Sunteți pe pagina 1din 79

Tender Document

For

SUPPLY INSTALLATION AND COMMISONING


OF 24F ADSS OPTICAL FIBRE CABLE FOR AP
TRANSCO PROJECT

Tender No: TCIL/15/OPGW/2017-1011


Issued on: Nov 11, 2017

Issued By :

OPGW Division
Fourth Floor,
Fax :+91 (11) 26242266
Tel: +91 (11) 26202439
Email: rashk@tcil-india.com, sunil.singh@tcil-
india.com visit us at http://www.tcil-india.com

Telecommunications Consultants India Ltd.


(A Govt. of India Enterprise)
WB Division TCIL Bhawan,
Greater Kailash-I New Delhi –
110048 (India)
Telephone no.:011-26202020, Fax:011-26241865,
website: www.tcil-india.com Email:rashk@tcil-
india.com
CIN No.:U74999DL1978GOI008911

Page 1 of 39
TABLE OF CONTENTS

SECTION TITLE PAGE No.

1. Notice Inviting Tender 3-5

2. Instruction to Bidders 6-15

3. General (Commercial) Conditions of the Contract 16-20

4. Special Conditions 21-25

5. Price Bid Format 26

6. Scope of Work and Technical Specifications 27-33

7. Bid Bond (EMD) Format 34

8. PBG Format 35

9. Bid Submission Form 36-38

10. No-Conviction Certificate 39

Page 2 of 39
SECTION-1

Tender No. TCIL/15/OPGW/2017-1011 Nov 10, 2017


NOTICE INVITING TENDERS
Tenders are invited from eligible bidders for “Supply, Installation and Commissioning of Ariel
Optical Fiber – 24F Cable, with associated accessories for AP Transco Project”.
Submission of Offline Bids is mandatory for this Tender. Detailed i ns t r u ct ions are given
in Section-2 of this Tender Document.

A) Important Dates
Date of Posting of NIT on TCIL’s e-Tendering Portal : 10.11.2017
Start Date & Time of Procurement of tender documents : 11.11.2017, 17:00 hrs.
Last date & time for seeking clarification, if any : 15.11.2017, 18:00 hrs
:
:
Last date & time of procurement : 24.11.2017, 11:00 hrs
of tender documents
Last date & time for submission of Bids : 24.11.2017, 14:00 hrs
Offline Opening of Technical Part (Part-I) : 24.11.2017, 14:30 hrs
Offline Opening of Financial Part (Part-II) : To be notified later

Training for e-tendering is optional. However, it is recommended that bidders participating


for the first time in e-Tender should undergo the training conducted at TCIL Bhawan by
paying the requisite fee (as per clause 2.26.11). Intending bidders may send their request
for training to Email IDs: sunil.singh@tcil-india.com or rashk@tcil-india.com

B) Eligibility Criteria:
The bidder shall fulfill the following Eligibility Criteria:
1. Only Indian Bidders can participate in this tender. The bidder shall be an Indian
Registered Company under Company Act 1956. The bidder should have a
valid PAN and Service Tax Registration. Copy of PAN card and Service Tax
Registration Certificate are required to be submitted.

(Please submit a stamped signed copy of PAN Card and Service Tax Registration
Certificate.)

2. The bidder should be OEM or Authorized by the OEM (To submit the Original Ink
Signed Authorization from the OEM of the offered product).

3. Products being offered under this tender shall have their country of origin as India.
Bidder should submit OEM letter declaring place of manufacture in India for the
offered product in this tender to be enclosed.
st
4. Average Annual Financial Turnover during the last 3 years, ending 31 March
2016, should be at least 11,81,880/-.
(To submit Annual Report (Audited Balance Sheet and Profit & Loss Account) for
the last three financial years).

Page 3 of 39
5. Bidder should have experience of having successfully completed similar works
st
during the last 2 years ending 31 March, 2017- as per either i) or ii) below :

i) One similar orders costing not less than Rs. 18,91,008/-.


Or
ii) Two similar orders each costing not less Rs. 9,45,504/-.

Similar works would mean having experience having concluded/executed orders of


Supply of Ariel Optical Fiber - 24F Cable.

(To submit copy of Purchase Order and Completion Certificate from the Client).
6. Power of Attorney for Signing Authorities to be submitted along with the bid.

(Please submit valid Power of Attorney in physical mode along with the offline
documents to be submitted with the bid and ensure that the Digital Signature used
for uploading the tender document in e-tendering portal should be of the authorized
person mentioned in Power of Attorney).

Note: Bidder must provide necessary supporting documents as proof in


respect of the eligibility criteria mentioned above.

In addition the Bidder is required to submit the following (for technical evaluation):

i) Clause by clause compliance of all technical specifications in each case. To


be supported by technical literature / document / data sheet to be attached
with the bid.
ii) Technical literature of the offered products.
iii) Installation & Commissioning Manual.
iv) Un-Priced item-wise detailed BOQ as per Section-5 of Tender Document.
v) Delivery schedule in compliance to delivery from of tender including
schedule of FAT.
vi) 5 meter cable Jumper should be submitted with the tender.
vii) Certificate of testing of cable by a recognized body.

NOTE: Non submission of above will render the bids non responsive and shall be
liable for rejection.

C) EVALUATION CRITERIA

Bids will be evaluated on ‘Landed cost’ i.e. without Excise Duty/CST/VAT/GST etc.
excluding optional items.

D) EMD and Tender Fee

1) Earnest Money amounting to Rs. 50,000/- (Rs. Fifty Thousand only) by Demand
Draft in favour of “Telecommunications Consultants India Ltd.” payable at New
Delhi or Bank Guarantee in the prescribed format from a Scheduled Bank from its
branch at Delhi/New Delhi shall be submitted along with the tender.

Page 4 of 39
2) Submit Tender Fee amounting to Rs. 400/- (Rs. Four Hundred only) by Demand
Draft in favour of “Telecommunications Consultants India Ltd.” payable at New
Delhi.

Tenders received without EMD/inadequate EMD, and without the requisite


Tender Fee of Rs. 400/- (Rs. Four Hundred only) shall be summarily rejected. The
bidder must officially procure/download the tender documents from the ETS
portal of TCIL before the last date and time of sale of tender document in order
to bid for this tender.

3) MSE’s having UDYOG Aadhar Memorandum and Micro & Small Enterprises
(MSE’s) registered with the NSIC/MSME are execliented from submission of
EMD/Bid Security Deposit and Tender Fee on production of requisite proof in the
form of valid certification from NSIC/MSME for the tendered items/services.

E) Contact Information:

TCIL Contact-1 - Shri. Sunil Kumar ,General Manager (WB)


Telephone: 011-2620 2473
E-mail ID: sunil.singh@tcil-india.com

TCIL Contact-2 - Shri. Rashk Siddiqui, DM (OPGW) (Technical


Queries) Telephone: 011-2620 2439
E-mail ID: rashk@tcil-india.com

F) The price Offers of only those parties who qualify in the first stage shall be opened at time
and date to be notified separately.

G) TCIL reserves the right to accept or reject any or all the tenders without assigning any
reason.

(Sunil Kumar )
General Manager (WB)

-END OF SECTION 1-

Page 5 of 39
SECTION 2

Tender No. TCIL/15/OPGW/2017-24.07 July 24, 2017

INSTRUCTIONS TO BIDDERS

2.1 INTRODUCTION (DEFINITIONS)


2.1.1 “Purchaser” means Telecommunications Consultants India Ltd. (TCIL), its Head Quarter
at New Delhi or any other project/branch offices within or outside India.

2.1.2 “Bidder” means the individual or firm or corporate body who participates in the tender and
submits its bid.

2.1.3 ‘‘Goods/Products” means all the hardware equipments, instruments, tools, machinery etc.,
and/or other materials like components/parts/spares including consumables which the
supplier is required to supply to the Purchaser under the Purchase Order.

2.1.4 “Letter of Intent (LOI)” means the communication of the intention of the Purchaser to the
Bidder to place the Purchaser Order for the former’s offered goods/services.

2.1.5 “Purchase/Work Order (PO)” means the order placed by the Purchaser on the Supplier
duly signed by the Purchaser’s authorized representative to purchase certain goods &
services from the vendor/contractor.

2.1.6 “Contract Price” means considerations payable to the supplier/contractor as stipulated in


the Purchase or Work Order for performance of specified contractual obligations.

2.2 BIDDER TO BEAR COST OF PURCHASE OF TENDER

The Bidder shall bear all costs associated with the preparation and submission of the bid.
The Purchaser in any case will not be responsible or liable for these costs regardless or the
conduct of the bidding process.

2.3 BID DOCUMENTS

2.3.1 Bid Documents includes:-

Section 1 Notice Inviting Tender


Section 2 Instructions to Bidders
Section 3 General (Commercial) Conditions of the Contract
Section 4 Special Conditions
Section 5 Price Bid Schedule & Bill of Quantity
Section 6 Scope of Work and Technical Specifications
Section 7 Format of Bid Bond (EMD)
Section 8 Format of Performance Bank Guarantee (PBG)
Section 9 Bid Submission Form
Section 10 No-Conviction Certificate

2.3.2 Any clarification or communications obtained from the Purchaser.

Page 6 of 39
2.4 AMENDMENT TO BID DOCUMENTS

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

2.4.2 The amendments/Corrigendum will be notified on TCIL Website and these amendments
will be binding on them. Bidders are advised to visit TCIL Website regularly for updates
on this Tender.

2.5 EXTENSION OF TIME


In order to give prospective bidders required time in which to take the amendments into
action in preparing their bid, the Purchaser may at its discretion extend the deadline for
submission of bid suitably.

2.6 BID PRICE


The prices quoted by the bidder shall remain firm during the entire period of the contract
and shall not be subject to variation on any account. The bid submitted with a variation
clause (unless asked by the Purchaser) will be treated as non-responsive and rejected.

2.7 BIDDERS ELIGIBILITY AND QUALIFICATIONS


Bidder shall furnish as a part of bid documents establishing the bidder’s eligibility to
supply the material. The bidder shall also submit documentary evidence in the form of
literature, drawing, data on the goods offered.

2.8 BID SECURITY (EMD)

2.8.1 The Bidder shall submit, as part of bid security as mentioned in the NIT. The bid security
shall be in one of the following forms:-
(a) A Bank Guarantee as per enclosed format issued by a Scheduled Bank in favor of
Purchaser valid for a period of 150 days from the date of tender opening.
(b) Demand Draft or Pay Order from a Scheduled Bank in favour of
M/s Telecommunications Consultants of India Ltd., payable at Delhi.
2.8.2 The bid not secured in accordance with the above shall be rejected by the Purchaser as
non-responsive.

2.8.3 The bid security of the unsuccessful bidder will be discharged/ returned as procliently
as possible but not later than 30 days after expiry of the bid validity period prescribed by
the Purchaser.

2.8.4 The successful bidder’s bid security will be discharged upon the bidder’s submission of the
Performance Guarantee.

2.8.5 The bid security may be forfeited under the following circumstances:-
a) If a bidder withdraws his bid during the period of bid validity specified by the
bidder on the bid form.
b) In case of a successful bidder, if he fails to submit the Performance Guarantee
within the time prescribed or

c) If he fails to supply the material in terms of the project.

Page 7 of 39
2.8.6 No interest is payable on EMD.

2.8.7 In case of inadequacy or non-submission of prescribed EMD, the tender shall be deemed to
be disqualified and shall be summarily rejected in the technical evaluation.

2.9 VALIDITY PERIOD OF BID

Bid shall remain valid for 120 days after the date of bid opening. The bid valid for a
shorter period shall be rejected by the Purchaser as non-responsive.

In exceptional circumstances, the purchaser may request the consent of the bidder for an
extension to the period of bid validity. The bid security provided under clause 2.8.1 (a)
shall also be suitably extended. A bidder accepting the request and granting extension will
not be permitted to modify his bid.

2.10 Deleted.
2.11 Deleted.
2.12 Deleted.
2.13 Deleted.
2.14 Deleted.

2.15 CLARIFICATION OF BIDS

2.15.1 To assist evaluation and comparison of the bids, the Purchaser may at its discretion may
ask the bidder for clarification of the bid. The clarification and response from bidder shall
be in writing. The clarification will be asked through mail and/or letter addressed to
persons mentioned at E) in Section-1 response from TCIL shall be available offline.

2.15.2 The Purchaser does not bind himself to accept the lowest or any tender and reserves to
himself the right to accept the whole or any part of the tender and altering the quantities
offered and tenderer shall supply the same at the rate quoted.

2.16 EVALUATION OF TENDERS

2.16.1 The Purchaser shall evaluate the bids in respect to the substantive responsiveness of the
bid or otherwise. The Purchaser shall carry out detailed evaluation of the substantially
responsive bids. The Purchaser shall check the bid to determine whether they are complete,
whether any computational errors have been made or required sureties have been
furnished.

2.16.2 Arithmetical error shall be rectified on the following basis :-

a) If there is a discrepancy between the unit price and total price that is obtained
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected by the Purchaser.

b) In case of discrepancy between words and figures, the amount in words shall prevail.

2.16.3 A bid determined as substantially non-responsive shall be rejected by the Purchaser.

2.16.4 The Purchaser may waive any minor infirmity or non-conformity or irregularit y in the bid
which does not constitute a material deviation.

Page 8 of 39
2.16.5 The Purchaser shall evaluate in detail and compare the bids which are substantially
responsive.

2.16.6 The evaluation of the ranking shall be carried out on the landed price of goods offered
inclusive of all taxes.

2.16.7 The distribution of tendered quantity amongst the technically and commercially complied
bidders shall be based on merits of each case.

2.16.8 TCIL shall have the sole discretion in deciding the number of parties on whom the orders
shall be finally placed.

2.17 PURCHASER’S RIGHT TO VARY QUANTITIES

2.17.1 The Purchaser reserves the right at the time of award of the contract to increase the
quantity of the goods and services specified in the schedule of requirements without any
change in unit price of the ordered quantity.

2.17.2 In case of division of order among number of parties. The distribution of quantity will be
accordingly done by the Purchaser on an individual tender.

2.18 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS

The Purchaser does not bind himself to accept lowest or any other tender/bid and has the
right to cancel the bidding process and reject all bids at any time prior to award of the
contract without assigning any reasons whatsoever and without thereby incurring any
liability to the affected bidder on the grounds for the Purchaser’s action.

2.19 NOTIFICATION OF SUCCESSFUL BIDDER

2.19.1 Prior to the expiration of the bid period, the Purchaser will notify the successful bidder in
writing by registered letter or fax, to be confirmed in writing by registered letter that its bid
has been accepted.

2.19.2 Upon successful bidder furnishing of Performance Guarantee, the Purchaser will notify
each successful bidder and will discharge its bid bond.

2.20 ISSUE OF LETTER OF INTENT

2.20.1 The issue of Letter of Intent/PO shall constitute the intention of the Purchaser to place the
Purchase Order with the successful bidder. Purchaser may place diesel PO also. In case of
LOI. Delivery schedule will commence from LOI date.

2.20.2 The bidder shall within 10 days of issue of Letter of Intent give its acceptance alongwith
Performance Guarantee in conformity with the bid documents.
2.21 CANCELLATION OF LETTER OF INTENT

Failure of the successful bidder to comply with the requirement of submission of


Performance Guarantee in time shall constitute sufficient ground for the cancellation of the
acceptance of bid and forfeiture of the bid bond, in which case Purchaser may make the
offer to any other bidder at the discretion of the Purchaser or call for new bids.

Page 9 of 39
2.22 POST BID CLARIFICATIONS

No post bid clarification at the initiative of the bidders shall be entertained and any effort
by the bidders to influence the Purchaser in the Purchaser’s bid evaluation, bid comparison
or award of the contract shall result in rejection of the bid.

2.23 DELIVERY

Delivery of the goods shall be made by the supplier in accordance with the terms specified
by the Purchaser in the Special condition of the contract and goods shall remain at the risk
of the supplier until delivery have been completed in full. The Schedule of delivery shall
be the essence of the contract.

2.24 SUBMISSION OF BID

Only the following shall be accepted in physical form:

 Tender Fee in the form of Demand Draft


 EMD in the form of Demand Draft/Bank Guarantee
 Pass Phrase (Technical and Financial separately) in sealed cover.
 Copy of Certificate issued by MSME /NSIC for Tender items in hard copy along
with covering letter by bidder for claiming relaxation for Tender Fees and EMD.
 Power of Attorney in physical mode along with the offline documents to be
submitted with the bid and bidder should ensure that the Digital Signature used for
uploading the tender document in e-tendering portal should be of the authorized
person mentioned in Power of Attorney.

All other documents shall have to be submitted in Electronic/Soft form and shall not be
accepted in physical form. For detail instructions please refer to Clause 2.26.

2.25 OPENING OF PRICE OFFER

Price offers of only those bidders whose Techno-Commercial offers are found to be
responsive and acceptable to TCIL will qualify to be opened . The qualified parties shall be
notified with the date and time of the opening of the Price Offer in advance.
Representative of the qualified parties may attend the Offline Price Bid opening.

In case of any conflict in any of the terms mentioned at Section – 4, the same shall prevail
over the terms mentioned in other sections.

2.26 INSTRUCTIONS REGARDING OFFLINE BID SUBMISSION

Participating in this tender shall be through offline submission only.

Page 10 of 39
2.26.1 Bidding Methodology:

Single-stage Two-Bid System (Technical Part and Financial Part to be submitted at the
same time) shall be followed.

2.26.2 Deleted

2.26.3 Deleted

2.26.4 Deleted

2.26.5 Submission
The Submission will have the following activities:
i) Submission of signed copy of Tender Documents/ Addendum
ii) Submission of Acceptance/Rejection of General Terms & Conditions
iii) Submission of Acceptance/Rejection of Special Terms & Conditions
iv) Submission of particulars of EMD
v) Submission of Technical Part as under:

- Submission of Main Bid


- Submission of Bid Annexure
Technical Part must contain the following which is required to be submitted in the
Main Bid/Bid Annexure:
a) Duly filled in Bid Submission Form as per Section – 9.
b) Scanned copy of Documentary Evidence of Eligibility Criteria
c) A statement showing Clause-by-Clause compliance to all Terms & Conditions
of all the Section of the tender on the Letter Head of their Organization.
d) Un-priced Bid Schedule as per Section-5
e) Duly filled in No-Conviction Certificate as per Section – 10.
f) Any other supporting documents the bidder wishes to submit as a part of
Technical Offer

vi) Submission of Financial Part as under:


- Submission of Main Bid
- Submission of Bid Annexure
Financial Part must contain the Price Bid Schedule as per Section-5.
The entire bid-submission as above would be offline.

Page 11 of 39
2.26.6 Offline

The bidder is requested to submit the all the documents offline (i.e. physically) either in the
Tender Box kept in the o/o GM (WB), TCIL Bhawan, 4th Floor, Greater
Kailash-I, New Delhi-110 048 or by post to as reach O/o GM (WB), TCIL before the
due date & time of submission in a Sealed Envelope, the envelope shall bear, the Tender
No. & Description and the words ‘DO NOT OPEN BEFORE’ (due date & time):
i) EMD/Bid Security (Original) for Rs. 50,000/- (Rs. Fifty Thousand only) by
Demand Draft in favour of “Telecommunications Consultants India Ltd.”/ Bank
Guarantee in the prescribed format from a scheduled bank from its branch at
Delhi/New Delhi.
ii) Tender Fee of Rs. 400/- (Rs. Four Hundred only) by Demand Draft in favour of
“Telecommunications Consultants India Limited” payable at New Delhi.
iii) Copy of Certificate issued by MSME /NSIC for Tender items in hard copy along
with covering letter by bidder for claiming relaxation for Tender Fees and EMD.
iv) Power of Attorney in physical mode along with the offline documents to be
submitted with the bid and bidder should ensure that the Digital Signature used for
uploading the tender document in e-tendering portal should be of the authorized
person mentioned in Power of Attorney.
v) Technical and financial bid in sealed cover/ envelope.

2.27 INTEGRITY PACT PROGRAMME

Deleted.

2.28 ADVICE TO BIDDERS FOR AVOIDING REJECTION OF THEIR OFFERS

The purchaser has to finalize its purchase within a limited time schedule. Therefore, it
may not be feasible for the purchaser to seek clarifications for a long time in respect of
incomplete offers. The bidders are advised to ensure that their bids are complete in all
respects and conform to the terms, conditions and bid evaluation criteria of the tender.
Bidders not complying with tender requirements may cause rejection of their bids.

2.29 SUBMISSION OF FORGED DOCUMENTS

Bidders should note that TCIL may verify authenticity of all the
documents/certificate/information submitted by them against the tender. In case at any
stage of tendering process or Contract/PO execution etc., if it is established that bidder
has submitted forged documents/certificates/information towards fulfillment of any of
the tender/contract conditions, TCIL shall immediately reject the bid of such bidder(s)
or cancel/terminate the contract and forfeit bid security submitted by the bidder

- END OF SECTION 2 -

Page 12 of 39
SECTION 3

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

3.1 PRICE APPLICABILITY


Prices in the Purchase Order shall remain valid for the period of delivery schedule. In case
of delayed supplies, after scheduled delivery period, the advantage of reduction of
taxes/duties shall be passed onto the Purchaser and no benefit of increase will be permitted
to the Supplier.

3.2 STANDARDS
The documents supplied under the contract shall confirm to the standards mentioned in
Section-6 of this Tender document.

3.3 PATENT RIGHTS


The Supplier shall indemnity the Purchaser against all third party actions/claims of
infringement of patent, trademark or industrial design rights arising from the use of goods
or any part thereof.

3.4 PERFORMANCE SECURITY


3.4.1 Within 10 days of the Supplier’s receipt of Letter of Intent (LOI)/P.O., the Supplier shall
furnish a Performance Security in the form of a Bank Guarantee for an amount equivalent
to 10% of the contract/P.O value issued by a Scheduled Bank from its branch in Delhi in
the prescribed format given in this tender.
3.4.2 The proceeds of the Performance Security shall be payable to the Purchaser as
compensation for any loss resulting from the Supplier’s failure to complete its obligations
under the contract.
3.4.3 The Performance Bond will be discharged by the Purchaser after 90 days of completion of
the Supplier’s obligations including any warranty obligations under the contract.

3.4.4 As regards validity of PBG, please refer to Special Conditions of the contract
(Section-4).
3.5 Deleted.
3.6 Deleted.
3.7 Deleted

3.8 CHANGE ORDERS

3.8.1 The Purchaser may at any time by written order given to the Supplier make changes within
the general scope of the contract in any one or more of the following:-
a) Drawings, designs or specifications where goods to be furnished under the contract
are to be specifically manufactured for the Purchaser.

b) Method of transportation or packing.

c) Place of delivery.
d) Services to be provided by the supplier.

Page 16 of 39
3.8.2 If any such change causes an increase or decrease in the cost or the time required for the
execution of the contractor, an equitable adjustment shall be made in the contract price or
delivery schedule or both and the contract shall accordingly be amended.

3.9 SUB-LETTING
The Bidder cannot assign or transfer and sub-contract its interest/ obligations under the
contract without prior written permission of the Purchaser.

3.10 LIQUIDATED DAMAGES


3.10.1 The date of the delivery of the goods/services stipulated in the acceptance of tender should
be deemed to be the essence of the contract and the delivery must be completed not later
than the dates specified therein. Extension in delivery period will not be given except in
exceptional circumstances. Should, however, deliveries be made after expiry of the
contract delivery period and accepted by the consignee, such deliveries will not deprive the
Purchaser of the right to recover Liquidated Damages.
3.10.2 In case the Supplier fails to supply the goods/services against the order, the same shall be
procured from other suppliers at the cost and risk of the Supplier and the excess mone y
will be recovered from any dues of the party.
3.10.3 For late deliveries, as liquidated damages, a sum equal to 2% of the price of any
goods/services not delivered or total order value in case where part delivery is of no use to
a Purchaser, for a week or part of a week subject to maximum limit of 10% of the total
order will be recovered from the Supplier. The Purchaser also reserves the right to cancel
the order in such cases and forfeit the EMD/Performance Bank Guarantee and may also
debar the Supplier for future purchases.
3.10.4 LD can be recovered from any dues of the Supplier.
3.11 ARBITRATION & RECONCILLATION
A. Reconciliation
Any dispute arising from or in connection with this contract be referred to
conciliation according to the Part-III of the Arbitration and Conciliation Act, 1996.
Any dispute not referred for conciliation or a dispute which exists after termination
of the conciliation procedure shall be decided by arbitration. The conciliator is to be
appointed by the Managing Director of TCIL.

B. Arbitration
a) In case of Foreign Bidders/Suppliers:
Any dispute or differences, arising out of the contract which cannot be amicably
settled between the supplier and the purchaser, shall be decided as per arbitration
rules of International Chamber of Commerce, Geneva. For arbitration, the venue
shall be Geneva.
In case of indigenous Bidders/Suppliers:
In the event of any dispute arising between TCIL and the Supplier in any matter
covered by this contract or arising directly or indirectly there from or connected or
concerned with the said contract in any manner of the implementation of any terms
and conditions of the said contract, the matter shall be referred to the Chairman &
Managing Director, TCIL who may himself act as sole arbitrator or may name as
sole arbitrator an officer of TCIL notwithstanding the fact that such officer has
been directly or indirectly associated with this contract and the provisions of the
Indian Arbitration Conciliation Act, 1996 shall apply to such arbitration. The
supplier expressly agrees that the arbitration proceedings shall be held at New
Delhi.
Page 17 of 39
b) For Public Sector Undertaking/Government of India Departments:

In the event of any dispute or difference relating to the interpretation and


application of the provisions of the contract with any Public Sector
Undertaking/Government Department, such dispute or difference shall be referred
by either party for arbitration to the sole Arbitrator in the Department of Public
Enterprises to be nominated by the Secretary to the Government of India in-charge
of the Department of Public Enterprises. The Arbitration and Conciliation Act,
1996 shall not be applicable to arbitration under this clause. The award of the
arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministr y
of Law & Justice, Government of India. Upon such reference, the dispute shall be
decided by the Law Secretary or the Special Secretary/Additional Secretary, when
so authorized by the Law Secretary, whose decision shall bind the parties finally
and conclusively. The parties to the dispute will share equally the cost of
arbitration as intimated by the arbitrator.
c) The proceedings of arbitration shall be in English language.
d) In case any supplier wants to take the dispute to a court of law after arbitration
award as aforesaid, it is clearly understood that only courts in Delhi shall have the
Jurisdiction.

3.12 RISK PURCHASE


3.12.1 In the event of Supplier’s failure to execute the contract to the satisfaction of the
Purchaser, the Purchaser reserves the right:
(a) to reject any part of the Contract executed and withhold payment for such portion
of the Contract till such time the defects are rectified to the satisfaction of the
Purchaser.
(b) to terminate the Contract by giving 2 weeks notice in writing without assigning any
reason and to get the Contract executed by other agency at the risk and cost of the
Supplier.

3.13 APPLICABLE LAWS


This contract shall be interpreted, construed and governed by the laws of the Republic of
India and the parties hereby submit to the exclusive jurisdiction of the Court at Delhi and
to all Courts at Delhi having jurisdiction in appeal there from.

Any dispute in relation to the contract shall be submitted to the appropriate Court of the
Republic of India for determination. The parties to the contract shall continue to fulfill
their respective obligations under the contract during the currency of the contract pending
the final decision of the Court.

3.14 GENERAL LIEN (Set-off)


Whenever under this contract any sum of money is recoverable from and payable by the
Supplier, the Company shall be entitled to recover such sum by appropriating in part or in
whole the security deposit of the Supplier, if a security is taken from the Supplier. In the
event of the Security being insufficient or if no security has been taken from the Supplier,
the balance or the total sum recoverable, as may be, shall be deducted from any sum due to
the Supplier or which at any time thereafter may become due to the Supplier under this or
any other contract with the Company. Should this sum be not sufficient to cover the full
amount recoverable, the Supplier shall pay to the Company on demand the remaining
balance due.
Page 18 of 39
3.15 Deleted.
3.16 Deleted.
3.17 FORCE MAJEURE
If any time, during the continuance of this contract, the performance in whole or in part by
either party under obligation as per this contract is prevented or delayed by reasons of any
war or hostility, act of the public enemy, civil commotion, sabotage, fire, flood, explosion,
epidemic, quarantine restrictions, strike, lockout or acts of God (hereinafter referred to
“eventuality”), provided notice of happening of any such eventuality is given by either
party to the other within 21 days of the date of occurrence thereof, neither party shall be
reason of such an “eventuality” be entitled to terminate this contract nor shall either party
have any claim or damages against the other in respect of such non-performance or dela y
in performance and deliveries under the contract. The contract shall be resumed as soon as
practicable after such “eventuality” has come to an end or ceased to exist. In case of any
dispute, the decision of CMD, TCIL, shall be final and conclusive, provided further that if
the performance in whole or part of any obligation under this contract is prevented or
delayed by reason of any such eventuality for a period exceeding 60 days, either party may
at its option, terminate the contract. Provided also that if the contract is terminated under
this clause the Purchaser shall be at liberty to take over from the Supplier at a price to be
fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable
materials, bought out components and other stores in the course of manufacture which may
be in the possession of the Supplier at the time of such termination, or such portion thereof
as the Purchaser may deem fit except such material, as the Supplier may, with the
concurrence of the Purchaser, elect to retain.

3.18 TERMINATION FOR DEFAULT


3.18.1 The Purchaser, may, without prejudice to any other remedy for breach of contract, by
written notice of default, sent to the Supplier, terminate this contract in whole or in part.
a) if the supplier fails to deliver any or all the goods within the time period (s)
specified in the contract, or any extension thereof granted by the Purchaser .
b) if the Supplier fails to perform any other obligation(s) under the contract; and
c) if the Supplier, in either of the above circumstances, does not remedy his failure
within a period of 15 days (or such longer period as the Purchaser may authorize in
writing) after receipt of the default notice from the Purchaser.
d) On a notice period of 30 days.
3.18.2 In the event the Purchaser terminates the contract in whole or in part pursuant to above
para the Purchaser may procure, upon such terms and in such manner as it deems
appropriate, goods similar to those undelivered and the Supplier shall be liable to the
Purchaser for any excess cost for such similar goods. However, the Supplier shall continue
the performance of the contract to the extent not terminated.

3.19 TERMINATION FOR INSOLVENCY


The Purchaser may at any time terminate the Contract by giving written notice to the
Supplier, without compensation to the supplier if the supplier becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will
not prejudice or effect any right of action or remedy which has accrued or will accrue
thereafter to the purchaser.

Page 19 of 39
3.20 ADD ON/REPEAT ORDER
TCIL reserves the right to place Add on /Repeat order for additional quantity up to 25% of
the original order quantity at the same rate and terms & conditions of the purchase order
within one year from the date of issue of purchase order.

3.21 FALL CLAUSE


(a) The prices once fixed will remain valid during the scheduled delivery period.
Further, if at any time during the contract

 It comes to the notice of purchaser regarding reduction of price for the same
or similar equipment/ service;
And/or
 The prices received in a new tender for the same or similar equipment/
service are less than the prices chargeable under the contract.

The purchaser, for the purpose of delivery period extension, 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
quantity/ service to the vendor. In case the vendor does not accept the new price to
be made applicable during the extended delivery period and the date of its effect,
the purchaser shall have the right to terminate the contract without accepting any
further supplies. This termination of the contract shall be at the risk and
responsibility of the supplier and the purchaser reserves the right to purchase the
balance unsupplied quantity/ service at the risk and cost of the defaulting vendor
besides considering the forfeiture of his performance security.

(b) The vendor while applying for extension of time for delivery of
equipment/services, 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 delivery period.”

(c) In case under taking as in (b) above is not applicable, the vendor will give the
details of prices, the name(s) of purchaser, quantity etc. to the purchaser, while
applying extension of delivery period.

- END OF SECTION 3 -

Page 20 of 39
SECTION 4
Tender No. TCIL/15/1746/I/17-MM/012E May 19, 2017

SPECIAL CONDITIONS

1. PRICE BASIS:

Prices are to be Quoted in delivery in AP basis.


Transit Insurance from anywhere in world to AP warehouse Wijaywada shall be taken by
Supplier.

Evaluation Criteria –For items of Indian Origin, Bids will be evaluated on ‘Landed
cost’ i.e without Excise Duty/CST/VAT/GST etc. excluding optional items.

The bidders should ensure that:

- The bidder has to submit in his Technical Bid stamped signed un-priced bid
schedule (which shall not include any price) exactly in the same format as that of
price bid covering the entire BOQ. In case this is not submitted in the technical bid,
the technical bid shall be considered incomplete and it shall not be considered for
evaluation. Bidder is also required to submit Quote for the completely filled BOQ
in Price Bid duly Signed and Stamped in PDF format (in e-tendering) separately
in the Part II - “Price Offer”. Partial Quote are liable to be Rejected.

- Any item in the Price Bid schedule should not be left blank. If the rates/ charges/
taxes for any item is left blank the same shall be considered as zero.

- Before Submitting, the Duly Filled , Signed and Stamped “Prce Bid Schedule &
BOQ” the bidders should ensure that they do not enter any Comments in the
above Table like “ As per Actuals , Will be Intimated Later on etc” . If Bidder
uses these type of Comments while filling up the above Table for Price Bid
Schedule & BOQ the Charges for the Items wherever such comments are used
shall be Considered as “Zero” and the same shall be a binding on the bidder.

Note for Indian Suppliers:

a) Payment to the Indian Bidder / Supplier will be made in INR.

The date for conversion rate shall be on 30th day of the Clean on board Bill of
Lading date.

The rate shall be INR Buying Rate of reputed Indian bank.

b) Indian bidders are required to give Price Break-up giving details such as Ex-works,
Excise Duty, VAT, Freight etc. as per the format given in Section-5 of Price Bid
Schedule of this tender. The bidder should note that while filling and uploading the
Price Bid Schedule in the e- tendering portal due care should be taken for:

c) All export benefits shall be to TCIL.

Page 21 of 39
d) Atleast10 days prior to shipment, Supplier shall ask TCIL to send its Invoice for
Export. The Supplier shall get it certified by Indian Customs and forward it to
TCIL along with the original shipping documents within 7 days of shipment for sea
shipment and 3 days for Air Shipment.

e) As Transit Insurance cover shall be taken by TCIL, Successful Bidder has to


intimate Shipping details to the TCIL’s nominated Insurance Company
immediately after shipment.

f) This being an Import , all Excise Duty/CST/VAT (or GST) is applicable and
hence is not payable. The successful bidder has to claim execliention of Excise
Duty themselves by fulfilling required procedural formalities. However, any
statutory levies/taxes will be paid at actual subject to submission of necessary y
documents. ‘H’ Form will be issued by TCIL.

g) It will be responsibility of the successful Indian Bidder to collect requisite


document from TCIL and process the same for Excise/VAT/CST/GST/Custom
Execliention. TCIL shall provide necessary authorization to avail Duty
execliention from Excise/Custom Authority/File Bond etc.

h) The term “Bidder” means the individual or firm or corporate body who participates
in the tender and submits its bid. After acceptance of the bid & award of contract
by the purchaser, he will be known as “contractor”

2. Mode of Transport:

By Sea / Road. Partial Shipment is not allowed.

3. Payment Terms:

Payment shall be made through Direct Bank Transfer after supplies:

100% payment to be released as per details below:


a) 70% within 90 days from the date of supply subject to submission of
following documents:
(i) Supplier’s Invoice.
(ii) Copy of TCIL Invoice duly stamped by Indian Customs (10 Copies)
(iii) Copy of full set of clean on Board Bill of Lading / Airway Bill
marked Freight paid :
SHIPPER / EXPORTER:
Telecommunications Consultants India Limited.
TCIL Bhawan, Greater Kailash –I,
New Delhi -110048.

CONSIGNEE:
To be intimated later by User division.
NOTIFY:
To be intimated later on by User division.
(iv) Copy of Shipping Bill (GR Form) where in TCIL shall be shown as
Exporter.

Page 22 of 39
(v) Manufacturer’s Certificate of Quality
(vi) Proof of intimation about shipping details to Insurance Company
nominated by TCIL along with copy to GM(F&B)and Jt.Gen.
Manager (FPF), TCIL. E-mail Id would be indicated afterwards :
(vii) Copy of Material Pre Dispatch Inspection Certificate from TCIL/ or
its nominated agency / waiver certificate(Two Copies)
(viii) Factory Acceptance Test Certificates
(ix) Warranty Certificate.
(x) Certificate from TCIL that PBG has been received in prescribed
format.
(xi) Packing List (Ten Copies)
(xii) Copy of Certificate of Indian Origin issued by Chamber of
Commerce
(xiii) Certificate from TCIL that the following documents has been
received in Three original within 7 days of Shipment. Packing list,
Certificate of origin and Shipping documents should contain master
letter of credit number established by Myanmar client and no other
letter of credit number or purchase order number is mentioned in the
said documents :-
- TCIL Invoice duly stamped by Indian Customs.
- Clean on Board Bill of Lading / Airway Bill marked Freight
paid (three negotiable and three non-negotiable copies. In
case of Airway Bill only original (Shipper Copy) plus one
Copy.).
- Shipping Bill (GR Form) (EC copy, exporter copy and EP
copy) wherein TCIL has been shown as Exporter
- Certificate of Origin (Three Copies)
- Pre-dispatch Inspection Certificate / TCIL waiver certificate
- Packing List
(xiv) A Copy of the e-mail advising TCIL on the Shipment Date, the
Name of the Vessel, its departure date and the probable arrival date.
Email to be sent on following email IDs-

sunil.kumar@tcil-india.com
, rashk@tcil-india.com

b) 10% within 30 days of provisional acceptance by client, subject to


submission of following document:

i) Copy of Certificate from client ink signed by TCIL that network has
been provisionally accepted by client / Issuance of PAC by client to
TCIL.

ii) Scanned copy of all the documents as per Purchase order / Letter of
credit to be sent to the following e-mail IDs:

sunil.kumar@tcil-india.com
, rashk@tcil-india.com

Page 23 of 39
c) 10% on FAC (Final Acceptance Certificate).
i) Copy of Certificate from client ink signed by TCIL that network has
been Finally accepted by client.
d) Remaining 10% within 12 months from FAC / Completion of Warranty.

i) Certificate from TCIL that supplier has completed the warrant y


successfully.
Note:

a) (Documents required may undergo a little change based on the requirement of our
client (CLIENT) and statutory / Banking requirement which would be intimated to
the supplier / vendor).
b) In case of LC payments only - Only L/C establishment charges shall be borne by
TCIL and all other charges including L/C negotiation, confirmation, amendment
charges and other LC charges etc will be borne by beneficiary.
c) It will be responsibility of the successful Indian Bidder to collect requisite document
from TCIL and process the same for Excise/Custom Execliention. TCIL shall provide
necessary authorization to avail Duty execliention from Excise/Custom
Authority/File Bond etc. whenever required to export the goods to Myanmar.
d) Indian bidder to check and examine all the documents being filed with custom
authorities (TCIL as exporter) and ensure that they are as per Export Import document
policy and related Customs and Excise provisions.

4. Paying Authority:

Group General Manager (LPF),


3rd FLOOR, TCIL BHAWAN, Greater Kailash-I,
NEW DELHI – 110048.

5. Consignee:

General Manager(WB), TCIL

6. Inspection Authority:

General Manager(WB), TCIL/


TCIL or its Nominated
Agency.

7. Delivery Schedule:

The entire ordered goods is required to be shipped in single lot and to arrive at site
within 60 days from the date of issue of Purchase Order. At least 20 days of readiness to
each delivery, the bidder shall notify TCIL by FAX/ email all details of the shipment.

8. Performance Bank Guarantee (PBG) :

10% of the value of Purchase Order valid upto Warranty Period issued by schedule bank
from its branch in Delhi in each case.

Page 24 of 39
9. Liquidated Damages (LD):

Delay will be calculated with respect to delivery at AP. L.D shall be levied @ 2% of
delayed material per week or part thereof subject to maximum of 10% of total P.O
value. In case part supply is of no use, 2% of total Purchase Order value per week or part
thereof subject to maximum of 10% of total P.O value will be charged as Liquidated
Damages.

10. Warranty:

Warranty is for a period of 12 months from issuance of PAC (Provisional Acceptance


Certificate) by (CLIENT).

11. Quantity Variation:

TCIL reserves right to vary the Quantity by +/- 50%, at the quoted Rates, Terms &
Conditions of the Price Bid in this tender/

12. Repeat Order:

TCIL reserves the right to place Add on-Order for additional quantity upto 50% of the P.O.
quantity at the same Rates and Terms & Conditions as given in the Purchase Order within
1 year of date of award of Purchase Order.

13. Provisions herein Section-4 shall complement other provisions of tender document.
However, in case of any conflict in any of the terms mentioned, provisions of
Section-4 shall prevail over the terms mentioned in other sections.

14. Integrity Pact:

This tender is not covered under Integrity Pact. Hence submission of IP Document is not
required.

- END OF SECTION 4 -

Page 25 of 39
SECTION – 5

Deleted
- END OF SECTION 5 -
Page 26 of 39
SECTION 6

Scope of Work and Technical Specifications

Scope of Work:

The bidder shall be responsible for design, manufacturing, testing and supply of ADSS type of
Aerial Optical Fiber Cable along with accessories

Technical Specification:

Technical Specification for 24 Fiber All Dielectric Self Supporting ADSS Fiber Optic Cable
along with accessories, OLTE &MUX equipment and other Associated Equipment

1. GENERAL

1.0 The ADSS optical cable shall be of non- metallic Aerial type designed for installation on
220 kV / 132 kV Power transmission lines with span lengths of 500 mts. The Bidder
shall offer ADSS containing 24 Nos. of Dual Window Single Mode (DWSM) optical fibers
in conformity with ITU-T recommendations G-652D. The cable shall be designed to
withstand all prevailing environmental conditions including the effects of high electric
and magnetic fields produced by the proximity of live power conductors.

1.1 THE ADSS CABLE STRUCTURE SHALL BE BASED ON THE FOLLOWING


CHARACTERISTICS:

a. The ADSS cable shall be designed to withstand the Electromagnetic fields when
erected on the high voltage towers. The ADSS cable shall have a very low Electrical
Conductivity to avoid currents on the surface of the cable in all situations. The
Bidder shall list the electrical parameters of the proposed ADSS cable. The Bidder
shall describe the design methods, including how the ADSS cable performs when
located in the electromagnetic field in the tower.

b. The mechanical structure of the ADSS cable shall be designed to withstand the wind
and other environmental conditions in the routes, which have been specified in this
document. The location of the fibers inside the structure shall be such that the
application of the ADSS cable in the specified routes is possible .The ADSS cable
selected shall tolerate the normal installation procedures. The Bidder shall list the
mechanical parameters of the ADSS cable and describe the cable structure,
including how the fibres are located inside. The maximum permissible tension to
which the offered ADSS cable can be subjected shall be indicated in the bid.

c. The cable structure shall be such that the fibres are protected against
water, hydrogen, ultraviolet radiation and other environmental hazards
encountered in India.
2. Design:

2.0 i) The cable shall be constructed from materials which have been technically proven and
able to withstand the electrical and environmental conditions.

ii) A non-magnetic strength member shall be incorporated in the cable and this shall provide
sufficient strength to WITHSTAND WIND load without being unduly stiff.

iii) The cable shall be smooth and of circular cross-section to avoid aerodynamic instability
and shall be of minimum diameter to reduce tower loadings to a minimum.
iv) The cable shall be fully filled so as to prevent WATER CONDENSATION and electrical
degradation within the sheath. The sheath of the cable shall be stable to withstand solar
ultra-violet radiation.

v) At maximum working tension, the fiber shall not be subjected to a longitudinal strain
greater than specified by the manufacturer and longitudinal strain specifications shall
conform to IEEE standard P 1222 – 1995 SECTIONS 4.1.1.9 and 5.1.1.9 for ADSS cable
and there shall be no detectable increase in fiber attenuation.

2.1 ELECTRICAL AND MECHANICAL REQUIREMENTS:


Table provides ADSS Electrical and Mechanical requirements for the minimum performance
characteristics.
ADSS ELECTRICAL AND MECHANICAL REQUIREMENTS

S.No. PARAMETERS Unit Particulars/Description


1 No.of Fibres DWSM (Dual No. 24F
Window Single Mode)
2 Buffer Type - Loose Tube
3 Buffer Material - PBT
4 Buffer Tube Diameter mm 2.5mm outer ; Inner 1.8mm
5 Strength member - Central Glass Reinforced
plastic
6 Peripheral strength member - Aramid yarn
7 DWSM optical fibres color - Blue, orange, green and natural
8 No.of Fibres per Tube Nos. Loose Tube – 6 Nos. 4 Fibres
in each tube
9 Tube color - Blue tube as marker, orange
tube as tracer and
remaining tubes of natural
10 TUBE FILLING - colors.tube is filled with
Loose
COMPOUND thixotropic jelly
11 Flooding compound - Cable core is flooded with
water blocking jelly
12 Single layer polyster tape - Wrapped over the cable core
13 LLDPE inner sheath mm Minimum thickness is 1.5 mm
black color
14. BINDING YARN TAPE - LONGITUDINAL TAPE
AND CONTRA HELLICAL
BINDERS
15 HDPE (anti tracking UV) Nominal thickness
outer jacket 2.00mm,+0.5mm,-0.3mm
16 Overall diameter of the cable mm 17.0mm, +/-0.5mm
17 Overall weight of the cable Kg 240 +/- 10 kg/km
18. Minimum bend radius mm 285 mm during installation
200 mm installed
19 Tensile strength KN 33.00 kN
20 Span length mtrs Should be suitable for 500mtrs
span length
21 Allowable sag 1.0 % of maximum span length
22 Fibre cable drum lengths km 5km of drum length
23 Wind speed KM/ HR 180

Service Conditions
The equipment / materials offered will be entirely satisfactory for operation under the
climatic conditions indicated below:

a) Maximum ambient air temperature (in shade) 45 deg.C


b) Maximum ambient air temperature (under sun) 50 deg.C
c) Maximum daily average ambient air temperature 35 deg.C
d) Maximum yearly average ambient air temperature30 deg.C
e) Maximum humidity 100%

21.2. Due consideration will be given to any special devices or attachment put forward by the
Bidder which are calculated to enhance the general utility and the safe and efficient
operation of the equipment / material.

2.12 DETAILS OF FIBRES:

FIBRE PARAMETERS
i) Mode field DIAMETER (um) : 9.2
ii) Deviation in mode field diameter(m) :  0.4
iii) Attenuation Coefficient(dB/km) : 0.35 max
iv) Attenuation VARIATION (dB/km) with
Wavelength ( 25nm) :  0.02 (1525-1575)
Temperature :  0.05
v) Mode Field non-circularity (%) : 6
vi) Cutoff Wavelength (nm) :  1260
vii) Chromatic Dispersion (ps/nm2 km)
@1310 (1285-1330) nm : 3.5
@1310(1270-1340) nm : 6.0
@1310(1525-1575) nm : 20.0
viii) Zero dispersion wavelength (nm) : 1300 –1324
ix) Zero dispersion slope (ps/nm2 km) :  0.092
x) Refractive index : 1.47
xi) Refractive index profile : Step index
xii) Cladding design : Matched
xiii) Numerical aperture : 0.1
xiv) Bandwidth distance product(MHz km) : N/A
xv) Bend Performance : < 0.05 dB
(37.5 mm radius, 100 turns)
2.13 The operating wave length : 1300 – 1580 nm.
(ATTENUATION shall be as specified in G.652D)

2.14 The fibres shall be optimized for operation between 1300 – 1595 nm such that the
dispersion coefficient is nominally zero but shall not EXCEED 33.5 ps / km. nm.
2.15 The Bidder shall state the attenuation and the dispersion coefficients at the wavelength of
1550nm and 1310nm.

2.16 MIINIMUM BENDING RADIUS.


The Bidder shall specify the minimum allowable radius of bending for ADSS under all
temperature conditions for all long term and short term
applications.

1.1 OPTICAL WAVEGUIDE FIBRES.


Design requirements of the optical wave-guide fibres shall be as specified.
The single mode optical wave-guide fibres shall have characteristics in accordance with
the International Telegraph and Telephone Consultative Committee (CCITT) - Red Book
(1984) – Volume-III. FASCICLE III. 2 –International Analogue Carrier System.
Transmission Media, Characteristics. Recommendations G.652D (Study Group XV and
EMBD) :

The offered single mode fibre shall be at dispersion minimized at a wavelength around
1550 nm for use in 1550 nm window. The maximum attenuation coefficient of any
individual fibre shall not exceed 0.25 db/km in the 1550 nm region at 20 deg. C. The
Bidder shall offer the typical attenuation spectral curves in the 1200 nm to 1600 nm
wavelength range. The additional attenuation introduced for 100 turns of uncabled
optical fibres (loosely wound) with 37.5 mm radius mandrel and measured at 1550 nm at
+20 deg. C shall be less than 0.5 db compared to the initial value measured before
winding. The additional temporary attenuation compared to the initial value measured
at
+ 20 deg. C due to
i) Temperature cycling (-20 deg. C to + 80 deg. C) shall be less than 0.05 db/km.
ii) Temperature rise on account of short circuit current shall be less than 0.25
db/km.
The above increase in attenuation shall be only temporary. There shall be no
measurable increase in the fibre attenuation after normalcy is restored. The
attenuation of the fibres embedded in the ADSS shall be distributed uniformly
throughout its length so that there are no point discontinuities in excess of 0.05
db. The fibre lengths in each reel shall be continuous. No splice of fibre within a
reel of ADSS shall be accepted. The optical wave-guide fibres shall be
completely protected from water penetration and environmental conditions. The
Bidder shall indicate index of refraction of the fibre core and cladding at 1550 nm
and the effective group refractive index for use with optical time domain
reflectometer (OTDR).

1.2 FIBRE SPLICE LOSS.


The splicing loss of any two fibres in any case shall not exceed 0.10 db/splice. Ageing
shall not cause increase of the nominal optical attenuation at ambient temp. at 1550
nm by more than 0.05 db/km of fibre over a period of 25 years. The bidder shall submit
the
ageing characteristics of the offered optic fibres. The total additional attenuation above
the nominal attenuation due to regular splices, repair splices, connectors, temperature
variation, ageing etc. shall be indicated by the Bidder.

1.2.1 CHROMATIC DISPERSION.

A single mode optical fibre cable (ITU-T Rec.G.652D) shall have following
dispersion characteristics.

a) Zero dispersion wave length 1550 nm


b) Maximum tolerance on the Zero dispersion +/- 15 nm
wavelength
c) Maximum chromatic dispersion coefficient in <= 3.5 PS/ nm x
operation window from 1525 to 1575 nm km
wavelength region

1.2.2 FIBRE MATERIAL


The fibre shall be manufactured from high grade silica and doped as necessary to
provide
required transmission performance. The chemical composition of the fibres shall be
specifically designed to minimize the effect of hydrogen on the transmission properties.
The fibres shall be heat resistant. The Bidder shall submit a certificate or test data to
guarantee the maximum rated temperature of the fibres.

1.2.3 FIBRE IDENTIFICATION.

Each optical fibre for identification shall be colour coded corresponding to sequentia
l numbering. The colors and numbering shall be in accordance with relevant
International / Indian Standards in vogue. The colour shall be integrated in the fibre
coating and shall be homogeneous. The colour shall not be erased when handled
during splicing. The original colour shall be dissemble throughout the design life of the
ADSS. The colour should not bleed from one fibre to the other and not fade when
wiping the fibre with acetone or alcohol. If the fibres are regrouped in bundles or in
tubes the later shall be colored according to a determined code.

3. FIBRE CHARACTERISTICS:

3.0 Fibre Types:

All fibres shall be of the single mode dual window type. Fibres shall comply with ITU-T
Recommendation G.652D (Characteristics of a Dual – Window Single Mode Optical Fibre
Cable).

3.1 The fibre shall be entirely suitable for splicing by means of a normal fusion splicing
techniques.
3.2 The fibre shall be manufactured from high grade silica and doped as necessary to
provide the required TRANSMISSION PERFORMANCE.

3.3 The chemical composition of the fibres shall be specially designed to minimize the effect
of hydrogen on the transmission properties.

3.4 The fibre cable life expectancy shall be at least 30 years.

4.0 Number of Fibres


The standard number of fibres to be provided in a cable is 24.

4.1 Fibre Coloring


Fibre coloring shall conform to EIA/TIA-598. The color-coding shall be permanent thus
withstanding normal handling; e.g., during termination, testing, or cable relocation. Refer to
EIA – 359 for color identification and coding.

5. Fibre Buffering and Protection

5.0 The primary coating shall consist of an inert MATERIAL, WHICH can be readily
removed for splicing purposes without damage to the fibre and without necessitating the
use of hazardous chemicals.

5.1 A secondary coating may be applied directly over the primary coating (tight buffering),
or alternatively, a loose jacket may be provided (loose buffering). Where a tight fitting
secondary coating is provided, it shall consist of an inert material. Where a loose jacket
is provided, a jell or hydroscopic substance shall be included in the cable structure
to prevent moisture from being retained inside the loose jacket.
5.2 The fibre coating shall be translucent such that fibre splicing techniques using optical
alignment of cores by means of injection and detection of light through the cladding shall
be supported .In addition, the fibre coating shall be optically matched to the cladding to
promote cladding mode stripping.

5.3 The composition of the cable shall be specifically designed to reduce the production of
hydrogen gas and to prevent the migration of hydrogen into the fibre.

5.4 The Bidder shall describe specific measures taken to reduce the production of hydrogen
gases and any installation constraints that should be observed.

6. Technical Characteristics

6.0 Fibre cable drum lengths shall be such that to avoid joint when used in a 220 kV / 132
kV transmission line of 5 km length to reduce losses due to fibre splices.

6.1 The longitudinal strain specifications shall conform to IEEE Standard P1222-
1995,sections 4.1.1.9 and 5.1.1.9 for ADSS cable.
6.2 The ADSS cable shall withstand for span length 500 mts.

Installation

7.0 ADSS cable shall be attached to the tower’s body so that the minimum specified ground
clearance is maintained on each span under worst case conditions. also, under
any loading conditions, the optical cable shall not sag below the lowest conductor. At
the same time, tower loading shall be minimized, considering the cable as low as
practicable within the main body of the tower. All ADSS cable installations shall meet
the requirements of ANSI /IEEE Standard 524, Aerial ADSS Fibre-Optic Cable, (a)
Installation and (b) Calculations of Structure Loads.

7.1 Terminal and suspension clamps shall be designed to prevent damage to the cable under
the most expected severe loading. Suspension clamps shall allow a limited amount of slip
if there is a significant amount of differential loading.

7.2 Proprietary lightweight helical dampers shall be provided to counteract aeolian vibration.

7.3 Cable length, on DRUMS, shall be such so as to avoid making joint when used in a 220
kV / 132 kV transmission line of 5 km length. Actual cable lengths to be delivered shall
be determined by the Bidder’s evaluation of the network configuration.

7.4.1 Fibre splicing shall cause a minimum increase in attenuation. The fibre splicing shall be
carried out using arc fusion welding techniques. Each splice shall be inspected and
tested, after installation, within the splice housing but before the housing is closed and
sealed. Fusion splice optical losses shall average 0.1 dB per splices. No single splice loss
shall exceed 0.15 dB.

8. FIBRE OPTIC APPROACH CABLE:

Loose or tight buffer type Optical Fibre Approach Cable (OFAC) of 24Fibres. Dual
window Single Mode (DWSM) optical fibres shall be offered. The fibre optic
approach cable shall be entirely suitable for laying through HDPE pipe in the cable
ducts and on cable trays. The cable shall comprise of a tensile strength member, fibre
support/bedding structure, core wrap/bedding, armouring and over all impervious
jacket. No intermediate joints shall be permitted in any run of approach cable between
its two termination points. The cable sheathing shall have additive to prevent rodent
attack.

8.1 The fibre optic approach cable shall have a minimum outer jacket thickness of 3.0
milli meters and shall meet the following requirements.
i. Fire retardant and no acid gas evolution.
ii. Resistance to ultra-violet deterioration.
iii. Anti-moisture penetration.
iv. All other requirements will be same as ADSS.

8.2 Installation.

Installation in cable trenches and on cable trays. Each OFAC shall be pulled in
HDPE pipe of 40 mm diameter and required thickness (mm) placed in cable trench
(separate trays for OFAC’s). There shall be spare HDPE pipes for the OFAC’s to be
decided by the Purchaser. The pulling instructions and minimum-bending radius shall
be indicated by the bidder. The route for laying the OFAC shall be decided by
the contractor in consultation with the Purchaser. The supply of the HDPE pipe is the
OFAC contractor’s responsibility.

8.3 Burial.
In the case of direct burial the OFAC shall be installed in HDPE pipe of 40 mm diameter
and required thickness (mm) to a depth of 1.0 m. The pipe shall be embedded in M 15
concrete with cover of 37.5 mm (150 mm overall) and the trench filled with excavated
material and hand compacted. The route for laying the OFAC shall be decided by the
contractor in consultation with the Purchaser. The supply and burial of the HDPE pipe
is the responsibility of the contractor.

8.4 An approach cable is defined as the cable installed between the final splice box, forming the
termination of the ADSS fibre cable in the power line and Fibre Distribution Panel (FDP)
installed within the terminal building, or the cable traversing a site and terminated in
splice boxes located in separate buildings. FDP shall be of dust and vermin proof
construction and shall be provided with degree of protection IP 52 as per IS 2147. The panel
shall be supplied with base frame made of structural steel sections. All necessary hardware
required for welding the frame to the insert plate shall be supplied by the contractor.
Purchaser would provide insert plates in the concrete floor.

8.5 The approach cable shall be entirely of non-metallic construction and shall be suitable
for direct burial in the ground and for installation within cable ducts and on cable trays
.The cable shall comprise a tensile strength member, fibre support / bedding structure,
core wrap / bedding, armoring and overall impervious jacket.

8.6 No intermediate splices shall be permitted in any approach cable between its two
termination points.

8.7 Cable markers shall be provided and installed to mark the location and route of
buried cables.

8.8 The approach cables shall enter the buildings through cable ducts and within
each building; the cable shall be run upon cable trays or racks. The Contractor may
utilize existing ducts, trays, racks, etc., where appropriate, but shall supply these where
trays, racks etc don’t presently exist. The cables shall be affixed to cable supports
using
approved ties, clips or cleats at regular intervals. Whether laid underground or in cable
ducts the OFAC shall be laid in a conduit of HDPE pipe of suitable diameter specified by
the bidder in the bid.

8.9 On short runs of cable, for which cable supports are not provided, the Contractor shall
fix the cable to the structure of the building using approved fixings and cable cleats.

8.10 The Contractor shall be responsible for forming holes through walls and floors for the
installation of these cables. Caution shall be taken to ensure existing equipment is protected
from hole – drilling dust. The holes shall be neatly drilled and neatly furnished for
protection from moisture, dust , and vermin intrusion. Cables exiting from the ground or
passing through floors shall be protected against mechanical damage for a distance of 450
mm above finished ground or floor level.

8.11 The requirements of the following US National Electric Code articles apply to all approach
cable installations:
a. Plenum Cable, Non- Conductive Fibre: NEC 770,UL 1581
b. Plenum Cable, Non- Conductive Plenum: NEC 770,UL 910
c. Plenum Cable, Non- Conductive Riser NEC: 770.UL 1666”

6.3 Number of fibres in OFAC shall be 24 Nos.

9.0 Drums:

9.1.1 The cables shall be supplied in non-returnable strong wooden (or alternatively steel)
drums provided with lagging of adequate strength, constructed to protect the cable
against any damage and displacement during transit, storage and subsequent handling
and stringing operations in the field. The bidder shall list the information concerning the
following: weight, dimensions, material and standards applied.
9.2 All wooden components shall be manufactured out of seasoned soft wood free from defects
that may materially weaken the component parts of the drums. Preservative treatment for
anti-termite /anti-fungus shall be applied to the entire drum with preservatives of a quality
which is not harmful to the cable. The bidder shall furnish in the bid details of anti termite /
anti fungus treatment given to the drum.
9.3 Before reeling, cardboard or double corrugated or thick bituminous water proof
bamboo paper shall be secured to the drum barrel and inside of flanges of the dry drum by
means of a suitable commercial adhesive material. The paper should be dried before use
After reeling the cable the exposed surface of the outer layer of the cable shall be wrapped
with thin polythene sheet across the flanges to protect the cable from dirt, grit and damage
during transportation and handling and also to prevent ingress of rain water during
storage and transport.

9.4 A minimum space of 75 mm shall be provided between the inner surfaces of the external
protective lagging. A few staggered lagging on the outermost layer of cable shall be
provided to avoid unreeling of cable during transit. There shall be minimum of two binders
consisting of iron/ galvanized steel wire. Each protective lagging shall have two recesses to
accommodate the binders.

9.5 The cable ends shall be properly sealed and secured with the use of U-nails or bolts on
the side of one of the flanges to avoid loosening of the cables layers in transport and
handling.

9.6 Only one length of cable shall be wound on each drum. The method of lagging to be
employed shall be clearly stated in the tender. Each drum shall be accompanied by the
following information.
a. Manufacturer’s name and
address
b. Contract / Award letter number
c. Type of the cable
d. Gross weight of the cable and drum
e. Weight of empty drum with lagging
f. Net weight of the cable
g. Length of the cable
h. Drum and lot number
i. Name and address of the consignee
j. Month and year of manufacture
k. Rotation of drum

10. Maintenance:

10.0 Maintenance of the ADSS FIBRE cables shall be carried out only in fault conditions or
for special needs. To facilitate cable maintenance, the following shall be provided:

a. The exact route descriptions, location of splices and repeaters shall be


provided, both to Headquarters’ office (purchaser) and to the terminal sub-
stations.
b. The documentation and the marking of the individual fibres and connectors shall
be provided, both centrally and to the particular stations.

c. Documentation in the terminal sub-stations must include the commissioning test


values to help the maintenance staff in comparing the measurement values with
the original ones.

10.1 The Bidder shall propose the method for temporary and permanent repair procedures.
The proposal shall include the material needed for fibre cable maintenance (ADSS and
OFAC). Spares as indicated in Schedule shall be quoted and shall be considered in
evaluation of bid.

10.2 The Bidder shall provide a list of any additional tools and test equipment (common and
specialized) with recommended quantities necessary to install, operate and maintain all
equipment to be supplied in this procurement. In addition, sources and list of prices are
required for equipment not manufactured by the Bidder. This shall not be considered in
evaluation of the bid.
10.4 The Bidder shall describe his own maintenance support capabilities and facilities in India.

11. Standards

The material shall conform to the following Indian / International Standards, specified
UNDER AND published unless otherwise specified in this specifications.

REFERENCE NAME & ADDRESSES


ABBREVIATION
British Standards, British Standards Institution, 101,
BS Pentonville Road, N-190-ND, UK
International Electrotechnical Commission,
IEC/CISPR Bureu Central DE la Commission,
Electro Technique International, 1 Rue de verembe,
Geneva, Switzerland.
INDIAN STANDARD INSTITUTION,
IS Manak Bhavan, 9, Bahadur Shah Zafar Marg,
New Delhi – 110 001, INDIA
International Organization for Standardization,
ISO DANISH BOARD of Standardization
Danish Standardization Street, aurehoegvej –12
DK – 2900, Heeleprup, Denmark.
NATIONAL ELECTRIC MANUFACTURE
NEMA ASSOCIATION, 155 East 44th Street. New York, NY 10017,
USA.
CANADIAN STANDARD ASSOCIATION
CSA 178, Raxdale Boulevard, Raxdale Ontario, Canada M9W IR
IEEE, 347 East 47th Street
IEEE New York, NY 10017A USA
GLOBAL ENGINEERING DOCUMENT
EIA/ TIA 15, Inverness Way East
Endlewood, Colorado 80112 –5704 USA.
NATIONAL FIRE PROTECTION ASSOCIATION
NEC 1 Battery March Park
Quincy, Massachusetts 02269-0059
USA.
JAPANESE STANDARDS INDUSTRIAL
JIS 1024 Akasaka 4- Chome
Minato – KU
Tokyo, Japan.
INDIAN / INTERNATIONAL STANDARDS

S. INDIAN INTERNATIONAL
TITLE
NO. STANDARD STANDARDS
1. The international telecommunication union G.652D, G.530
(ITU-T) recommendations
2. International electro technical commission IEC:50 – 1975
(IEC) vocabulary
3. Optical fibres. IEC: 793-1
Part 1: generic specification
4. Optical fibre cables IEC: 794-1
Part 1: generic specification
5. Aluminium alloy redraw rods IEC: 104-1987
6. Aluminium –clad steel wires for electrical IEC:1232-1993
purposes
7. Fibre optic test EIA-TIA-445
Procedure series (FOTP.S)
8. 1S: 2121 Specification for conductor and earth wire
Accessories for overhead power lines
9. IEEE standard construction of composite IEEE: 1138-1994
Fibre optic overhead ground wire (OPGW)
For use on electric utility power lines.
10. IS: 398 Standard conductor for overhead lines IEC: 1089-1993
11. IEEE standard for all dielectric self-supporting IEEE: P1222-1995
fibre optic cable (ADSS) for use on overhead
utility lines.
12. Standard colors for color identification and IEEE: 359A
coding
13. Color coding for fibre optic cables IEEE: 598
14. ANSI/IEEE STANDARD FOR AERIAL ADSS ANSI/IEEE: 524
FIBRE –OPTIC CABLE
15. NFPA NATIONAL ELECTRIC CODE OR NEC: 770
PLENUM FIBRE – OPTIC CABLE
TYPE TESTS:

TEST STANDARD (S)

I OPTICAL CHARACTERISTICS OF FIBRES

1 Attenuation IEEE Std. 1138


IEEE STD. P1222
(EIA/TIA – 455-61,78A)
(IEC 793-1-C1A,B,C)

2 CUTOFF WAVELENGTH IEEE STD. 1138


IEEE STD PI222
(EIA-455-80, 170)
(IEC-793-1-C7A,B)

3 FIBER DISPERSION IEEE STD. 1138


IEEE STD. P1222
(EIA/TIA-455-168A,169A,175A)
(IEC-793-1-C5A,B,C)

4 FREQUENCY RESPONSE IEC-793-1-C2B

5 MODE FIELD DIAMETER IEEE STD. 1138


IEEE STD. P1222
(EIA/TIA-455-164A,165A,167A)
(EIA-455-174)
(IEC 793-1-C9A,B,C,D)

6 TEMPERATURE CYCLING IEEE STD. 1138


IEEE STD. P1222
(EIA/TIA-455-69A)
(IEC 793-1-D1)
II MECHANICAL CHARACTERISTICS OF FIBRE

1 ABRASION IEC 793-1-B4

2 CORE CONCENTRICITY IEC 793-1-A3

3 MACROBENDING EIA/TIA-455-62A
(IEC 793-1-C11)

4 MICROBENDING IEC-793-1-C3
III TEST STANDARD(S)

1 PROOF TEST IEC-793-1-B1


A. CONSTANT STRESS
B. CONSTANT LONGITUDINAL STRAIN
C. CONSTANT BENDING STRAIN
2 STRIPPABILITY IEC 793-1-B6

3 VISUAL EXAMINATION EIA/TIA-455-13


(IEC 793-1-B5)

IV Mechanical Characteristics of Cable

1 ADSS CABLE FITTINGS IEEE STD. P1222

2 AEOLIAN VIBRATION IEEE STD. 1138


IEEE STD. P1222
(ANNEX A)

3 CABLE BENDING IEEE STD. 1138


IEEE STD P1222
(IEC 794-1-E11)
(EIA-455-88)

4 COLOR CODING EIA-359A,598


(IEC 304)

5 COMPOUND FLOW EIA-455-81A


(IEEE STD. 1138)
(IEEE STD. P1222)

6 COMPRESSIVE LOADING EIA/TIA-455-41A

7 CORROSION (SALT SPRAY) EIA/TIA-455-16A

8 CREEP IEEE STD. 1138


IEEE STD. P1222

9 CRUSH RESISTANCE IEEE STD. 1138


IEEE STD. P1222
(EIA-455-26A0
(IEC 794-1-E3)
IV Test Standard(s)

1 Cut Through IEC 794-1-E12

2 Flexibility/Cyclic Bending EIA-455-104A


(IEC 794-1-E6,E11)

3 Fungus Resistance EIA-455-56A

4 Galloping IEEE Std. 1138


IEEE Std. P1222
9EIA/TIA-455-25A)

5 High –Low Temperature Bending EIA/TIA-455-37A

6 Humidity EIA/TIA-455-5B

7 Impact IEEE Std. 1138


IEEE Std. P1222
(IEC 794-1-E1)

8 Sheave IEEE Std.1138


IEEE Std. P1222
(Annex A)

9 Temperature Cycling IEC 794-1-F1


(EIA-455-162)

10 Tensile Strength IEEE Std. 1138


IEEE Std. P1222
(IEC 794-1-E1)
(EIA-455-33A)

11 Torsion, Twist EIA-455-36A,85A


(IEC 794-1-E7)

12 Water Blocking IEEE Std. 1138

13 Penetration IEEE Std. P1222


(IEC 794-1-F5)
(EIA/TIA-455-82B)

14 Water Wicking EIA/TIA-455-39A

15 Weathering, Heat EIA-455-17A


Aging
In the event of the supply of material conforming to any standard including JIS other than
Standards listed above, the salient features of comparison shall be brought out and
furnished along with the bid. A copy of each of the standard in English version shall be
enclosed with the bid.

12.0 SPLICES AND CONNECTORS

12.1 SPLICES:

All fibre splices shall be of the fusion type, except where demountable connectors are
specified. Fusion splicing shall be carried by trained personnel using automatic fusion
splicing equipment designed for the fibre type.
The accurate alignment of fibre cores, prior to splicing, shall be verified using
a
technique that monitors the optical power transmitted across the splice
interface.

Fusion splice optical losses shall average 0.1db per splice. No single splice loss shall exceed
0.15 db. Splices shall be mechanically strengthened and protected from the environment by
means of splice sleeves or enclosures. The finished splice shall be supported within the
spliced box by means of suitable clips or restraints. It shall be possible to remove and
replace the splice in the support device without risk of damage to the splice or fibre. Each
fusion splice shall have a spare length of fibre of approximately 1 m associated with it. This
excess fibre shall be coiled neatly and clipped (or otherwise retained) within the splice box.

The splicing shall be performed at ground level. Splice boxes conforming to IP 55 of IS-
2147 shall be mounted into the towers at least 5 meters above the ground. The cable shall be
fastened into the tower structure. In each splicing location at least 15 meters of free cable
must be included for future splicing at ground level.

A single splice box conforming to IP 55 of IS-2147 shall be provided on each sub-station


gantry with capacity for two cable terminations. It shall accommodate all individual fibre
splices between any of the four possible cables. It shall be fitted with suitable cable
clamping glands at its base for cable strain relief. The four cable entries shall be located
on the underside of the splice box and shall be easily removable to ground level. All cable
entries used or unused, shall be weather proof and sealed but still accessible for future
use and weatherproof sealing. The box shall be suitably dimensioned to accommodate
the excess loops of optical fibre associated with each splice. Easily removable splice tray
assemblies shall be used to provide mechanical support for the supplies and to afford a
means of neatly retaining the excess fibre. Then splice box shall be of steel construction,
finished internally and externally using a durable paint system. Access to the box shall be by
means of a bolted front panel. The splice box shall be fitted with an approved identity label
(e.g. engraved laminated).

Where an existing optical fibre link is being relocated and its present termination
cable's splice box is no longer required at its present location, that splice box and its
associated terminal cable may be relocated to the link's new terminal location.
CONNECTORS:

The individual fibres of termination cables, terminal equipment optical connection tail
and optical patch cords shall be terminated by demountable connectors at the Fibre
Distribution Panel (FDP). The connectors shall be of FC type. Each connector shall be
properly labeled.
The connectors shall be factory assembled in strict accordance with the manufacturer’s
instructions.

Demountable connectors shall be protected against contamination and mechanical


damage during shipment and installation of the associated cable.

12.3 FIBRE DISTRIBUTION PANNELS:

The Fibre Distribution Frame shall have a capacity for termination of 72 fibres and
entry for two nos. of OFC cables each having capacity of 24F. Auxiliary fibres
should be provided to facilitate testing & maintenance of the fibers. The spare
fibre should be properly terminated. Additional 2 Nos. of trays with a 24 F capacity
shall be provided as spare for each direction.
Connector Adaptors :
Type of Connector Adaptor : FC/PC to
FC/PC Capacity of bay frame : 0.5 dB
Capacity of bay frame:
(i) Line side : Maximum capacity to terminate 24 pigtails
or patch cord through 24different suitable inlets. Each cable
inlet shall cater for 24Nos. of FC/PC type connector pigtails
or patch cords each having diameter of 3 mm.
ii) Equipment side: - do –

FDPs shall be provided in which fixed couplers are provided to mount each termination
cable’s demountable (i.e the termination ends of each fibre of each optical fibre link and the
demountable connectors of all patch cords that interconnect FDPs within the same building.

Each FDP shall also have spare space where 24 additional fixed couplers to prevent dust
ingress to the couplers of unused fibres.

Optical connection tails, generally confirming to the requirements above for termination
cables, shall be provided to connect each item of optical terminal equipment to the optical
fibre link connectors in its respective FDP.

Optical patch cords shall be provided to enable the patching of any item of optical
terminal equipment to any fibre in any link terminated at the building in which the
equipment is housed. This shall include cords for use within FDPs and cords permanently
installed between FDPs to enable the through connection of any fibre terminating in one
FDP to any other FDP in the same building.
FDPs may be stand - alone cabinets, be provided as an integral part of
terminal
equipment, or designed to incorporate the fibre splice boxes. In the latter case, physical
segregation shall be provided between the splice box and distribution panel sections.

13.0 PIGTAIL CORDS.


The pigtail cords will be used for the interconnections of the approach cables with the
respective optical terminal equipment. The optical fibres of the pigtail cords and
approach cable shall be fusion spliced and protected in an approved type terminal box.

On the optical equipment side, FC-PC type optical connectors shall be used. Insertion
loss shall not exceed 0.5 d B and return loss shall not be less than 35 d B. The pigtail
cords with optical connectors, terminal boxes and flexible corrugated tubes are an
integral part of the scope of supply of the ADSS/OFAC manufacturer. The technical
specifications of the pigtail cord with a connector, terminal box and of the tubing offered
shall be provided with the bid.

14. INSTALLATION ASSOCIATED HARDWARE AND ACCESSORIES:

The scope of supply of the optical cable includes the assessment and supply and
installation of required fittings and hardware. The Bidder shall provide documentation
justifying the adequacy and suitability of the hardware used. The exact requirements of
these accessories to ensure satisfactory performance shall be determined by the
contractor. The fittings and accessories described herein indicative of installation
hardware typically used for ADSS cable installations and shall not necessarily be limited
to the following.

a) Materials: All suspension clamps dead end clamp and pipe holding clamps
assemblies shall be fabricated from aluminum or ALUMINUM ALLOY proposed
exceptions shall be submitted with supporting documentation for prior approval of
APTRANSCO.

b) Suspension Clamp Assembly preformed Armour GAP SUSPENSION clamps and


aluminum alloy armour rods shall be used. The suspension clamp assembly shall
be designed to carry the maximum vertical load and shall have SLIP strength of
not less than 25 KN not greater than 35 KN. Terminal and suspension clamps
shall be designed to prevent damage to the cable under the most expected severe
loading. Suspension clamps shall allow a limited amount of slip if there is a
significant amount of differential loading.

c) Dead End Clamp Assembles: Tension gaps constructed from preformed wire
installed over preformed rods shall be used dead end clamp assembles shall allow
the ADSS to be continuous pass through without cutting the ADSS. The slip
strength shall be not less than 95% the rated tensile strength of the ADSS.

d) Pipe Holding Clamp Assembles: Clamp assemblies shall hold the down pipe with
a force greater than 10% and shall withstand a strength load of 10 NM
WITHOUT becoming loose from the tower structure. The clamp assemblies shall
locate the down pipe on the inside of the tower whenever possible. The clamp
assemblies shall be installed at intervals of two (2) meters or less and shall be
attached directly to the tower leg cross members without drilling or any other
structural modifications.
e) Vibration Dampers: Vibration dampers type 4R stock bridge type or equivalent
having four (4) different frequencies spread within the Aeolian frequency
bandwidth shall be used for suspension and tension points on each span of ADSS
installed on transmission lines of 130 k V and above.

The contractor shall have the responsibilities for determining the exact placement
of vibration dampers. Vibration damper clamps shall be made of aluminum or
aluminum alloy shall support the dampers during installation and shall
maintain the dampers in position without damage to the ADSS cable and without
causing fatigue. Armour or patch rods made of aluminum or aluminum alloy
shall be provided as required to reduce clamping stress on the ADSS cable. The
vibration damper body shall be hot-dip galvanized mild steel / cast iron or
shall be permanent mould case zinc alloy. Proprietary lightweight helical
dampers shall be provided to counteract Aeolian vibration.

f) Clamp Assembly Earthing Wire: Earthing wire consisting of a 1500 mm


length of aluminum or aluminum alloy conductor equivalent in size to the ADSS
shall be used to earth suspension and dead end clamp assemblies to the tower
structure. The earthing wire shall be permanently fitted with lugs with each end.
The lugs shall be attached to the clamp assembly at one end and the tower
structure at the other. All cable accessories suspensions and dead end hardware,
vibration damper hardware and other clamps shall be designed for the type
and size of the cable as detailed below.

SUSPENSION CLAMPS ASSEMBLY:

Each set of the suspension SYSTEM FOR (35.0 KN) ADSS Cable shall consist of the
following:

i) Suspension clamp Dog bone Vibration Damper DB 0.5 – 2 Nos. (GALV STL/ZINC)
ii) Shackle 15/25A - 2 Nos. (GALV STEEL)
iii) Suspension unit strap closed - 2 Nos. (GALV STEEL)
iv) Suspension Clamp - 1 No. (AL ALLOY)
v) ARMOUR ROD SET - 1 No. (AL ALLOY)
vi) Reinforcing Rod Set - 1 No. (GALV. STEEL)

Each set of the suspension clamp Assembly for (35.0 KN) ADSS Cable shall consist of the
following:

-------------------------------------------------------------------------------------------------------------------
S.No. Description Material used Qty.
-------------------------------------------------------------------------------------------------------------------
1. Spacer 25.4 X 127 X 2.3 AL Alloy 4
2. M 12 S. Washer Form `B’ GLV STL 4
3. M 12F/Washer Form `A’ GLV STL 4
4. M12 FULL NUT GLV STL 4
5. M12 COACH BOLT GLV STL 4
6. `O’ RING NEOPRENE 4
7. SADDLE GLV STL 1
8. CLAMP BODY without PIP AL ALLOY 1
9. CLAMP BODY with PIP AL ALLOY 1
--------------------------------------------------------------------------------------------------------------------

SPECIFICATIONS:

1. MATERIALS: Body castings - AL ALLOY LM6M TO BS1490


SPACER - AL ALLOY 6082 T 6 TO BS 1474
SADDLE - STEEL 070M20 TO BS 970
`O’ RINGS - SYNTHETIC RUBBER
2. CUP HEAD COACH BOLTS- GRADE 8.8 TO BS 4933
NUTS - GRADE 8 TO BS 3692
PLAIN WASHERS - TO BS 4320
SPRING WASHERS - TO BS 4464
3. ALL Ferrous components Galvanised TO BS 729

4. Installation TORQUE 50 Nm

5. Minimum failing load of clamp Assembly, 95 KN.

6. SADDLE CLAMP CASTING ONLY TO BE PERMANENTLY MARKED:

7. All Bolt Threads to be protectively COATED WITH approved Grease.

HELIFORM SAMPLE SPECIFICAITON

1) DESCRIPTION - REINFORCING ROD SET


Fitting Range - 16.3 mm - 17.3 mm
Material - Galvanized Steel
Rod Dia - 2.35 +/- 0.05 mm
No. of Rods - 20 (5-5-5-5)
Formed outer Diameter - 18.54 +/- 0.2 mm
Pitch length - 105 +/- 5 mm
Lay - Left hand
Colour code - Red
2) Description - Armour Rod set
Fitting Range - 16.3 MM - 17.3 mm + Reinforcing Rod set
Material - AL ALLOY
ROD DIA - 4.24 +/- 0.05 mm
No. of Rods - 16
Formed outer Diameter - 26.84 mm +/- 0.2 mm
Pitch Length - 152 +/- 5 mm
Lay - Right Hand
Colour code - Blue at the Center
However the above sample specification indicated shall be in accordance with the dia of
the cable being supplied.
3) SHACKLE: (15/29A)

Each set of shackle shell consist the following:

i. M16 x 70 CROSS DRILLED BOLT


WITH FULL NUT OF GALV STL - 1 No.

ii) SPLIT PIN 5 X 32 LG of S T STEEL - 1 No.

iii) SHACKLE BODY 15/29 of GALV STL - 1 No.

SPECIFICATION:
a) MATERIAL:

BODY FORGING - STEEL GRADE 080 M 40 TO BS 970

SPLIT PIN - STAINLESS STEEL GRADE 321 S31 TO BS 970

b) COMPONENT SPECIFICATION_ BOLT – GRADE 8.8 TO BS 3692


FULL NUT - GRADE 8 TO BS 3692
SPLIT PIN -  5 X 32 LG TO BS 1574
C) Galvanising TO BS 729
D) Minimum failing Load 70 KN
E) Applicable standard BS 3288
F) BEFORE GALVANISING, it should be marked with all details.

SUSPENSION UNIT STRAP CLOSED:

1. Material _ Steel Grade Fe 430 A TO BS 970 – 1955 (EN 10 025)


2) Galvanising to BS 729
3) Minimum failing Load - 95 KN Tested in pairs
4) Debun or Remove all sharp Edges
5) Before Galvanising it should be marked will all details.

SPACER - (25.4 x 12.7 x 2.3)


Spacer’s to be free from sharp Edges
Material - AL ALLOY 6082 T 6 TO BS 1474

M 16 CLEVIS BOLT WITH NUT/SPLIT PIN HOLE:


Materials - Bolt Grade : 8.8
Nut Grade : 8
Component Specification:

BOLT AND NUTS TO BS 3692 EXCEPT where shown

i) The Bolt shall be fitted with a nut which must run down, Finger Tight only, to clear
the SPLIT PIN HOLE after Galvanising.
ii) Galvanizing TO BS 729
iii) For use in fittings with a 70 KN Minimum failing load.
iv) BOLT Head Depth - 10.18 Max / 9.82 Min
Nut Depth - 13.00 Max / 12.57 Min
Across / Flats - 24.00 Max / 23.67 Min.
4R Stock Bridge VIBRATION DAMPER:

Each set of Vibration Damper shall consist the following items:

i) Messenger (L=390) - 1No. (GALV STL)


ii) Weight 0.5 k g each - 1 Kg. (Zinc)
iii) Washer, M 12 Spring - 1 No. (GALV STL)
iv) Washer, M12 - 1 No. (S T. STL)
v) NUT, M 12 BINX - 1 No. (S T. STL)
vi) SCREW M 12 X 70 - 1 (S T. STL)
vii) KEEPER BR `6’ - 1 (AL)
viii) Clamp BR `6’ - 1 (AL)

SPECIFICATIONS:

i) Material:

a) Clamp / Keeper - AL ALLOY LM 6 TO BS1490


b) Weights - Cast Zinc Alloy Mazak 3 TO BS 1004 ALLOY A
c) Messenger - 19 strand high TENSILE GALVANISED WIRES
d) Screw / Nut & Plain washer – Stainless steel Grade A2
Minimum TO BS 6105
ii) Component Specification:

Screw - GRADE 80 TO BS 6105


PLAIN WASHER – Form `A’ TO BS 4320
Spring washer - Form `B’ TO BS 4464
NUT - Grade 70 TO BS 6105
iii) Protection COATINGS:
Spring washer - HOT DIPPED GALVANISED TO BS 729
Messenger Cable - GALVANIZED TO BS 443 / DMS 003
iv) Assembly Marking:
Clamp - make, D B 0.5, 28.3 – 29.8
Keeper - 50 Nm, Mfg, date, code.

v) Installation Torque - 50 Nm

TENSION ASSEMBLY SYSTEM FOR ADSS CABLE.

Each set of Tension Assembly System shall consist the following Items.

1) Dogbone Vibration Damper DB 0.5 - 1 (GLV STL/Z1NC)

2) 125 KN Shackle - 2 Nos. (GALV STL)

3) Flat link 28/86 70 mm centers - 1 No. (GALV STL)

4) Thimble clevis Assembly 125 KN MFL- 1 No. (MCI)

5) Dead end for ADSS Cable - 1 No. (GALV STL)

6) Reinforcing Rod set - 1 No (GALV STL)

NOTES:

1. Reinforcing Rod set :

a) It should be colour marked at two positions for reversibility.

Colour mark indicating the Installation position for Dead end.

b) Rods shall be factory assembled into four sub-sets to reduce mis alignment errors and to
speed up the Installation.

c) Left hand lay.

2. Heliformed Dead end:

a) Right hand lay

b) It should be colour marked at Cross – over position

3. Damper placement shall be calculated as per wind

speed. SPECIFICATION:

1. REINFORCING ROD SET.


Fitting range -  16.3 to 17.3 mm

Material - Galvanised Steel

Rod Dia - 2.35 mm +/- 0.05 mm

No. of Rods - 20 (Sub set 5-5-5-5) glued and Gritted.

Formed Diameter - 16.60 mm +/- 0.2 mm

Pitch Length - 124 mm +/- 5.0 mm

Lay - Left hand

Colour Code - Black in centre , Red ; 300 mm from each end.

2. DEAD END:

Fitting range -  16.3 to  17.3 mm + Reinforcing Rod set

Material - Galvanised steel

Rod Dia - 3.66 mm +/- 0.05 mm

No. of Rods - 9 Glued and Gritted.

Formed Diameter - 24.0 mm +/- 0.2 mm

Pitch Length - 155 mm +/- 5.0 mm

Lay - Right hand

Loop Dia -  76mm

Colour Code - Red

3. Thimble clevis Assembly 125 KN MFC Rating.

a) Split Pin - 1 (St. steel)

b) 19mm clevis Pin - 1 (GALV STL)

c) Thimble clevis body - 1 (Cast Iron)

NOTE:
i) Body to be permanently marked as

UCT - 100 (On One face)


40000 LBS - (On Opposite face)

ii) Minimum Failing load - 125 KN

iii) Galvanising TO ASTM A 153

iv) Material Specification:

a) Body Casting - Ductile cast Iron Grade 654512 TO ASTM A 536

b) SPLIT PIN - Stainless steel Grade 321 S 31

c) Clevis Pin - Steel Grade 080 M 40

4. Flat link 28/86 70 centres:

i) Marketing - TO BE stamped with details

ii) Material - Steel Grade 43A TO BS 4360


Galvanised TO BS 729

iii) Minimum failing load - 125 KN

iv) Galvanising TO BS 729

v) Specification applicable - BS 3288

5 125 KN SHACKLE

i) M 20 X 90 BOLT C/W FN
Thread Length 27 mm Min - 2 No.(GALV. STL)

ii) SPLIT PIN 5 X 32 LG - 2 No.s ( S T STL)

iii) BODY - 1No.(GALV. FORGED STEEL)

Specification:

a) Material - Galvanised Forged Steel

b) COMPONENT SPECIFICATION_
BOLT – GRADE 8.8 TO BS 3692
FULL NUT - GRADE 8 TO BS 3692
SPLIT PIN -  5 X 32 LG TO BS 1574

C) Finish - Galvanising TO BS 729

d) All sharp Edges shall be removed before Galvanising

e) Minimum failing load - 125 KN

f) Markings - All markers with full detail is to be mentioned.

M 20 X 90 LONG CLEVIS BOLT WITH NUT AND SPLIT PIN HOLE:

Materials -Bolt Grade : 8.8


Nut Grade : 8
Component Specification:

BOLT AND NUTS TO BS 3692.

v) The Bolt shall be fitted with a nut which must run down, finger tight only, to clear the
SPLIT PIN HOLE after Galvanising.
vi) Galvanizing TO BS 729

ACCEPTANCE TESTS
1. Acceptance Tests on complete fibre optic cable
a. Dimensional Check
b. Lay length measurement
c. Crush test
d. Impact
e. Temperature cycle test
2. Acceptance Tests on Optical Fibre
a. Attenuation variation
b. Attenuation at the water peak
c. Attenuation with bending
d. Temperature cycling
3. Acceptance Tests On Metallic Wire (As Applicable)
a. Tensile test
b. Elongation test
c. D.C resistance test
d. Thickness of aluminum (For AS WIRES)
e. Twist test (FOR AS wires)
4. Acceptance Test On Fittings and Accessories
Suspension Assembly
a. Visual EXAMINATION AND dimensional verification
b. Clamp slip strength test
c. MECHANICAL STRENGTH test on EACH COMPONENT
5. Dead-end Assembly
a) Visual examination and dimensional Verification
b) Clamp slip strength test
c) Mechanical strength test o each component

6. Grounding wire for clamps

a) Visual examination an dimensional verification


b) Tensile test

7. Structure Mounting Clamp

a) Visual examination and dimensional verification


b) Clamp fit test
c) Clamp strength test

8. Vibration Damper

a) Visual examination and dimensional verification


b) Verification of resonance frequencies
c) Clamp slip test
d) Clamp bolt torque test
e) Strength of the messenger cable
f) Mass pull off test
g) Galvanizing test

1. On damper masses
2. On messenger cable
9. Routine Tests

a) Measure the optical loss of each fibre at 1550 nm.


Measure the mode field diameter, the chromatic dispersion, core diameter,
and cladding diameter of each fibre
1. Tests during Manufacture.

a) Perform optical fiber tests mutually agreed to by the Contractor and the
APTRANSCO in accordance with the Quality Assurance Program.

2. Type test samples.


a) The contractor shall supply material for sample selection only after quality
assurance plan approval by the APTRANSCO. The sample material shall be
manufactured strictly in accordance with the approved Quality Assurance Plan.
b) The contractor shall offer three drums (reels) of each type of fibre-optic cable.
The APTRANSCO will choose which reel of each cable type to be used for the
Type testing.
1. Additional Tests.

a) APTRANSCO reserves the right to require the Contractor to


perform, at APTRANSCO’s expense, any other reasonable
test(s) at the Contractor’s premises, on site, or elsewhere in
addition to the aforementioned Type. Acceptance, Routine, or
Manufacturing tests to assure APTRANSCO of specification
compliance.

b) APTRANSCO also reserves the right to require any retesting


of previously approved tests at APTRANSCO expense.
However if the retest(s) reveal noncompliance to the
specification, the Contractor shall bear the expense for the
retesting and remedial action.

2. Receiving Inspection (RIT)

a) Upon material receipt by APTRANSCO, the contractor shall


perform witnessed acceptance tests to verify that optical
specification are satisfactory and that no damage occurred during
handling and shipment.. Testing may be performed with either an
OTDR or a light source and power meter.

b) Should evidence of specification non-compliance arise, it is


incumbent on the Contractor to either prove compliance in writing
or to replace all defective material.

3. Site Acceptance Tests.

The Contractor shall be responsible for the submission of all equipment for site tests and
inspection as required by APTRANSCO. During the course of erection APTRANSCO
shall have full access for inspection of the progress of the work and for checking
workmanship and accuracy as may be required. On completion of the work prior to
commissioning, all equipment shall be tested to the satisfaction of APTRANSCO to
demonstrate that it is suitable for commercial operation.
Commissioning Tests

Commissioning tests shall be carried out in the presence of, and to the satisfaction of
APTRANSCO by the qualified technical representatives of the Contractor. The
Contractor shall perform the following commissioning tests:

a. End-to-end optical fibre continuity and attenuation measurement. Perform


this test from the equipment end connector at one site to the equipment end
connector at the remote site. Test each fibre in the bundle both directions.
Provide to APTRANSCO OTDR printouts plus Rayleigh scatter diagrams per
the test report requirements.
b. Bit error-count and Bit-Error-Rate (BER) record for 360 consecutive hours on
two fibres in the bundle selected by APTRANSCO. Sample the BER at 30-
minute intervals. Test each fibre and record the data in one direction only.
The data rate shall be 8.448 Mb/s. Provide to APTRANSCO BER equipment

At least two (2) personnel of Contractor who have attended the Contractor’s training
course will be available to assist the supplier in performing the commissioning tests. All
test results shall be recorded on hard copy and also on magnetic media. All the test
equipment required for commissioning shall be provided by the contractor and removed
from the site upon completion.

The contractor shall satisfy himself as to the correctness of all connections made between
APTRANSCO plant and equipment supplied as part of the contract.

All equipment shall be tested on site under the conditions in which it will normally work
with additional arrangements as required to provide the capacity for working under the
worst combination of conditions.

The commissioning tests shall be exhaustive and shall demonstrate that the overall
performance of the contract works satisfies every requirement specified. The tests to be
carried out shall be a repeat of the FAT and the total system performance test.
TABLE OF CONTENTS

TYPE TESTS ON FIBRE OPTIC CABLE

1.1 Dimensional check


1.2 Lay length measurement
1.3 Water penetration test
1.4 Seepage of flooding compound
1.5 Tensile performance test
1.6 D.C. resistance test
1.7 Crush test
1.8 Impact test
1.9 Bend test
1.10 Strain margin test
1.11 Aeolian vibration test
1.12 Lightning test
1.13 Temperature cycle test
1.14 Sheave test
2. Acceptance tests on optic fibre
3. Attenuation variation with wavelength
4. Attenuation at the water peak
5. Attenuation with bending
2. Temperature cycling
7. Type test on fibre optic cable fitting
8 visual examination and dimensional verification
9. Mechanical strength test for suspension / tension assembly
10 clamp slip strength test for suspension assembly
11 slip strength test of tension clamp
12 grounding clamp band structure mounting clamp fit test
13 structure mounting clamp strength test
14. Grounding wire for clamps
15. Visual examination and dimensional verification
16. Tensile test
3.3.1. Type test on vibration damper
3.3.1.0 Visual examination and dimensional verification
3.3.1.1.Dynamic characteristics test
3.3.1.2.Vibration analysis
3.3.1.3.Clamp slip and fatigue tests
3.3.1.4.Test set up
3.3.1.5.Clamp slip test
3.3.1.6.Fatigue test
3.3.1.7.Verification of resonance frequency
3.3.1.8.Clamp bolt torque test
3.3.1.9.Strength of the messenger wire
3.3.1.10.Mass pull off test
3.3.1.11.Galavinising test

3.1.0. TYPE TESTS ON FIBRE OPTIC CABLE

3.1.1. DIMENSIONAL CHECK

The individual strands and optical core shall be dimensionally checked to ensure that they
conform to the requirements of this specification.

3.1.2. LAY LENGTH MEASUREMENT


The lay length shall be checked to ensure that they conform to the requirements of this
specification

3.1.3. WATER PENETRATION TEST

THE TEST SHALL BE CONDUCTED IN ACCORDANCE WITH IEC 794-1-


F5.HOWEVER, THE TEST MAY BE CONDUCTED UNDER TESTING LAB
AMBIENT ATMOSPHERIC CONDITIONS

6.4 SEEPAGE OF FLOODING COMPOUND

The test shall be conducted in accordance with eia-455-81a except that a


preconditioning cycle as given below may be used. The sample shall be prepared as per
method-a of eia-
455-81a. The unprepared end may be sealed. The filling and flooding compound shall
not flow (drip or leak) at 65* c.

Preconditioning cycle

A clean glass dish shall be placed directly under the test specimen. The sample shall be
suspended vertically for 72 hours at 65*c +/- 2*c. After preconditioning, a small amount
(less than 1% of the weight of the sample before testing) of mostly clear oil may be
present. Presence of a greater amount of material in the glass dish shall constitute
failure.

3.1.4. TENSILE PERFORMANCE TEST.

The test shall be conducted on a sample of sufficient length in accordance with IEC: 794-
1-E1. There shall not be any change in attenuation up to 90% of RTS of fibre optic cable.
The load shall be increased at a steady rate up to rated tensile strength and held for
one
(1) minute. The fibre optic cable sample shall not fail during the period. The applied
load shall then be increased until the failing load is reached and the value
recorded.

3.1.5. D.C.RESISTANCE TEST

On a fibre optic cable sample of minimum 5 m length, two contact clamps shall be fixed
with a predetermined bolt torque. The resistance shall be measured by a Kelvin double
bridge by placing the clamps initially zero meters and subsequently one meter apart. The
tests shall be repeated at least five times and the average value recorded after correcting
at 20* C.

3.1.6. CRUSH TEST

The crush test shall be carried out on a samples of approximately one (1) meter long in
accordance with IEC:794-1-E3. A load equal to 1/3 the weight of a 400- meter length of
fibre optic cable shall be applied for a period of 10 minutes. A permanent or temporary
increase in optical attenuation value greater than 0.1 d B change in sample shall
constitute failure. The load shall be further increased in small increments until the
measured attenuation of the optical wave-guide fibres increases and the failure load
recorded along with results.

3.1.7. IMPACT TEST

The impact test shall be carried out in accordance with IEC: 794-1-E4. Five separate
impacts of 0.1-0.3 kgm shall be applied. The radius of the intermediate piece shall be the
reel drum radius ±10%. A permanent or temporary in optical attenuation value
greater than 0.1 d B change in sample shall constitute failure.

3.1.8. BEND TEST

The short term and long term bend tests shall be conducted in accordance with
procedure
2 in IEC: 794-1-E11 to determine the minimum acceptable radius of bending without any
increase in attenuation or any other damage to the fiber optic cable core such as bird
caging, deformation, kinking and crimping.

3.1.9. STRAIN MARGIN TEST

The test shall be conducted on a sample of sufficient length to ensure that the sample
specimen under strain is a minimum of 10 meters long and that the optical fibre test
specimen under strain is a minimum of 100 meters long. The test sample shall be
terminated at both ends prior to strain in a manner such that the optical fibers
cannot move relative to the fibre optic cable. Strain gauges shall be
attached to the sample surface. Changes in the fibre length may be measured using
laser and optical receiver. The propagation delay caused by the change in fibre length
may be determined by using both a pulse generator and digital storage oscilloscope, or
by measuring the phase shift of a modulated signal.
Fibre attenuation at 1550 nm shall be monitored on the same fibre or on another fibre
using a laser and power meter. The sample is stretched while measuring tensile loads,
sample strain, fibre attenuation, and fibre length. The strain margin is defined as the
percent elongation of the fibre optic cable at which the attenuation of the optical wave-
guide fibres has increased above the attenuation measured before the start of each test.

3.1.10. AEOLLAN VIBRATION TEST

The general arrangement to be used for the Aeolian vibration tests and the support
details shall be as per Appendix B of IEEE 1138-1994. The end abutments are used to
load and maintain tension in the fibre optic cable. The test section is contained between
the two intermediate abutments. The fibre optic ground
wire to be tested should be cut to a sufficient length beyond the intermediate
abutments to allow removal of the fibre optic cable outer strands and to allow
access to the optical fibres. Suitable dead-end
assemblies shall be installed on the sample to fit between the intermediate abutments.
The test sample shall be terminated at both ends prior to tensioning in a manner such
that the optical fibres cannot move relative to the fibre optic cable. A dynamometer, load
cell or other devices should be used to measure sample tension. Some means
should be provided to maintain constant tension to allow for temperature fluctuation
during the testing. The sample should be tensioned to approximately 25% ± 1% of the
rated tensile strength. The active span length of the test sample (dead-end to
dead-end) shall be approximately 30 meters with a suitable suspension assembly
located approximately 2/3 of the distance between the dead-end assemblies. It shall be
supported at a height such that the static sag angle of the sample to horizontal at the
suspension point should be
1.5±0.5 degrees. An electronically controlled shaker shall be used to excite the sample in
the vertical plane. The shaker should be located in the span to allow for a minimum of
six vibration loops between the suspension assembly and the shaker.

The optical fibres shall be connected to each other by means of fusion splices. Optical
measurements shall be made using a light source. The laser source shall be connected
through an optical splitter to one end of the test fibre. The splitter shall divide the optical
signal into two parts. One part shall be fed directly into an optical power meter. The
other part shall be fusion spliced into one free end of the test fibre. A second optical
power meter shall be placed on the returning end of the test fibre such that signals from
the optical source shall go through the test field on each of the test fibres and then be read
at this second meter. The output of optical power meter shall be monitored using at least
two different methods. The attenuation shall be measured and recorded on a continual
basis during the tests.
The sample shall be subjected to more than 100 million cycles. The test excitation
frequency shall be equal to and maintained at the nearest resonant frequency produced
by a 4.5 m/sec wind (i.e. frequency = 830 / diameter of fibre optic cable in mm). The
free loop peak-to-peak antinode amplitude shall be maintained at a level equal to one-
third the diameter of the fibre optic cable.

In the initial stages the test span requires continuous attention and recordings should
be
taken approximately every 15 minutes until the test span is stabilized. After the test span
has stabilized, readings should be taken every hour. A final optical measurement shall be
taken at least two hours after the completion of the vibration test.

Any damage to any component of the test sample or permanent or temporary increase in
attenuation greater than 1.0 d B /test fibre km shall constitute a failure.

A second optical power meter shall be placed on the returning end of the test fibre such
that signal from the optical source shall go through

3.1.11. LIGHTNING TEST.


Tension equal to 20% of the Fibre optic cable RTS shall be applied to a sample with
minimum length of 30 m of cabled fibres and two separate 4/10 micro second current
impulses each having a peak value of 150 KA and a negative polarity shall be applied
through a 1 cm gap. The attenuation during the tests shall be continuously measured.
After the tests the sample shall be visually inspected. Any increase in optical wave-guide
fibres attenuation measured at 1550 nm shall constitute failure.

3.1.12. TEMPERATURE CYCLE TEST


The test shall be conducted in accordance with IEC:794-1-F1 with the following cycle
parameters
.

a. Low temperature (TA) = -400 C.


b. high temperature (TB) = +850 C
c. Exposing period (tl) = 1 hour
The test shall be repeated ten times and the optical wave-guide fibres attenuation at 1550
nm shall be recorded. The maximum variation of the attenuation shall not exceed the
Bidder’s quoted values.

3.1.13. SHEAVE TEST


The general arrangement for the sheave test shall be as per Appendix D of IEEE 1138-
1994-D. The test shall be performed on a sample of approximately 21 m long. Dead-end
fittings shall be clamped approximately 3 m in from each end of the test sample, leaving
about 15 m of test length between them. The optical fibres shall be connected to each
other by means of fusion splices.

Optical measurements shall be made using a light source. The laser source shall be
connected through an optical splitter to one end of the test fibre. The splitter shall divide
the optical signal into two parts. One part shall be fed directly into an optical power
meter. The other part shall be fusion spliced into one free end of the test fibre. A second
optical power meter shall be placed on the returning end of the test fibre such that signal
from the optical source shall go through the test field on each of the test fibres and then
be read at this second meter. The output of optical power meter shall be monitored using
at least two different methods. The attenuation shall be measured and recorded on
a continual basis during the tests.
The sample shall be led through a sheave. The minimum recommended sheave diameter
is 40 X fibre optic cable diameter. The sample shall be pulled at one dead end at 25% of
its rated tensile strength at a deflection angle of 30+/-2 degrees. The method of
attachment. While not rigid, shall limit the amount of twist that could occur at the dead
end. A dynamometer and a swivel shall be installed between the yoke and the other dead
end. A 2 m minimum length of the fibre optic cable test sample shall be pulled 70 times
forward and backward through the sheaved (35 times in each direction). Before the first
pull, the beginning, midpoint, and end of this length shall be monitored continuously
during the test. After the test is completed, the metallic strands shall be removed and the
test section, and the protective tube diameter shall be measured at the marked points and
at the one-third points between each marked point.

Any significant damage to the fibre optic cable or fibre optic unit at any points above
deformation limits of 0.50 mm shall constitute failure. A permanent increase in optical
attenuation greater than 1.0 d B /test fibre km shall constitute failure.

3.2.0.ACCEPTANCE TESTS ON OPTIC FIBRE.

3.2.1 ATTENUATION VARIATION WITH WAVELENGTH

The measurement shall be made in accordance with EIA-455-78; the spectral width of the
source shall be less than 10 nm.

3.2.2 ATTENUATION AT THE WATER PEAK

IEEE The test shall be made in accordance with 1138-1994.

3.2.3 ATTENUATION WITH BENDING

The test shall be made in accordance with clause 4.2.1.3 of IEEE 1138-1994.

3.2.4 TEMPERATURE CYCLING

The test shall be made in accordance with EIA-455-3, using test condition A, -550 C to
850 C.

3.3.0 TYPE TEST ON FIBRE OPTIC CABLE FITTINGS.


3.3.1.0 Visual Examination and Dimensional Verification.

The individual components shall be visually and dimensionally checked to ensure that
they conform to the requirements of this Specification.

3.3.1.1 MECHANICAL STRENGTH TEST FOR SUSPENSION / TENSION ASSEMBLY.


The suspension assembly / tension assembly (excluding tension clamp) shall be subjected
to a load equal to 50% of the specified minimum ultimate tensile strength (UTS) which
shall be increased at a steady rate to 67% of the minimum UTS specified. This load shall
be held for five minutes and then removed. After removal specified. , the components
shall not show any visual deformation and it shall be possible to disassemble them by
hand. Hand tools may be used to loosen the nuts initially. The assembly shall then be
reassembled and loaded to 50% of UTS and the load shall be further increased at a
steady rate until the specified minimum UTS is reached and held for one minute. No
fracture should occur during this period. The applied load shall then be increased until
the failing load is reached and the value recorded.

3.3.1.2 CLAMP SLIP STRENGTH TEST FOR SUSPENSION ASSEMBLY


The suspension assembly shall be vertically suspended by means of a flexible attachment.
A suitable length fibre optical cable shall be fixed in the clamps. The clamp slip strength
at various tightening torques shall be obtained by gradually applying the load at one
end of the fibre optic cable. The clamp slip strength Vs torque curve shall be drawn.
The clamp slip strength at the recommended tightening torque shall be more than 12 kN
but less than 17 k N.

3.3.1.3 SLIP STRENGTH TEST OF TENSION CLAMP


Tension clamps shall be fitted on a 5 m length of fibre optic cable on both ends. The
assembly shall be mounted on a tensile testing machine and anchored in a manner similar
to the arrangement to be used in service. A tensile load of 50% of the specified breaking
load of the fibre optic cable shall be applied and the sample shall be marked in such
a way that movement relative to the fitting can easily be detected. Without any
subsequent adjustment of the fitting, the load shall be steadily increased to 95% of the
specified breaking load and maintained for one minute. There shall be no movement of
the fibre optic cable relative to the fitting during this one-minute period and no
failure of the fitting also.

3.3.1.4 GROUNDING CLAMP AND STRUCTURE MOUNTING CLAMP FIT TEST


For structure mounting clamp, one series of tests shall be conducted with two fibre optic
cables installed, one series of tests with one fibre optic cable installed in one groove, and
one series of tests with one fibre optic cable in the other groove. Each clamp shall be
installed including clamping compound as required on the fibre optic cable. The nut shall
be tightened on to the bolt by using torque wrench with a torque of 5.5 kgm or supplier’s
recommended torque and held for 10 minutes. After the test remove the fibre optic cable
and examine all its components for distortion, crushing or breaking. Also the fibre optic
cable shall be checked to ensure free movement within the core using dial calipers to
measure the diameter of the core tube. The material shall be defined as failed if any
visible distortion, crushing, cracking or breaking of the core tube is observed or the fiber
optic cable within the core tube is not free to move or when the diameter of the core tube
as measured at any location in the clamped area is more than 0.5 mm larger or smaller
of
the core diameter as measured outside the clamped
area.
3.3.1.5 STRUCTURE MOUNTING CLAMP STRENGTH TEST
The clamp and mounting assembly shall be assembled on a vertical 200 mm x 200 mm
angle and a short length of fibre optic cable installed. A vertical load of 200 kg shall be
applied at the end of the mounting clamp and held for 5 minutes. Subsequently, the load
shall be increased to 400 kg and held for 30 seconds. Any visible distortion, slipping or
breaking of any component of the mounting clamp or assembly shall constitute failure.

3.3.2.0 GROUNDING WIRE FOR CLAMPS.

3.3.2.1 VISUAL EXAMINATION AND DIMENSIONAL VERIFICAITON

The individual components shall be visually and dimensionally check to ensure that they
conform to the requirements of this specification.

3.3.2.2 TENSILE TEST

The grounding wire shall withstand the guaranteed minimum breaking load by the
supplier.

3.3.3.0 TYPE TEST ON VIBRATION DAMPER

3.3.3.1 VISUAL EXAMINATION AND DIMENSIONAL VERIFICAITON

The individual components shall be visually and dimensionally check to ensure that they
conform to the requirements of this specification.

3.3.3.2 DYNAMIC CHARACTERISTICS TEST


The damper shall be mounted with its clamp tightened with torque recommended by the
manufacturer on shaker table capable of simulating sinusoidal vibrations for Aeolian
Vibration frequency band ranging from 10 to 60 Hz. The damper assembly shall be
vibrated vertically with a +/- 1 mm amplitude from 5 to 15 Hz frequency and beyond 15
Hz at 0.5 mm to determine following characteristics with the help of suitable recording
instruments:
a. Force Vs frequency
b. Phase angle Vs frequency
c. Power dissipation Vs frequency
The Force Vs frequency curve shall not show step peaks at resonance frequencies and
deep troughs between the resonance frequencies. The resonance frequencies shall be
suitably spread within the Aeolian vibration frequency band between the lower and upper
dangerous frequency limits determined by the vibration analysis of fibre optic cable
without dampers.
The above dynamic characteristics test on five dampers shall be conductor.

3.3.3.3 VIBRATION ANALYSIS


The vibration analysis of the fibre optic cable shall be done with and without damper
installed on the span. The vibration analysis shall be done on a digital computer
using
energy balance approach. The following parameters shall be taken into account for the
purpose of analysis.

a. The analysis shall be done for single fibre optic cable


Without Armour rods. The tension shall be taken as 35 kN for a span ranging
from 100 m to 1100 m.
b. The self-damping factor and flexural stiffness (E1) for fibre optic cable shall be
calculated on the basis of experimental results. The details to experimental
analysis with these data should be furnished.
c. The power dissipation curve obtained from Dynamic Characteristics Test shall be
used for analysis with damper.
d. Examine the Aeolian Vibration level of the fibre optic cable with and without
vibration damper installed at the recommended location or wind velocity ranging
form 0 to 30 km per hour, predicting amplitude, frequency and vibration energy
input.
e. From vibration analysis of fibre optic cable without damper, antinode vibration
amplitude and dynamic strain levels at clamped span extremities as well as
antinodes shall be examined and thus lower and upper dangerous frequency limits
between which the Aeolian vibration levels exceed the specified limits shall be
determined.
f. From vibration analysis of fibre optic cable with damper/dampers installed at
the recommended location, the dynamic strain level at the clamped span
extremities, damper attachment point and the antinodes on the fibre optic
cable shall be determined. In addition to above damper clamp vibration
amplitude and antinode vibration amplitudes shall also be examined.
The dynamic strain levels at damper attachment points; clamped span extremities
and antinodes shall not exceed the specified limits. The damper clamp vibration
amplitude shall not more than that of the specified fatigue limits.

3.3.3.4 CLAMP SLIP AND FATIGUE TESTS.


3.3.3.5 TEST SET UP
The clamp slip and fatigue tests shall be conducted on a laboratory set up with
a
minimum effective span length of 30 m. The fibre optic cable shall be tensioned at 15 k
N and shall not be equipped with protective Armour rods at any point.

Constant tension shall be maintained within the span by means of lever arm arrangement.
After the fibre optic cable has been tensioned, clamps shall be installed to support the
fibre optic cable at both ends and thus influence of connecting hardware fittings are
eliminated from the free span. The clamps shall not be used for holding the tension on
the fibre optic cable. There shall be no loose parts, such as suspension clamps, U Bolts,
on the test span supported between clamps mentioned above. The span shall be equipped
with vibration inducing equipment suitable for producing steady standing vibration. The
inducing equipment shall have facilities for stepless speed control as well as stepless
amplitude arrangement. Equipment shall be available for measuring the frequency,
cumulative number of cycles and amplitude of vibration at any point along the span.

3.3.3.6 CLAMP SLIP TEST.


The vibration damper shall be installed on the test span. The damper clamp, after
tightening with the manufacturer’s specified tightening torque, when subjected to a
longitudinal pull of 2.5 k N parallel to the axis of fibre optic cable for a minimum
duration of one minute shall not slip, i.e. the permanent displacement between fibre optic
cable and clamp measured after removal of the load shall not exceed 1.0 mm. The load
shall be further increased until the clamp starts slipping. The load at which the
clamp slips shall not be more than 5 k N.

3.3.3.7 FATIGUE TEST.

The vibration damper shall be installed on the test span with the manufacturer’s specified
tightening torque. It shall be ensured that the damper shall be kept minimum three loops
away from the shaker to eliminate stray signals influencing damper movement.

The damper shall then be vibrated at the highest resonant frequency of each damper
mass. For dampers involving torsional resonant frequencies, tests shall be done
at torsional modes also in addition to the highest resonant frequencies at vertical modes.

The resonance frequency shall be identified as the frequency at which each damper mass
vibrates with the maximum amplitude on itself. The amplitude of vibration of the
damper clamp shall be maintained not less than +/- 25/f mm where f is the frequency in
Hz.

The test shall be conducted for minimum ten million cycles at each resonant frequency
mentioned above. During the test, if resonance shift is observed, the test frequency shall
be tuned to the new resonant frequency.

The clamp slip test as mentioned herein above shall be repeated after fatigue test without
retorquing or adjusting the damper clamp, and the clamp shall withstand a minimum
load equal to 80% of the slip strength for a minimum duration of one minute.

After the above tests, the damper shall be removed from fibre optic cable and subjected to
dynamic characteristics test. There shall not be any major deterioration in
the characteristics of the damper. The damper then shall be cut open and inspected.
There shall not be any broken, loose, or damaged part. There shall not be
significant deterioration or wear of the damper. The fibre optic cable under clamp shall
also be free from any damage.

For purposes of acceptance, the following criteria shall be


applied:

a. There shall not be any frequency shift by more than +/- 2 Hz for frequencies
lower than 15 Hz and +/- 3 Hz for frequencies higher than 15 Hz.

b. The force response curve shall generally lie within guaranteed % variation
in reactance after fatigue test in comparison with that before fatigue test by the
supplier.
c. The power dissipation of the damper shall not be less than guaranteed %
variation in power dissipation before fatigue test by the supplier. However, it
shall not be less than minimum power dissipation, which shall be governed by
lower limits of reactance and phase angle.

3.3.3.8 VERIFICATION OF RESONANCE FREQUENCIES.

The damper shall be mounted on a shaker table and vibrated at a damper clamp
displacement of±0.5 mm to determine the resonance frequencies. The resonance shall be
visually identified as the frequency at which damper mass vibrates with maximum
displacement on itself. THE resonance frequency thus identified shall be compared with
the guaranteed value. A tolerance±1 Hz at a frequency lower than 15 H z and ± 2 Hz at
a frequency higher than 15 Hz only shall be allowed.

3.3.3.9 CLAMP BOLT TORQUE TEST

The clamp shall be attached to a section of the fibre optic cable. A torque of 150 percent
of the manufacturer’s specified torque shall be applied to the bold. There shall be no
failure of component parts.

3.3.3.10 STRENGTH OF THE MESSENGER CABLE

The messenger cable shall be fixed in a suitable tensile testing machine and the tensile
load shall be gradually applied until yield point is reached. The load shall be no less
than the value guaranteed by the Bidder.

3.3.3.11 MASS PULL OFF TEST

Each mass shall be pulled off in turn by fixing the mass in one jaw and the clamp in the
other of a suitable tensile testing machine. The longitudinal pull shall be applied
gradually until the mass begins to pull out of the messenger cable. The pull off loads
shall not be less than the value guaranteed by the Bidder.

3.3.3.12 GALVANISING TEST

The test shall be carried out as per IS: 2486 (Part-1) except that both uniformity of zinc
coating and standard preece test shall be carried out, and the results obtained shall
satisfy the requirements of this specification.

3.3.3.13 SHORT CIRCUIT TEST.


The test shall be conducted on a sample of minimum length of 30 m tensioned at 20% of
UTS (ultimate tensile strength). The fibres shall be connected to each other by means of
fusion splices. The splices must be made and placed in such a manner that they are not
within the test field, nor should they be subjected to vibration, sudden stress or
temperature change from fault current pulses, weather conditions or handling. Devices
should be attached to prevent movement of the core assembly relative to the strands. In
addition, the OPGW should be terminated and the core assembly shall be brought out of
the strands at least 5 m away from the current field.

A laser source shall be connected through an optical splitter to one end of the test fibre.
The splitter shall divide the optical signal into two parts. One part shall be fed directly
into an optical power meter. The other part shall be fusion spliced into one free end of
the test fibre. the test field on each of the test fibres and then be read at this second
meter. Any necessary power sources for these shall be from a different power supply
than that which feeds that fault current apparatus. The output of optical power meter
shall be monitored using at least two different methods. In addition, OTDR
measurements could be made before and after the test to verify the location(s) of any
attenuation increases. The core and ADSS surface temperatures plus attenuation shall
be measured and recorded on a continual basis during the tests and for 30 minutes after
each test.

Ten current pulses shall be applied with the ADSS being allowed to cool to within 5* C
of the ambient temperature between each pulse. The fault current value shall be derived
from the specified ADSS PT ratings. Each current pulse shall be applied with full
asymmetry.

An increase in optical wave-guide fibres attenuation greater than 1.0 d B test fibre km at
1550 nm shall constitute failure. Birdcaging or breaking of the conductor strands
shall
also constitute failure.
Annexure - I
GUARANTEED TECHNICAL PARTICULARS OF ADSS CABLE & HARDWARE
ACCESSORIES
S.No. Description Units Parameters
1 Make & Model
2 No. of Fibres in ADSS
3 Mode
4 Buffer type
5 Buffer tube diameter
6 Buffer tube material
7 No. of buffer tubes
8 No. of fibres per tube
9 Identification/numbering of
individual tubes
10 No. of empty tubes( if any)
11 Filling material
12 Inner Strength member
13 Peripheral Strength
member
14 Binding yarn/tape
15 Approximate outside
diameter
16 Cable diameter
17 Cable cross section area
18 Jacket non- circularity
19 Rip cord provided
20 Fully compliant with IEEE
P1222
21 Span length
22 Fibre Cable drum length
MECHANICAL PROPERTIES OF CABLE
1 Max. Tensile Strength kN
2 Fibre Strain margin
3 Weight Kg/km
4 Crush strength
5 Modulus of Elasticity kg/Sq.mm
6 Minimum bending radius Mm
` THERMAL PROPERTIES OF CABLE
1 Coefficient of inner Per ºC
expansion
2 Coefficient of expansion Per ºC
Cladding Core
3 Nominal operating
temperature range
4 SC current transient peak
temperature
5 Maximum allowable
temperature for lightning
strike
6 Available length per spool
Max.
Min.
7 Splice loss (Max. & Min.) db
8 Operating Temperature
range
9 Expected Cable Life
DUAL - WINDOW SINGLE MODE FIBRES
1 Fibre manufacturer
2 Fibre production method
3 Core diameter µm
4 Core non circularity %
5 Cladding diameter µm
6 Core Clad Concentricity µm
error
7 Cladding non-circularity
8 Protective coating type &
Material
Primary
Secondary
9 Protective coating diameter µm
10 Coating concentricity
11 Colour coding scheme
compliant with
EIA395A/IEC3047
12 Attenuation Coefficient
@1310nm dB/km
@1550nm dB/km
13 Attenuation variation with dB/km
Wavelength (+/- 25nm)
Temperature
14 Nominal Mode field µm
Diameter @1310nm
@1550nm
15 Mode field Diameter µm
deviation @1310nm
@1550nm
16 Mode field non circularity %
17 Chromatic dispersion µm
Coefficient
@1310(1285- 1330) nm
@ 1310(1270-1340) nm
@ 1550(1525- 1475) nm
18 Zero dispersion wavelength nm
19 Zero dispersion slope Ps/nm² -km
20 Cut – off Wavelength
21 Refractive Index
22 Refractive Index profile
23 Cladding design
24 Numerical aperture
25 Bandwidth distance product MHzkm
26 Bend performance dB/km
Signature of the bidder
GUARANTEED PARTICULARS FOR FIBRE DISTRIBUTION PANEL

S. No. Description Units Particulars


1 Make & model

2 DIMENSIONS (H X W X D)
3 WEIGHT
4 COLOUR & FINISH
5 CABLE GLANDING
6 LOCKING ARRANGEMENTS:
7 INSTALLATION CLEARANCES:
8 FRONT ACCESS:
9 REAR ACCESS
TOP*BOTTOM*SIDES
10 TOTAL NO. OF OPTICAL
COUPLINGS:
11 DEGREE OF PROTECTION AS
PER IS-2147
12 METHODS FOR MOUNTING
CABLE GLANDING
13 MAXIMUM NO. OF CABLES
THAT CAN BE ACCOMODATED
14 NO.OF FIBRE TRAYS
15 NO. OF FIBRES PER TRAY

Signature of the bidder


ANNEXURE – A

MANUFACTURER GUARANTEED TECHNICAL PARTICULARS OF TENSION


CLAMP ASSEMBLY

( TO BE FILLED BY THE BIDDER )

ITEM DESCRIPTION UNIT


1. MANUFACTURER’S NAME & ADDRESS

2. TYPE

3. MINIMUM SLIP LOAD KN

4. LENGTH (NOMINAL)

A) REINFORCING RODS MM
B) DEAD-END MM

5. WEIGHT (NOMINAL)

A) REINFORCING RODS KG
B) DEAD-END KG

6. BREAKING STRENGTH (MINIMUM) KN

7. WIRE SIZE (NOMINAL)

A) REINFORCING RODS MM
B) DEAD-END MM

8. MATERIAL

A) REINFORCING RODS
B) DEAD-END

SIGNATURE OF THE BIDDER


ANNEXURE - B

MANUFACTURER GUARANTEED TECHNICAL PARTICULARS OF VIBRATION


DAMPER

( TO BE FILLED BY THE BIDDER )

ITEM DESCRIPTION UNIT

1. MANUFACTURER’S NAME & ADDRESS

2. TYPE ---

3. TOTAL WEIGHT (NOMINAL) KG

4. WEIGHT OF EACH DAMPER KG

5. MATERIAL OF DAMPER WEIGHT -----

6. CLAMP MATERIAL ---

7. MESSENGER CABLE MATERIAL ---

8. NO. OF STRANDS IN MESSENGER CABLE ---

9. BREAKING STRENGTH OF MESSENGER CABLE KN


(MINIMUM)

10. RESONANCE FREQUENCIES (NOMINAL)


A) first frequency HZ
B) second frequency HZ
C) Third frequency Hz
D) Fourth Frequency Hz
E) Fifth Frequency Hz

11. Minimum Slip Strength of Damper clamp


a) Before fatigue test kN
b) After fatigue test kN

12. Clamp Tightening Torque (Nominal) Nm

SIGNATURE OF THE BIDDER.


ANNEXURE - C
MANUFACTURER GUARANTEED TECHNICAL PARTICULARS OF SUSPENSION
CLAMP ASSEMBLY

(TO BE FILLED BY THE BIDDER)

ITEM DESCRIPTION UNIT

1. MANUFACTURER’S NAME & ADDRESS

2. TYPE ---

3. RATED VERTICAL STRENGTH KN

4. MINIMUM SLIP STRENGTH KN


MAXIMUM SLIP STRENGTH KN

5. LENGTH (NOMINAL) MM

6. WEIGHT OF CLAMP (NOMINAL) KG

7. TOTAL DROP INCLUDING SHACKLES MM

8. TIGHTENING TORQUE (NOMINAL) NM

9. DETAILS OF RE-INFORCING ROD SET

A) NO. OF RODS PER CLAMP


B) DIRECTION OF LAY
C) OVERALL LENGTH MM
D) DIAMETER OF EACH ROD MM
E) TOLERANCES

I) DIAMETER OF EACH ROD +/-MM


II) LENGTH OF EACH ROD1 +/-MM
IX) MATERIAL OF MANUFACTURE
KG
X) WEIGHT (NOMINAL)

10. DETAILS OF ARMOUR ROD SET


H) NO. OF RODS PER CLAMP
I) DIRECTION OF LAY
J) OVERALL LENGTH MM
K) DIAMETER OF EACH ROD MM

11. TOLERANCE

I) DIAMETER OF EACH ROD*


MM II) LENGTH
OF EACH ROD +/-MM

M) MATERIAL OF
MANUFACTURE N) WEIGHT
(NOMINAL) KG

 MEASURED WITH A TORQUE CONTROLLED MICROMETER HAVING 6.3


MM DIAMETER ANVIL.

SIGNATURE OF THE
BIDDER.

- END OF SECTION 6 -
SECTION 7

Tender No. TCIL/15/1746/I/17-MM/012E May 19, 2017

BID BOND (EMD FORMAT)

Whereas ……………………. (hereinafter called “the Bidder”) has submitted its bid dated
…………… For the supply of …………. Vide Tender No. ……………………….. dated
……………

KNOW ALL MEN by these presents that WE ……………………. OF ………………. Having


our registered office at ………….. (hereinafter called “the Bank”) are bound unto
Telecommunications Consultants India Limited (hereinafter called “the Purchaser”) in the sum of
Rs. ………………… for which payment will and truly to be made of 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 his bid during the period of bid validity specified by the Bidder on
the Bid form or

2. If the Bidder, having been notified of the acceptance of his 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, 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 owning to the occurrence of one or
both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force upto 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.

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

- END OF SECTION 7 -

Page 34 of 39
SECTION 8

Tender No. TCIL/15/1746/I/17-MM/012E May 19, 2017

PERFORMANCE BANK GUARANTEE (PBG For mat)


(TO BE ISSUED BY A DELHI BRANCH)

M/s Telecommunications Consultants India Ltd.,


TCIL Bhawan, Greater Kailash-I
New Delhi – 110 048 (INDIA)

(With due stamp duty if applicable)

OUR LETTER OF GUARANTEE No. : _ _


In consideration of TELECOMMUNICATIONS CONSULTANTS INDIA LIMITED, having its
office at TCIL Bhawan, Greater Kailash-I, New Delhi – 110 048 (INDIA) (hereinafter referred to
as “TCIL” which expression shall unless repugnant to the content or meaning thereof include all
its successors, administrators and executors) and having entered into an agreement dated
_ /issued Purchase Order No. _ dated
_ with/on M/s __ _ (hereinafter
referred to as “The Supplier” which expression unless repugnant to the content or meaning
thereof, shall include all the successors, administrators, and executors).

WHEREAS the Supplier having unequivocably accepted to supply the materials as per terms and
conditions given in the Agreement dated /Purchase Order No.
_ _ dated _ and TCIL having agreed that the Supplier
shall furnish to TCIL a Performance Guarantee for the faithful performance of the entire contract,
to the extent of 10% (ten percent) of the value of the Purchase Order i.e. for
_ .

We, _ _ (“The Bank”) which shall include OUR


successors, administrators and executors herewith establish an irrevocable Letter of Guarantee No.
_ _ in your favour for account of _ _ (The Supplier) in
cover of performance guarantee in accordance with the terms and conditions of the
Agreement/Purchase Order.

Hereby, we undertake to pay upto but not exceeding _ (say


_ _ only) upon receipt by us of your first written demand
accompanied by your declaration stating that the amount claimed is due by reason of the Supplier
having failed to perform the Agreement and despite any contestation on the part of above named
supplier.

This Letter of Guarantee will expire on _ including 30 days of claim period and any
claims made hereunder must be received by us on or before expiry date after which date this
Letter of Guarantee will become of no effect whatsoever whether returned to us or not.

Authorized Signature
Manager
Seal of Bank

- END OF SECTION 8 -

Page 35 of 39
SECTION-9

Tender No. TCIL/15/1746/I/17-MM/012E May 19, 2017

BID SUBMISSION FORM


Offer No.: Date: __ _

To
Group General Manager (MM)
Telecommunications Consultants India Limited
TCIL Bhawan, Greater Kailash-I,
New Delhi-110 048 (INDIA).

Dear Sir,

In response to your Tender No. TCIL/15/1746/I/17-MM/012E dated May 19, 2017 for
Procurement of Ariel Optical Fiber – 24F Cable, with associated accessories for Myanmar
Post & Telecom Project we hereby submit our offer herewith.

1. Bidder Name :
2. Website Address :
3. Email Address :
4. Address for Communication :

5. Telephone Number :

6. Fax/Telefax Number :

7. Authorised Person - Name :


Designation :
Mobile No. :
Email ID :

8. Alternate Person - Name :


Designation :
Mobile No. :
Email ID :

9. PAN Number :

10. TIN Number :


State :

11. Service Tax Regn. No. :

12. ECC Number :

13. Beneficiary’s complete Bank Details in case payment through LC is approved.


Bank Account No. :
IFSC / NEFT Code :
Name of the Bank :
Address of the Branch :

Page 36 of 39
14. Particulars of EMD

Amount : Rs. _
Mode of Payment (DD/BG) :
DD/BG No. :
Date :
Name of the Bank :
Address of the Bank :
Validity of BG :

15. Particulars of Tender Fee

Amount : Rs.__ _
DD No. :
Date :
Name of the Bank :
Address of the Bank :

16. Turnover of the Bidder in last 3 years (Please submit copy of Annual Report)

Year Annual Report attached at Turnover in Rs. (Lakh)


Page No.
2015-2016

2014-2015

2013-2014

Average Turnover

st
17. Details of similar work / order executed during last 2 years ending 31 March 2017.
(Please submit copy of completion certificate from the client.

Description of the Value of Name of Start Finish Doc. Evidence


Work/Order Work/Order the Client Date Date at Page No.
Executed Executed

18. Please mention the place from where shipment will be effected.

19. Country of Origin of Goods offered (Itemwise)

Page 37 of 39
20. Please Mention Mode of Shipment (Sea/Air/Rail/Road)

21. Are you a MSME Unit. If yes, please furnish Registration Details, Name of the DIC /
State.

22. If you are MSME is it owned by SC/ST Entreneurs. If Yes, please specify the Name of the
Owner who is SC or ST.

23. Following Documents are submitted to substantiate other eligibility criteria.

i) _

ii)

iii)

DECLARATION

1) We have read and understood the terms & conditions of the above mentioned tender and
comply to all Terms & Conditions of your Tender.
(In case of any deviation the Bidder must attach a separate sheet clearly mentioning the
Clause No. of the Tender and Deviation thereto)

2) We certify that the information mentioned above are true and correct to best of our
knowledge.

3) In case of receipt of order we confirm that payment shall be received through e-Banking /
Electronics Transfer.

4) This offer contains No. of pages including all Annexures and Enclosures.

Place: Signature of Authorised Signatory


Date: Name:
Designation:
Seal:

- END OF SECTION 9 –

Page 38 of 39
SECTION-10

Tender No. TCIL/15/1746/I/17-MM/012E May 19, 2017

No-Conviction Certificate

[On the letter head of the Organization]

Offer No.: Date:

To

Group General Manager (MM),


Telecommunications Consultants India Limited,
TCIL Bhawan, Greater Kailash-I,
New Delhi-110 048 (INDIA)

Dear Sir,

In response to your above Tender, This is to certify that (Name of the organization),
having registered

office at

(Address of the registered office) has never been blacklisted or restricted to apply for any such

activities by any Central / State Government Department or Court of law anywhere in the country.

Signature:

Name of the Authorized

Signatory: Designation:

Contact details (including E-mail):

Date:

In case of Joint Venture, No-Conviction Certificate has to be submitted by all the partners.

- END OF SECTION 10 –

Page 39 of 39

S-ar putea să vă placă și