regulation. All costs, damages or expenses which APSFL may have
paid or incurred, for which under the provisions of the Contract, PIA is liable, the same shall be deducted by APSFL
from any dues to PIA. All payments to PIA shall be made after making necessary deductions as per terms of the
Contract and recoveries towards facilities, if any, provided by the APSFL to PIA on chargeable basis.

10.11.13 Intellectual Property Rights

1. Retention of Ownership except for the rights expressly granted to the Licensee under this Agreement, the Licensor
shall retain all right, title and interest in and to the Licensed Technology, including all worldwide Technology and
intellectual property and proprietary rights.

2. Preservation of Notice Licensee shall not remove, efface or obscure any copyright notices or other proprietary
notices or legends from any Licensed Technology or materials provided under this Agreement, and shall reproduce
all such notices and legends when incorporating Licensed Technology or materials into any Integrated Products.

3. RFP for PIA must ensure that while using any software, hardware, processes, document or material in the course of
performing the Services, it does not infringe the Intellectual Property Rights of any person/Company. PIA shall keep
the APSFL indemnified against all costs, expenses and liabilities howsoever, arising out any illegal or unauthorized
use (piracy) or in connection with any claim or proceedings relating to any breach or violation of any
permission/license terms or infringement of any Intellectual Property Rights by PIA or PIA’s Team during the
course of performance of the Services. PIA’s liability is excluded regarding any claim based on any of the following
(a) anything APSFL provides which is incorporated into the Solution; (b) the APSFL’s modification of the solution;
(c) the combination, operation, or use of the solution with other materials, if the third party claim has been caused
by the combination, operation or use of the solution

4. APSFL shall own and have a right in perpetuity to use all newly created Intellectual Property Rights which have been
developed solely during execution of this Contract, including but not limited to all processes, products,
specifications, reports and other documents which have been newly created and developed by PIA solely during the
performance of Services and for the purposes of inter-alia use or sub-license of such Services under this Contract.
PIA undertakes to disclose all such Intellectual Property Rights arising in performance of the Services to the APSFL,
execute all such agreements/documents and obtain all permits and approvals that may be necessary in regard to the
Intellectual Property Rights of the APSFL.

5. If APSFL desires, PIA shall be obliged to ensure that all approvals, registrations, licenses, permits and rights etc.
which are inter-alia necessary for use of the goods supplied/installed by PIA, the same shall be acquired in the name
of the APSFL, prior to termination of this Contract and which may be assigned by the APSFL to PIA for the purpose of

142 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

execution of any of its obligations under the terms of the Bid, Tender or this Contract. However, subsequent to the
term of this Contract, such approvals, registrations, licenses, permits and rights etc. shall endure to the exclusive
benefit of the APSFL.

6. PIA shall not copy, reproduce, translate, adapt, vary, modify, disassemble, decompile or reverse engineer or
otherwise deal with or cause to reduce the value of the Materials except as expressly authorized by APSFL in
writing.

10.11.14 Warranty

1. A comprehensive warranty applicable on goods supplied under this contract shall be provided for the period of 7
Years from the date of supply of respective system by the Authority.

2. Technical Support for Software applications shall be provided by the respective OEMs for the period of contract. The
Technical Support should include all upgrades, updates and patches to the respective Software applications.

3. The PIA warrants that the Goods supplied under the Contract are new, non-refurbished, unused and recently
manufactured; shall not be nearing End of sale/End of support; and shall be supported by the PIA and respective
OEM along with service and spares support to ensure its efficient and effective operation for the entire duration of
the contract.

4. The PIA warrants that the goods supplied under this contract shall be of the highest grade and quality and consisted
with the established and generally accepted standards for materials of this type. The goods shall be in full
conformity with the specifications and shall operate properly and safely. All recent design improvements in goods,
unless provided otherwise in the Contract, shall also be made available.

5. The PIA further warrants that the Goods supplied under this Contract shall be free from all encumbrances and
defects/faults arising from design, material, manufacture or workmanship (except insofar as the design or material
is required by the Authority's Specifications) or from any act or omission of the PIA, that may develop under normal
use of the supplied Goods in the conditions prevailing at the respective Data centre/Server Room Sites.

6. The Authority shall promptly notify the PIA in writing of any claims arising under this warranty.

10.11.15 Taxes

1. PIA shall bear all personnel taxes levied or imposed on its personnel, or any other member of PIA’s Team, etc. on
account of payment received under this Contract. PIA shall bear all corporate taxes, levied or imposed on PIA on
account of payments received by it from the APSFL for the work done under this Contract.

2. PIA shall bear all taxes and duties etc. levied or imposed on PIA under the Contract including but not limited to Sales
Tax, Customs duty, Excise duty, Octroi, Service Tax, VAT, Works Contracts Tax and all Income Tax levied under Indian
Income Tax Act – 1961 or any amendment thereof during the entire contract period, i.e., on account of material
supplied and services rendered and payments received by him from the APSFL under the Contract. It shall be the
responsibility of PIA to submit to the concerned Indian authorities the returns and all other connected documents
required for this purpose. PIA shall also provide the APSFL such information, as it may be required in regard to PIA’s
details of payment made by the APSFL under the Contract for proper assessment of taxes and duties. The amount of
tax withheld by the APSFL shall at all times be in accordance with Indian Tax Law and the APSFL shall promptly
furnish to PIA original certificates for tax deduction at source and paid to the Tax Authorities.

3. PIA agrees that he shall comply with the Indian Income Tax Act in force from time to time and pay Indian Income Tax,
as may be imposed/levied on them by the Indian Income Tax Authorities, for the payments received by them for the
works under the Contract

4. PIAs shall fully familiarize themselves about the applicable domestic taxes (such as value added or sales tax, service
tax, income taxes, duties, fees, levies, etc.) on amounts payable by the APSFL under the Agreement. All such taxes
must be included by Bidders in the financial proposal. (Bidder to find out applicable taxes for the components being
proposed.)

5. Should PIA fail to submit returns/pay taxes in times as stipulated under applicable Indian/State Tax Laws and
consequently any interest or penalty is imposed by the concerned authority, PIA shall pay the same. PIA shall
indemnify APSFL against any and all liabilities or claims arising out of this Contract for such taxes including interest
and penalty by any such Tax APSFL may assess or levy against the APSFL/Prime Bidder.

143 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

6. Supplies of materials from abroad are exempted from levy of Sales Tax/VAT on works/works Contract tax (Central or
state). However, the Sales Tax/VAT on works (central or state) if levied on supplies made from indigenous vendors
for the works shall be borne by PIA within the Contract Price. Service Tax/Terminal Sales Tax/Works Contract Tax,
etc., if any applicable, shall be payable extra, at actuals by the APSFL in accordance with the conditions of the Contract
and upon submission of proof of payment of such taxes.

7. The APSFL shall if so required by applicable laws in force, at the time of payment, deduct income tax payable by PIA
at the rates in force, from the amount due to PIA and pay to the concerned tax authority directly.

10.11.16 Indemnity

1. PIA shall indemnify the APSFL from and against any costs, loss, damages, expense, claims including those from third
parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract
period out of:
 any negligence or wrongful act or omission by PIA or any third party associated with PIA in connection with
or incidental to this Contract; or
 any breach of any of the terms of SI’s did as agreed, the RFP and this Contract by SI
 any infringement of patent, trademark/copyright or industrial design rights arising from the use of the
supplied goods and related services or any part thereof

2. SI shall also indemnify the Authority against any privilege, claim or assertion made by a third party with respect to
right or interest in, ownership, mortgage or disposal of any asset, property etc.
3. Regardless of anything contained (except for SI's liability for bodily injury and/or damage to tangible and real
property for which it is legally liable and it's liability for patent and copyright infringement in accordance with the
terms of this Agreement) the total liability of SI, is restricted to the total value of the contract and SI is not responsible
for any third party claims

10.11.17 Performance Security

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

Liquidated Damages

1. If PIA fails to supply, install or maintain any or all of the goods as per the contract, within the time period(s) specified
in Section 3, the APSFL without prejudice to its other rights and remedies under the Contract, deduct from the
Contract price, as liquidated damages, a sum equivalent to 0.1 % per week or part thereof of contract value for a
milestone/quarter.

2. The deduction shall not in any case exceed 10 % of the contract value.

3. The APSFL may without prejudice to its right to effect recovery by any other method, deduct the amount of liquidated
damages from any money belonging to PIA in its hands under intimation (which includes the APSFL’s right to claim
such amount against PIA’s Bank Guarantee) or which may become due to PIA. Any such recovery or liquidated
damages shall not in any way relieve PIA from any of its obligations to complete the Work or from any other
obligations and liabilities under the Contract.

4. Delay not attributable to PIA shall be considered for exclusion for the purpose of computing liquidated damages.

10.11.18 Limitation of Liability

Limitation of Bidder’s Liability towards the APSFL:

1. Neither Party shall be liable to the other Party for any indirect or consequential loss or damage (including loss of
revenue and profits) arising out of or relating to the Contract.

2. Except in case of gross negligence or wilful misconduct on the part of PIA or on the part of any person or company
acting on behalf of PIA in carrying out the Services, PIA, with respect to damage caused by PIA to APSFL’s property,
shall not be liable to APSFL:
 for any indirect or consequential loss or damage; and

144 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

 For any direct loss or damage that exceeds (A) the total payments payable under the Contract to PIA
hereunder, or (B) the proceeds PIA may be entitled to receive from any insurance maintained by PIA to cover
such a liability, whichever of (A) or (B) is higher.

3. This limitation of liability shall not affect PIA liability, if any, for damage to Third Parties caused by PIA or any person
or company acting on behalf of PIA in carrying out the Services.

10.11.19 Ownership and Retention of Documents

1. The APSFL shall own the Documents, prepared by or for PIA arising out of or about the Contract.

2. Forthwith upon expiry or earlier termination of this Contract and at any other time on demand by the APSFL, PIA
shall deliver to the APSFL all documents provided by or originating from the APSFL and all documents produced by
or for PIA in the course of performing the Services, unless otherwise directed in writing by the APSFL at no additional
cost. PIA shall not, without the prior written consent of the APSFL store, copy, distribute or retain any such
documents.

10.11.20 Information Security

1. PIA shall not carry any written/printed document, layout diagrams, CD, hard disk, storage tapes, other storage
devices or any other goods/material proprietary to APSFL into/out of any location without written permission from
the APSFL.

2. PIA shall not destroy any unwanted documents, defective tapes/media present at any location on their own. All such
documents, tapes/media shall be handed over to the APSFL.

3. All documentation and media at any location shall be properly identified, labelled and numbered by PIA. PIA shall
keep track of all such items and provide a summary report of these items to the APSFL whenever asked for.

4. Access to APSFL’s data and systems, Internet facility by PIA at any location shall be in accordance with the written
permission by the APSFL. The APSFL shall allow PIA to use facility in a limited manner subject to availability. It is the
responsibility of PIA to prepare and equip himself in order to meet the requirements. PIA must acknowledge that
APSFL’s business data and other APSFL proprietary information or materials, whether developed by APSFL or being
used by APSFL pursuant to a license agreement with a third party (the foregoing collectively referred to herein as
“proprietary information”) are confidential and proprietary to APSFL; and PIA along with its team agrees to use
reasonable care to safeguard the proprietary information and to prevent the unauthorized use or disclosure thereof,
which care shall not be less than that used by PIA to protect its own proprietary information. PIA recognizes that the
goodwill of APSFL depends, among other things, upon PIA keeping such proprietary information confidential and
that unauthorized disclosure of the same by PIA or its team could damage the goodwill of APSFL, and that by reason
of PIA’s duties hereunder. PIA may come into possession of such proprietary information, even though PIA does not
take any direct part in or furnish the services performed for the creation of said proprietary information and shall
limit access thereto to employees with a need to such access to perform the services required by this agreement. PIA
shall use such information only for the purpose of performing the said services.

5. PIA shall, upon termination of this agreement for any reason, or upon demand by APSFL, whichever is earliest, return
any and all information provided to PIA by APSFL, including any copies or reproductions, both hardcopy and
electronic.

6. By virtue of the Contract, PIA team may have access to personal information of the APSFL and/or a third party. The
APSFL has the sole ownership of and the right to use, all such data in perpetuity including any data or other
information pertaining to the citizens that may be in the possession of PIA team in the course of performing the
Services under the Contract

10.11.21 Records of contract documents

1. PIA shall at all-time make and keep sufficient copies of the process manuals, operating procedures, specifications,
Contract documents and any other documentation for him to fulfil his duties under the Contract.

2. PIA shall keep on the Site at least three copies of each and every specification and Contract Document, in excess of his
own requirement and those copies shall be available at all times for use by the APSFL’s Representative and by any
other person authorized by the APSFL’s Representative.

145 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

10.11.22 Security and Safety

1. PIA shall comply with the directions issued from time to time by the APSFL and the standards related to the security
and safety, in so far as it applies to the provision of the Services.

2. PIA shall upon reasonable request by the APSFL, or its nominee(s) participate in regular meetings when safety and
information technology security matters are reviewed.

10.11.23 Confidentiality

1. PIA shall not, either during the term or after expiration of this Contract, disclose any proprietary or confidential
information relating to the Services/Contract and/or APSFL’s business/operations, information,
Application/software, hardware, business data, architecture schematics, designs, storage media and other
information/documents without the prior written consent of the APSFL.

2. The APSFL reserves the right to adopt legal proceedings, civil or criminal, against PIA in relation to a dispute arising
out of breach of obligation by PIA under this clause.

3. PIA shall do everything reasonably possible to preserve the confidentiality of the Confidential Information including
execution of a confidentiality agreement with the APSFL to the satisfaction of the APSFL.

4. PIA shall notify the APSFL promptly if it is aware of any disclosure of the Confidential Information otherwise than as
permitted by the Contract or with the authority of the APSFL.

5. PIA shall be liable to fully recompense the APSFL for any loss of revenue arising from breach of confidentiality.

10.11.24 Events of Default by PIA

The failure on the part of PIA to perform any of its obligations or comply with any of the terms of this Contract shall
constitute an Event of Default on the part of PIA. The events of default are but not limited to:

1. PIA/Bidder’s Team has failed to perform any instructions or directives issued by the APSFL which it deems proper
and necessary to execute the scope of work or provide services under the Contract, or

2. PIA/Bidder’s Team has failed to confirm/adhere to any of the key performance indicators as laid down in the Key
Performance Measures/Service Levels, or if PIA has fallen short of matching such standards/benchmarks/targets as
the APSFL may have designated with respect to the system or any goods, task or service, necessary for the execution
of the scope of work and performance of services under this Contract. The above-mentioned failure on the part of PIA
may be in terms of failure to adhere to performance, quality, timelines, specifications, requirements or any other
criteria as defined by the APSFL;

3. PIA has failed to remedy a defect or failure to perform its obligations in accordance with the specifications issued by
the APSFL, despite being served with served a default notice which laid down the specific deviance on the part of
PIA/PIA’s Team to comply with any stipulations or standards as laid down by the APSFL; or

4. PIA/PIA’s Team has failed to adhere to any amended direction, instruction, modification or clarification as issued by
the APSFL during the term of this Contract and which the APSFL deems proper and necessary for the execution of the
scope of work under this Contract.

5. PIA/PIA’s Team has failed to demonstrate or sustain any representation or warranty made by it in this Contract, with
respect to any of the terms of its Bid, the RFP and this Contract.

6. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator,
assignee, or similar official against or in relation to PIA.

7. PIA/Bidder’s Team has failed to comply with or is in breach or contravention of any applicable laws.

8. Where there has been an occurrence of such defaults inter alia as stated above, the APSFL shall issue a notice of
default to PIA, setting out specific defaults/deviances/omissions/non-compliances/non-performances and providing
a notice of thirty (30) days to enable such defaulting party to remedy the default committed.

146 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

9. Where despite the issuance of a default notice to PIA by the APSFL, PIAPIA fails to remedy the default to the
satisfaction of the APSFL, the APSFL may, where it deems fit, issue to the defaulting party another default notice or
proceed to contract termination.

10.11.25 Termination

The APSFL may, terminate this Contract in whole or in part by giving PIA a prior and written notice indicating its intention
to terminate the Contract under the following circumstances:

1. Where the APSFL is of the opinion that there has been such Event of Default on the part of PIA/PIA’s Team which
would make it proper and necessary to terminate this Contract and may include failure on the part of PIA to respect
any of its commitments with regard to any part of its obligations under its Bid, the RFP or under this Contract.

2. Where it comes to the APSFL’s attention that PIA (or PIA’s Team) is in a position of actual conflict of interest with the
interests of the APSFL, in relation to any of terms of PIA’s Bid, the RFP or this Contract.

3. Where PIA’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason
whatsoever, including inter-alia the filing of any bankruptcy proceedings against PIA, any failure by PIA to pay any of
its dues to its creditors, the institution of any winding up proceedings against PIA or the happening of any such
events that are averse to the commercial viability of PIA. In the event of the happening of any events of the above
nature, the APSFL shall reserve the right to take any steps as are necessary, to ensure the effective transition of the
sites pilot site to a successor agency, and to ensure business continuity.

4. Termination for Insolvency: The APSFL may at any time terminate the Contract by giving written notice to PIA, if PIA
becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right of
action or remedy which has accrued or shall accrue thereafter to the APSFL.

5. PIA may, subject to approval by the APSFL, terminate this Contract before the expiry of the term by giving the APSFL
a prior and written notice at least 3 months in advance indicating its intention to terminate the Contract.

10.11.26 Consequence of Termination

1. In the event of termination of the Contract due to any cause whatsoever, whether consequent to the stipulated Term
of the Contract or otherwise the APSFL shall be entitled to impose any such obligations and conditions and issue any
clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project
which PIA shall be obliged to comply with and take all available steps to minimize loss resulting from that
termination/breach, and further allow and provide all such assistance to the APSFL and/or the successor
agency/service provider, as may be required, to take over the obligations of PIA in relation to the
execution/continued execution of the requirements of the Contract.

2. Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of PIA or due
to the fact that the survival of PIA as an independent corporate entity is threatened/has ceased, or for any other
reason, whatsoever, the APSFL, through unilateral re-determination of the consideration payable to PIA, shall pay PIA
for that part of the Services which have been authorized by the APSFL and satisfactorily performed by PIA up to the
date of termination. Without prejudice to any other rights, the APSFL may retain such amounts from the payment due
and payable by the APSFL to PIA as may be required to offset any losses caused to the APSFL as a result of any
act/omissions of PIA. In case of any loss or damage due to default on the part of PIA in performing any of its
obligations with regard to executing the Schedule of Requirements under the contract, PIA shall compensate the
APSFL for any such loss, damages or other costs, incurred by the APSFL. Additionally, members of its team shall
perform all its obligations and responsibilities under the Contract in an identical manner as were being performed
before the collapse of PIA as described above in order to execute an effective transition and to maintain business
continuity. All third parties shall continue to perform all/any functions as stipulated by the APSFL and as may be
proper and necessary to execute the Schedule of Requirements under the Contract in terms of

3. PIA’s Bid, the Bid Document and the Contract

4. Nothing herein shall restrict the right of the APSFL to invoke the Bank Guarantee and other Guarantees furnished
hereunder and pursue such other rights and/or remedies that may be available to the APSFL under law.

5. The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the
provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after
such termination.

147 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

10.11.27 Change Control Note (CCN)

1. This applies to and describes the procedure to be followed in the event of any proposed change to contract, site
Implementation, and Service levels. Such change shall include, but shall not be limited to, changes in the scope of
services provided by PIA and changes to the terms of payment.

2. Change requests in respect of the contract, the site implementation, or the Service levels shall emanate from the
Parties' representative who shall be responsible for obtaining approval for the change and who shall act as its
sponsor throughout the Change Control Process and shall complete Part A of the CCNs shall be presented to the other
Party's representative who shall acknowledge receipt by signature of the authorized representative of the APSFL.

3. PIA and the APSFL while preparing the CCN, shall consider the change in the context of whether the change is beyond
the scope of Services including ancillary and concomitant services required The CCN shall be applicable for the items
which are beyond the stated/implied scope of work as per the RFP document.

4. PIA shall assess the CCN and complete Part B of the CCN. In completing Part B of the CCN PIA/Lead Bidder shall
provide as a minimum:
 a description of the change;
 a list of deliverables required for implementing the change;
 a timetable for implementation;
 an estimate of any proposed change; o any relevant acceptance criteria;
 an assessment of the value of the proposed change;

5. Material evidence to prove that the proposed change is not already covered within the scope of the RFP, Agreement
and Service Levels.

6. Prior to submission of the completed CCN to the APSFL or its nominated agencies, PIA shall undertake its own
internal review of the proposal and obtain all necessary internal approvals. As a part of this internal review process,
PIA shall consider the materiality of the proposed change in the context of the Agreement, the sites, Service levels
affected by the change and the total effect that may arise from implementation of the change.

7. Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs and in the completion
of its obligations described in this process provided PIA meets the obligations as set in the CCN. In the event PIA is
unable to meet the obligations as defined in the CCN then the cost of getting it done by third party shall be borne by
PIA. Change requests and CCNs shall be reported monthly to each Party's representative who shall prioritize and
review progress.

10.11.28 Purpose of Service Level

The purpose is to define the levels of service provided by PIA to the APSFL for the duration of the contract. The benefits of
this are:
 Start a process that applies to APSFL and PIA attention to some aspect of performance, only when that aspect
drops below the threshold defined by the APSFL.
 Help the APSFL control the levels and performance of PIA’s services.
 The Service Levels are between the APSFL and PIA.

10.11.29 Service Level Agreements & Targets

1. This section is agreed to by APSFL and PIA as the key performance indicator for the project.

2. The following section reflects the measurements to be used to track and report system’s performance on a regular
basis. The targets shown in the following tables are for the period of contact.

3. The procedures shall be used if there is a dispute between APSFL and PIA on what the permanent targets should be.

10.11.30 General principles of Service Level Agreements

The Service Level agreements have been logically segregated in the following categories:

1. Liquidated Damages

The liquidated damages shall come into effect once the notification of Award has been issued by the APSFL. It would be
mainly applicable on the implementation phase of the project.
148 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

2. Service Level Agreements

a. Service Level Agreement (SLA) shall become the part of contract between APSFL and the successful bidder. SLA
defines the terms of the successful bidder’s responsibility in ensuring the timely delivery of the deliverables and the
correctness of the same based on the agreed Performance Indicators as detailed in this section.

b. The successful bidder has to comply with service level requirements to ensure adherence to project timelines,
quality and availability of services, throughout the period of this contract i.e. during implementation phase and for a
period of five (5) years. The successful bidder has to supply appropriate software/hardware/automated tools as
may be required to monitor and submit reports of all the SLAs mentioned in this section.

c. For purposes of the SLA, the definitions and terms as specified in the document along with the following terms shall
have the meanings set forth below:

 “Total Time” - Total number of hours in the quarter (or the concerned period) being considered for evaluation
of SLA performance.

 "Uptime" – Time period for which the specified services/outcomes are available in the period being considered
for evaluation of SLA. Formulae for calculation of Uptime: Uptime (%) = {1-[(Downtime)/(Total time-scheduled
maintenance time)]}*100

 “Downtime”- Time period for which the specified services/components/outcomes are not available in the
concerned period, being considered for evaluation of SLA, which would exclude downtime owing to Force
Majeure & Reasons beyond control of the successful bidder.

 “Scheduled Maintenance Time” - Time period for which the specified services/components with specified
technical and service standards are not available due to scheduled maintenance activity. The successful bidder
is required to take at least 10 days prior approval from APSFL for any such activity. The scheduled maintenance
should be carried out during non-peak hours (like post mid-night, and should not be for more than 4 hours.
Such planned downtime would be granted max 4 times a year.

d. “Incident” - Any event/abnormalities in the service being rendered, that may lead to disruption in normal
operations and services to the end user.

e. “Response Time” - Time elapsed from the moment an incident is reported in the Helpdesk over phone or by any
applicable mode of communication, to the time when a resource is assigned for the resolution of the same.

f. “Resolution Time” - Time elapsed from the moment incident is reported to Helpdesk either in person or
automatically through system, to the time by which the incident is resolved completely and services as promised are
restored.

10.11.31 Pre-Implementation SLAs

PIA shall ensure the following SLAs.

10.11.31.1 Assumptions

1) A Segment in the SLA is defined as a length from POI to splitter or one splitter to the next splitter or splitter to GP.
Details will be mentioned in the work order.
2) Contractor shall follow APSFL in house Trouble Ticket Module for capturing the fault status which will in turn be used
for SLA calculation through the SLA module.
3) SLA violations and penalties arising due to site conditions like continuous power failures or any other conditions
beyond control of PIA shall be excluded from SLA and penalty calculations.
4) Hours for restoration should be calculated based on working hours starting 8 AM to 8 PM

10.11.31.2 Penalties

PIA shall ensure the following SLAs else the corresponding penalties will be imposed.

SLA Parameter
Sr. Parameter Permissible Remarks
No Range

149 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

1 Time to Repair an <= 4 Hrs TTR shall be counted from opening of TT to closing of TT Irrespective of
OFC cut/fault Fault Restoration.
2 No. of OFC One Cut
cut/250KM or part
/month
Essential Measures
Sr. Parameter Permissible Remarks
No Range
1 Documents to be Within 3 Documents related to any change in ABD due to fiber fault rectification/
submitted days diversion etc.
2 Splice loss per fiber <= 0.2 dB If splice loss is more than 0.1 dB, splicing to be done again and downtime to
joint be counted in Continuity. Appropriate procedure shall be worked out for
verification of splice loss.

10.11.31.3 Penalty

Sr. No. Parameter Limit Penalty Remarks


1 Time To Repair 0-4 hrs No Penalty On monthly
4 – 10 hrs 0.5 % per hour charges
of affected
10 – 24 hrs 1 % per hour segment

Beyond 24 hrs 2 % per hour subject to maximum of


50%
2 Fiber cuts/faults per 1 cut/fault NIL
250 KM or part per Month
Above 1 cut/fault Rs. 1000/- per cut/fault or 1% of
monthly maintenance charges of 250
KM per cut/fault whichever is higher

10.11.32 Conditions for No Penalties

Penalties shall not be levied on the Bidder in the following cases:

 There is a force majeure event effecting the SLA which is beyond the control of the successful bidder. Force
Majeure events shall be considered in line with the clause mentioned RFP.
 The non-compliance to the SLA has been due to reasons beyond the control of the successful bidder.

10.11.33 Reporting Procedures

PIA representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 5th
working day of subsequent month. The reports shall include “actual versus target” Service Level Performance, a variance
analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to APSFL
management personnel as directed by APSFL.

Also, PIA may be required to get the Service Level performance report audited by a third-party Auditor appointed by the
APSFL.

10.11.34 Issue Management Procedures

General

This process provides an appropriate management structure for the orderly consideration and resolution of business and
operational issues in the event that quick consensus is not reached between APSFL and Bidder.

Implementing such a process at the beginning of the outsourcing engagement significantly improves the probability of
successful issue resolution. It is expected that this pre-defined process shall only be used on an exception basis if issues are
not resolved at lower management levels.

Issue Management Process

150 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

a. Either APSFL or PIA may raise an issue by documenting the business or technical problem, which presents a
reasonably objective summary of both points of view and identifies specific points of disagreement with possible
solutions.

b. Any unresolved issues/disputes concerning the Project/Contract between the Parties shall first be referred in writing
to the Project Manager for his consideration and resolution. If the Project Manager is unable to resolve any
issue/dispute within 5 days of reference to them, the Project Manager shall refer the matter to the Program
Management Committee. If the Program Management Committee is unable to resolve the issues/disputes referred to
them within 15 days the unresolved issue/dispute shall be referred to Steering Committee/high powered
committee/Project Implementation Committee for resolution. The Steering Committee within 30 days of reference to
them shall try to resolve the issue/dispute.

c. If the Steering Committee fails to resolve a dispute as per the above clause, the same shall be referred to arbitration.
The arbitration proceedings shall be carried out as per the Arbitration procedures mentioned in section 2 of this
section of RFP.

10.11.35 Service Level Change Control

General: It is acknowledged that this Service levels may change as APSFL’s business needs evolve over the course of
the contract period. As such, this document also defines the following management procedures:

 A process for negotiating changes to the Service Levels


 An issue management process for documenting and resolving particularly difficult issues.
 APSFL and Bidder management escalation process to be used in the event that an issue is not being resolved in a
timely manner by the lowest possible level of management.
 Any changes to the levels of service provided during the term of this Agreement shall be requested, documented and
negotiated in good faith by both parties. Either party can request a change.

Service Level Change Process: The parties may amend Service Level by mutual agreement in accordance. Changes can be
proposed by either party. Unresolved issues shall also be addressed. PIA’s representative shall maintain and distribute
current copies of the Service Level document as directed by APSFL. Additional copies of the current Service Levels shall be
available at all times to authorized parties.

Version Control/Release Management: All negotiated changes shall require changing the version control number. As
appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has
occurred.

10.11.36 Exit Management Plan

An Exit Management plan shall be furnished by SI in writing to the Authority within 90 days from the date of signing the
Contract, which shall deal with at least the following aspects of exit management in relation to the contract as a whole and
in relation to the Project Implementation, and Service Level monitoring.

i. A detailed program of the transfer process that could be used in conjunction with a Replacement Service Provider
including details of the means to be used to ensure continuing provision of the services throughout the transfer
process or until the cessation of the services and of the management structure to be used during the transfer;
ii. Plans for provision of contingent support to Project and Replacement Service Provider for a reasonable period
after transfer.
iii. Exit Management plan in case of normal termination of Contract period
iv. Exit Management plan in case of any eventuality due to which Project is terminated before the contract period.
v. Exit Management plan in case of termination of SI

Exit Management plan at the minimum adhere to the following:

i. Three (3) months of the support to Replacement Service Provider post termination of the Contract
ii. Complete handover of the Planning documents, bill of materials, functional requirements specification, technical
specifications of all equipment, change requests if any, sources codes, wherever applicable, reports, documents
and other relevant items to the Replacement Service Provider/Authority
iii. Certificate of Acceptance from authorized representative of Replacement Service Provider issued to SI on
successful completion of handover and knowledge transfer

151 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

In the event of termination or expiry of the contract, Project Implementation, or Service Level monitoring, both Bidder and
Authority shall comply with the Exit Management Plan.

During the exit management period, SI shall use its best efforts to deliver the services.

10.11.37 Form of Agreement

THIS Agreement made the …………. date of …………. 2016, between……………. (hereinafter……. referred to as the “PIA”) of the
one part and ………………… (hereinafter called the “APSFL”) of the other part.

WHEREAS PIA has the required professional skills, personnel and technical resources, has agreed to provide the Services
on the terms and conditions set forth in this Contract and is about to perform services as specified in this RFP
…………………..(hereinafter called “works”) mentioned, enumerated or referred to in certain Contract conditions,
specification, scope of work, other sections of the RFP, covering letter and schedule of prices which, for the purpose of
identification, have been signed by ………………. on behalf of the …………..

PIA and ………. (the APSFL) on behalf of the APSFL and all of which are deemed to form part of the Contract as though
separately set out herein and are included in the expression “Contract” whenever herein used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:

a. The APSFL has accepted the tender of PIA for the provision and execution of the said works for the sum of
……………………………. upon the terms laid out in this RFP.
b. PIA hereby agrees to provide Services to APSFL, conforming to the specified Service Levels and conditions mentioned
c. The following documents attached hereto shall be deemed to form an integral part of this Agreement:

Complete Request for Proposal (RFP) Document RFP and corrigendum and addendum, if any
Break-up of cost components Bidder’s Commercial bid
The APSFL’s Letter of Intent dated <<>> To be issued later by the APSFL
PIA’s Letter of acceptance dated <<>> To be issued later by the PIA
Bid submitted by PIA as per file No. <<>> Bidder’s Technical bid

d. The mutual rights and obligations of the “APSFL” and PIA shall be as set forth in the Agreement, in particular:
o PIA shall carry out and complete the Services in accordance with the provisions of the Agreement; and
o The “APSFL” shall make payments to PIA in accordance with the provisions of the Agreement.

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that is to say, in
consideration of the payments to be made to PIA by the APSFL as hereinafter mentioned, PIA shall deliver the services for
the said works and shall do and perform all other works and things in the Contract mentioned or described or which are
implied there from or there in respectively or may be reasonably necessary for the completion of the said works within
and at the times and in the manner and subject to the terms, conditions and stipulations mentioned in the said Contract.

AND in consideration of services and milestones, the APSFL shall pay to PIA the said sum of ……………………or such other
sums as may become payable to PIA under the provisions of this Contract, such payments to be made at such time and in
such manner as is provided by the Contract.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates respectively mentioned against
the signature of each.

Signed Signed
Name: _________________ Name: __________
Designation: _________________ Designation: ___________
Date: Date:
Place: Place:
in the presence of: in the presence of:

Signed Signed
Name: _________________ Name: ____________
Designation: _________________ Designation: _________________
Date: Date:
Place: Place:

152 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

10.12 Annexure L: List of Abbreviations / Acronyms

AMC Annual Maintenance Contract


APO Advance Purchase Order
ABD As-Built Drawing
AT Acceptance Testing
ASTM American Society for Testing and materials
BG Bank Guarantee
BOM Bill of Material
BBNL Bharat Broadband Network Limited
BHARATNET National Optical Fibre Network
BSNL Bharat Sanchar Nigam Limited
BOQ Bill of Quantity
CACT Component Approval Centre for Telecom
C-DoT Centre for Development of Telematics
CPSU Central Public-Sector Unit
DoT Department of Telecommunications
FMS Enterprise Management System
EMD Earnest Money Deposit
EPC Engineering, Procurement and Construction
ETS Electronic Tendering System
FDF Fibre Distribution Frame
FPOI Fibre Point of Interconnect
FRP Fibre Reinforced Plastic
GIS Geographical Information System
GOI Government of India
GP Gram Panchayat
GPON Gigabit Passive Optical Network
GR Generic Requirement
HDD Horizontal Directional Drilling
IEEE Institute of Electrical and Electronics Engineers
ISO International Organization for Standardization
ITIL Information Technology Infrastructure Library
INR Indian National Rupees
IT Information Technology
LAN Local Area Network
LD Liquidated Damages
MPLS Multi-Protocol Label Switching
MTBF Mean Time Between Failures
NGN Next Generation Network
NIC National Informatics Centre
NIT Notice Inviting Tender
FMS Network Management System
NOC Network Operations Centre
OEM Original Equipment Manufacturer
OFC Optical Fibre Cable
OLT Optical Line Terminal
ONT Optical Network Terminal
PON OTDR Passive Optical Network Optical time-domain reflectometer
OSS Operations support systems
PBG Performance Bank Guarantee
PIA Project Implementation Agency
PMA Project Management Agency
PMU Program Management Unit
PO Purchase Order
PGCIL Power Grid Corporation of India
PLB HDPE Permanently Lubricated High Density Polyethylene
PM Preventive Maintenance
QA Quality Assurance
QC Quality Control
RCC Reinforced Cement Concrete

153 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II

ROW Right of Way


SLA Service Level Agreement
SPOC Single Point of Contact
TOE Tender Opening Event
TRAI Telecom Regulatory Authority of India
UAT User Acceptance Testing
VAT Value Added Tax
VPN Virtual Private Network
WAN Wide Area Network

154 | P a g e

Potrebbero piacerti anche