Home

OPEN COMPETITIVE BIDDING INDIA

image

Contents

1. 3 Bid schedules Bid schedule can be downloaded free of cost from the web site www eprocurement gov in C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 8 9 4 the bidder is subject to be disqualified if he is found to have mislead or furnished false information in the forms statements certificates submitted in proof of qualification requirements and record of performance such as abandoning of work not properly completed in earlier contracts inordinate delays in completion of works litigation history and or financial failures and or participated in the previous bidding for the same work and has quoted unreasonable high price 5 Even while execution of the contract if found that the bidder had produced false fake certificates of experience he will be black listed and the contract will be terminated and his bid security will be forfeited and contract will be carried through other agency at his cost and risk 6 A transaction fee the participating bidders have to pay transaction fee of 0 03 on estimated contract value with a cap of rs 10000 for all tenders with ECV upto 50 crores plus service charges 12 36 and Rs 25000 rupees twenty five thousand only with service charges 10 3 for contract with ECV above rs 50 00 crores through online payment gateway with any master visa credit card issued by any bank and through net banking facility direct d
2. se 5 2 swy u O e101 ull Od N SI NUN S euewso AMZE eudsop Jered AyzeL S G e S ull OS O N l gt jeyIdsoH 19494 AYZEL epnbeuekesen AWZEL 1G S 9 ull OS 9 N SI uUBequesesooy ze o S E oN Sul unqu ndeuey9 AAZEL H O 30 O77 ull od 9 N gt peg 1944 Wee OLd unqyw ayze P G 2 19 aul Od Z a D N yoouuns AJ ZEL eppebMed Ay ZEL 9 6 2 Sul YNO ANN HO eull S N Oa ni lo o JeBeuyekeH Ay ozz INdeueyy AMOZZ 00r 6 X m ull OS O N Ss JeBesuressny AMzEel eppebieq Azet 9 G O bs ull OS a O N eppebiyyed AMZE jodweyeg Azer O ull OS gt D N jedweyjeg AMzeL eppebewy Ayzel JT 1G 2 9 ull OS D N epnbereyelyo gt NA ZEL YSJ nuUN eluewsO AWZEL 9g 2 oF ull Od S N SS z ie unqu AM OZ euNnbuexespueyD AMOZZ S IG 2 aull Od gt ie D N SS yOouUNyH Ay OZ weyn AMOZZ IG 2 N g B z Saor w fey fa 23 g 5a uw E2565 S sS wl Soy E SECE S ES 2gp SA guwah og 5 9 Ew egfSRS ERLE ERs SEO 2o EA 2 Saws ln PTS Z WO KES HOJO Hossan QEspRrLyzodaos 2 end 2 Z n C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 47 48 ANNEXURE I C Tentative Data Sheet to arrive cost of OPGW per KM including hardware accessories S No Description Qty per Km 1 OPGW 1 Km 2 Suspension assembly 1 No 3 Tension assembly 7 Nos 4 Vibration dampers 16 Nos NOTE The above quantity of hardware accessories are minimu
3. OFC Proposed Shivaram pally Mamidipally C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 54 Annexure I Under Ground OF Cable Communication routing Diagram Sh Nagar SGunrock a 8Km Conventional Gachibowli S39 Ry Balkampet 5Km a a g Laser 8 Km Pattgadda pee _ Moosarambagh n t Miralam 220 KV Ch gutta Filter bed Shivaram pally NN C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 55 220 KV se sses n 17 Km IOI Moulali 2 11Km 220 KV N ph 1 ph i Fa Erragadda D ou Fever Hospita gt Oe 7 ry Lat Narayanaguda Tiayathnagar hd n 220 KYV 7 RY amidi KY Mamidipally Malkaram Ghanapur LEGEND N Existing Sub Stn Proposed Sub Stn ween UGOFC Proposed amaan UGOFC Proposed OFC to be laid und replacement wee OFC existing OFC Proposed _ OFC ADSS now 56 Annexure I Under Ground OF Cable Communication routing Diagram Sh Nagar Malkaram D ph ppeeeentt tnt 220 KV aveeerett 17 Km d sGunrock 3 nt 9 5 Km 7 Km Conventional Moulali Gachibowli p
4. Ss All interfaces with the protection relay logic comply with the following requirements of IEC 255 IEC 834 1 Command inputs Insulation resistance gt 100 mohm measured at the voltage of 500 VDC A isolation voltage test voltage 1 kV AC 1 minute B impulse test voltage 1 2 50 ms 2 kv differential and common mode C high frequency disturbance test 1 0 kv differential mode D high frequency disturbance test 2 5 kv common mode Command outputs A insulation resistance gt 100 mohm measured at the voltage of 500 VDC B isolation voltage test voltage 2 kv AC 1 minute C impulse test voltage 1 2 50 ms 2 kv common mode D high frequency disturbance test 2 5 kv common mode Operating voltages 20 to 70 VDC C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 113 ete bel be GUARANTEED TECHNICAL PARTICULARS FOR DIGITAL TELEPROTECTION COUPLER DTPC EQUIPMENT 1 Make amp Model 2 Commands capacity 3 Compatible to Optical Equipment Yes No 4 Type of Command Input Interfacing a Type of Command output Interfacing 6 No of commands capability 7 Type of Trip counters event registers 8 Power Supply redundancy Yes No 9 Operating time for Protection couplers 10 Interfacing through Potential free contacts Yes No 11 Monitoring through MUX NMS for the DTPCs offered 12 Whether the offered DTPCs are an integral part of OLTE MUX eaqpt SIGNATURE OF THE TENDER
5. 106 4 Set change threshold values on selected performance parameters 5 Generate alarm events when thresholds are exceeded 6 Set multiple thresholds on certain performance parameters Alarm categories include as a minimum a warning and a failure 7 Provide graphical displays of current point to point and end to end performance parameter values Provide tabular displays of current peak and average values for performance parameters 8 Generate reports on a daily weekly monthly and yearly basis containing system Statistics Security Management General requirements The NMS shall be provided with security features to limit access to monitoring and control capabilities to only authorized personnel Authentication techniques shall be provided to verify the identify of anyone trying to access the NMS or any operator interface where network parameters may be viewed or changed Command security shall be ensured if possible through use of redundant data communication channels providing command results annunciation and alarms if command is not executed Access methods shall be provided to limit access to only authorized users of the NMS At least three levels of access shall be provided none read only and write With read only access level network parameters should only be viewed Access to database maintenance command control and test functions shall be available with write access level Means shall be provided t
6. 5 6 5 The operating conditions at each terminal and at each repeater shall be monitored by an alarm control unit associated with that equipment This information shall be transmitted to each terminal equipment for processing via the service data channel It shall ascertain alarm conditions to be detected and a command shall be given to the protection switching to changeover to the stand by system The following system faults shall cause line switching to occur Loss of optical input signal Loss of optical output signal Loss of synchronisation Excessive bit error rate Protection switching The OLTE shall be equipped with two optical transmitter receiver pairs one used as normal system the other as stand by system connected to two different fibres on the transmission side and to another two on the reception side On receipt of a command from the alarm control unit the protection switching shall automatically transfer all traffic from the normal to the stand by system Traffic shall resume on the normal transmission system when the fault detected by the alarm control unit has been cleared Provision shall however be made to permit traffic to stay on the stand by system until a fault occurs on the stand by system even if the normal system is restored to a healthy condition Provision shall also be made for traffic to be forced switched by bypassing the control circuit with a manually operated switch Switch over shall also b
7. 6 8 222 iii elongation test iv tensile test v high voltage test vi conductivity test shrinkage vii thermal stability test Routine tests Battery cable i dimensions ii insulation resistance iii elongation test iv tensile test v high voltage test vi conductivity test shrinkage Testing expenses the entire cost of testing for the acceptance and routine tests and tests during manufactur specified herein shall be treated as included in the quoted unit price of cables Additional tests The purchaser reserves the right of having at his own expenses any other test s of reasonable nature carried out at bidder s premises at site or in any other place in addition to the aforesaid type acceptance and routine tests to satisfy himself that the material comply with the specifications Test reports Copies of test reports shall be furnished in at least six 6 copies along with one original One copy shall be returned duly certified by the purchaser only after which the material will be dispatched Record of routine test reports shall be maintained by the bidder at his works for periodic inspection or as and when desired by the purchaser s representative Test certificates of tests conducted during manufacture shall be maintained by the bidder They shall be produced for verification as and when desired by the purchaser Test facilities 223 6 8 1 The following additional test facilitie
8. 95 i Multiple spanning tree as per 802 1s j VLAN MAC learning and forwarding 5 2 8 SDH Capabilities SDH equipment shall support 1 1 MSP function on STM 4 interface SDH equipment shall provide bidirectional and unidirectional SNCP at VC 12 3 4 levels SDH equipment shall support GFP F ITU T G 7041 Y 1303 encapsulation for Ethernet data SDH equipment shall support VC 12 3 4 xv virtual concatenation ITU T G 707 Y 1322 SDH equipment shall support LCAS ITU T G 7042 at VC12 3 4 xv level which shall provide dynamic bandwidth adjustment It should support the synchronous status message scheme SSM for SDH timing SDH equipment shall support DCC transparency function By using D1 D3 or D4 D12 channels SDH equipment shall transparently pass through the management information of third party NEs The SDH equipment shall support EOW interface using E1 E2 channels To prevent personal injury form emerging laser light in the case of the fiber break SDH equipment shall support Automatic Laser Shutdown ALS function according to ITU T G 958 and ITU T G 644 5 2 9 1 1 Path protection The equipment shall provide means to protect 64kbit s channels The protection shall be end to end from one interface telephone data protection signaling to the other It shall switch automatically from the main channel to the standby channel It shall be configurable whether the system switches back to the main channel reversible switchi
9. Clock signal The system shall have its own internal clock for synchronisation purpose Also it shall have the capability to regenerate clock signal from the 2 Mb stream received from nearby station The system shall also accept external clock signal to be given from any reference station The priority of working of the clock signals is as below 1 External clock from reference station 2 Clock regenerated from 2 Mb stream 3 Internal clock 5 9 DIGITAL DISTRIBUTION FRAME 5 10 Digital distribution Frame with a capacity of 63 Els shall be provided Initially DDF is terminated with 32 Els E1 Tributary capacity with all necessary cables and connectors both for transmitter and receiver Interfacing cables for 32 Els shall be provided with connectors for SDH equipment side to interface with the Multiplexes or existing fibre optic equipment in APTRANSCO All suitable Connectors for both ends along with 100 metres cable and 2 Nos Crimping tool shall be supplied as mandatory spare to terminate spare E1s in future SNMP COMPATIBILITY The offered equipment under the present project OLTE MUX and Digital Tele protection eqpt shall be compatible to SNMP Simple Network Management Protocol It shall be able to integrate to the third party Network Management system The supplier shall handover the MIB Management Information Base file of the offered equipment to APTRANSCO and shall extend his cooperation for integration of the equip
10. 10 Phase ll ull OG D N pag 49414 wee Old UNAU AMZEL ul 2A DIN yoouuNy Ay ZEL eppebmed AX ZEL SUI UNDO NNN HO ull D N Og beu AeH Ay ozz Indeueyd AyOZZ 00Y 52 ull OS 9 N szebesuressny AJZE L eppebyed AWZE oul OS D N eppebiyjed AYZE L jodweyeg AWZEL 3ul OS 9 N jedweyjeg AyZeL eppebevy AAZEL Phase l dull OS O N epnbejeyeyiyo AM ZEL YSI NUN elUeWSE AXZE L DETAILS OF LINE EQUIPMENT LINK WISE aul Od 9 N SS unqu Ay Oze BUNBueAespueYD AMOZZ aul 9d DIN SS YOUN Ay OZZ WeIEHeW AMOZZ juswdinby y Jo uonduos q Km Nos Nos Nos km Nos 19 190 116 54 57 10 10 8 16 6 0 0 0 0 23 8 OPGW 24F of DWSM type including sag loop Overheads 30 including all hardware accessories 2 Splice boxes OPGW OFAC 3 Splice Boxes OPGW OPGW 4 Down Lead Clamps unarmoured 48 F DWSM type 40F G 652D 8F G 655 Cable portion taken 30 extra on Actual length Splice boxes 48 F U G Joint closures 5 O F Cable C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 52 6 F 53 DETAILS OF SPARES LINE WISE 400 220KV LILO of O H Ghanapur 132KV 220 KV Ghanapur Hayatnagar Imlibun line to Total S No Description of the Equipmen
11. C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 153 5 0 4 1 4 2 4 3 enor S The contractor shall invariably furnish a detailed document on the type tests routine tests and factory acceptance tests including the test procedures atleast 6 weeks prior to the programmed date of factory testing amp inspection by purchaser s representative at the contractor s works and got the same approved by the purchaser who shall not take more than 2 weeks from the date of receipt of the test procedure document for its approval the date for factory testing of the cable equipment by the purchaser s representative at contractor s works shall be communicated by the contractor immediately after approval If required by the purchaser test specimens shall be prepared for check testing and forwarded at the expense of the contractor to an independent testing authority selected by the purchaser The cost of all such tests and or analysis shall be borne by the contractor Waiving of inspection or performing of inspection by the purchaser of work equipment or material whether carried out or supplied by the contractor or subcontractor shall not relieve the contractor from his liability to complete the contract works in accordance with the contract or exonerate relieve him from any of his guarantees QUALITY ASSURANCE PROCEDURES GENERAL The bidder shall operate a quality management system which is in conformity with th
12. Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 123 124 4 STATION WISE BILL OF MATERIAL FOR IMPORTANT CARDS Sl no Description 1 STM 4 optical line cards for 1 1 2 Control unit cards 3 Cross connect cards 4 Power supply cards 5 32 x El trib Cards 6 8 x 10 100 mbps Eth cards 7 4w E amp M cards 8 Hot line cards 9 V 24 I F cards 10 V 11 I F cards 11 G 703 I F cards 12 V 35 I F cards 13 Channel I F card for DTPCs 14 Ext Alarm I F cardsS 15 Any other cards needed to meet spec Requirement Date Place Seal C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 124 Signature Name Designation aula List of mandatory spares for OLTE MUX Sl no Description Quantity 1 Stm 4 optical line cards for 1 1 2 Control unit cards 3 Cross connect cards 4 Power supply cards 5 32 x El trib Cards 6 8 x 10 100 mbps eth cards 7 4w E amp M cards 8 Any other cards needed to meet spec Requirement as a mandatory spare Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 125 126 4 List of mandatory spares for Digital Teleprotection equipment Sl no Description Quantity 1 Control unit c
13. 1 1 6 1 Fibre Optic Distribution Panel 1 1 6 2 Optical Fibre Connectors 1 1 7 Service Loops 1 1 8 Methodology For Installation And Termination 1 1 9 Cable Raceways C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 127 n Teo SECTION 1 OPGW CABLING AND ASSOCIATED HARDWARE amp FITTINGS This section describes the functional amp technical specifications of OPGW cabling and associated hardware amp fittings 1 1 FIBRE OPTIC CABLING This section defines the requirements for G 652D amp G655 Dual window Single mode DWSM telecommunication grade Fibre optic Bidders shall furnish with their bids detailed descriptions of the Fibres amp cable s proposed All optical Fibre cabling including fibre itself and all associated installation hardware shall have a minimum guaranteed design life span of 25 years Documentary evidence in support of guaranteed life span of cable amp Fibre shall be submitted by the Contractor during detailed engineering 1 1 1 REQUIRED OPTICAL FIBRE CHARACTERISTIES This section describes the characteristics of optical fibre to be provided under this specification 1 1 1 1 PHYSICAL CHARACTERISTICS Dual Window Single mode DWSM G 652D optical fibres shall be provided in the fibre optic cables DWSM optical fibres shall meet the requirements defined in Table 2 1 a 1 1 1 2 ATTENUATION The attenuation coefficient for wavelengths between 1525 nm and 1575 nm s
14. 152 2 6 1 2 6 2 2 6 3 3 0 3 1 1533S Bidders shall also refer to qualifying requirements given in section v The fibre optic testing instruments supplied should be suitable for working in a hostile environment with electrostatic discharges Emi emc compensation shall therefore be provided in order to meet electro magnetic compatibility emc requirement ISO 9000 is 14000 certified manufacturers would be preferred Test requirements Routine tests shall be carried out on the testing instruments to show the guaranteed performance figures are achieved and that the equipment meets the requirement of this specification The general particulars and guarantees stated in guaranteed technical particulars and the relevant Indian standard shall be complied with testing and inspection The contractor shall carry out the tests stated in accordance with the conditions of this specification Any additional tests as in the opinion of the purchaser necessary to determine specification requirements shall be carried out either at manufacturer s work site or elsewhere in ordinary working conditions without any extra charge Type tests may be omitted at the discretion of the purchaser if satisfactory evidence is given of such tests already made on identical equipment All materials used shall withstand satisfactorily such routine tests as are customary in the manufacture of the types of equipment included in the contract works Factor
15. 2 NOS 1 2 The E amp M trunk requires 2 wires for signaling E amp M and 4 wires for TX RX speech The subscriber line supports 2 wire loop signaling 1 3 The EPAX should support both pulse and DTMF signaling and compatible with the existing switching equipment in the system 1 4 The CPU card and PSU cards shall be duplicated for redundancy with hot switchover In the event of the failure of one or both of the cards the stand by card shall take over the functioning of the EPAX with out any interruption 1 5 The Epax should support 2 nos E1 channel cards necessary interfacing cables and connectors shall be provided to interface el channel to broad band equipment 1 6 the electronic push button telephones are intended to be connected to the Epax for providing speech on dialing network in the PLCC system provided on the 400 kv 220 kv and 132 kv transmission lines 1 7 The telephones shall support dialing on 2 wire loop mode 2 Standards 2 1 As there are no known is standards the EPAX and telephones proposed for purchase as per clause 7 1 0 shall conform to the relevant ccitt recommendation and itds tec specification including latest revisions amendments changes adopted and published as detailed below The epax and telephones shall however be tested thoroughly for the emc emi compatibility as per the is standards mentioned below Standards title Epax Tec specn g pbx tec specification approved by dot C Users Mathew Desktop
16. 2 Switching priority 3 Tx switchover amp switchback criteria 4 Rx switchover amp switchback criteria 5 Inbuilt Mux if applicable switchover amp switchback criteria 6 Switch option mode amp status indicators MECHANICAL AND ENVIRONMENTAL PARAMETERS 7 Number of chassis including DC DC converters O W muldem etc required for Unprotected Terminal I 1 Protected Terminal 8 Chassis Dimensions L W H cm 9 Chassis Weight Kg 10 Chassis mounting options 11 Chassis clearance requirements m Top Bottom Sides Front Access Rear Access 12 Chassis colour and finish S No Technical parameter Unit Particulars 13 Rack options available 19 ETSI Yes No Slim rack Yes No Others specify Yes No C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 119 S120 14 Protection Class IP Class 15 Rack Colour and Finish 16 Temperature range oC Guaranteed performance Operation without damage Storage transport 17 Relative humidity Minimum Maximum 18 Altitude M Installed Transport storage 19 Describe Ventilation requirements 20 Describe dust proofing provisions 21 Electromagnetic compatibility List standards amp severity levels Date Place Seal C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 120
17. E terminals integral solid copper core F Connectors lead plated copper connectors g Capacity of batteries in amp 250ah at 27 deg c for Hours at 10 hour rate to an end voltage Of 1 85v per cell h cell dimensions and designation 48v 250ah battery set designation to be specified In accordance with the standard by the bidder and maximum over all dimensions as per relevant standards The bidder shall provide adequate thickness for the container to avoid any damages in transit amp during installation particularly outer sides of the container where name plate and other details are pressed i proposed method of working float charge and boost charge j mounting rack mounted stack k type of installation in door Note each cell should be properly packed in separate insulated metal cotainer stack 5 0 technical requirements 5 1 battery 5 1 6 The batteries required under this specification are for supplying dc supply to power line carrier communication equipment The battery shall be capable of withstanding large discharge currents for operating various equipments It shall be of rugged C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 207 208 construction designed for long life and for working satisfactorily without much alteration under the severest operating conditions and shall conform to the relevant standards 5 1 7 The battery shall be supplied complete with all accessories i
18. Rear mtr 6 Cable entry s 7 Cable Glanding 8 Frame material amp Guage 9 Locking Arrangement 10 Frame capacity Number of Horizontal Rows Number of Vertical Rows Each Number of Terminal Blocks per Row 11 Provide details on installation cabling cross connections and patching facilities if any Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 122 T2335 GUARANTEED TECHNICAL PARTICULARS for OPTICAL LINE TERMINATION EQUIPMENT OLTE SDH STM 4 Digital Distribution Frames Manufacturer Model name S No Technical parameter Unit Particulars l Dimensions Height cm Width cm Depth cm 2 Weight Kg 3 Colour and Finish 4 Method s of Mounting 5 Clearances required for Installation Ceiling mtr From mtr Rear mtr 6 Cable entry s Te Cable Glanding 8 Frame material amp Guage 9 Locking Arrangement 10 Frame capacity No of co axial panels Each 11 Co axial panel capacity Each Number of PCM Systems 12 No of Els termination capacity 13 Co axial connectors Type Characteristic impedance Return loss up to 90 MHz dB Transfer impedance Test voltage 1 Minute V Maximum current rating A 13 Provide details on installation cabling cross connections and patching facilities if any Date Signature
19. Safe onward inland transport and delivery of equipment at the purchaser s designated store destination for equipments of both Indian and Non Indian origin 1 3 The Equipment supplied after testing guaranteeing its performance for a period of 12 months from the date of final testing acceptance by APTRANSCO It is not the intent of this specification to specify completely herein all details of the design and construction of the equipment or materials to be supplied or services to be rendered However the equipment shall conform in all respects to high standards of Engineering Design and workmanship and shall be capable of performing in continuous operation as per latest international standards in hostile electrical environments prevailing near Extra High Voltage grid substations in absence of any air conditioning environment The purchaser will interpret the meanings of drawing documents and specification and shall have the power to reject any work or material which in his judgement is not in accordance therewith the equipment shall be in line with current practice as followed by dept Of telecommunication Govt of India or by internationally accepted practices for communication system whether called for specifically or not all accessories required for normal and satisfactory operation as deemed fit by the purchaser shall be considered to be a part of the tenderer s basic scope of supply and no claim for extra payment will be accepted on t
20. Signature Name Designation lL GUARANTEED TECHNICAL PARTICULARS for OPTICAL LINE TERMINATION EQUIPMENT OLTE SDH STM 4 POWER supply unit dc dc converter Manufacturer Model name S No Technical parameter Unit Particulars 1 Nominal supply voltage Vdc 2 Power supply variation Vdc Guaranteed performance Operation without damage 3 Polarity 4 POWER Supply redundancy YES NO 5 List derived DC voltages Vdc Total power consumption Fully Watt equipped incl Service channels Unprotected terminal 1 1 Protected terminal 6 1 1 APS protection provided Yes No 7 MTBF of Power supply unit Hours 8 Ultimate Power delivery capacity Watt 9 Ultimate Power delivery capacity Watt 10 Are the following protections Yes Provided Over voltage Under voltage Overload Reverse polarity Other specify Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 121 Sleg GUARANTEED TECHNICAL PARTICULARS for OPTICAL LINE TERMINATION EQUIPMENT OLTE SDH STM 4 Main Distribution Frames Manufacturer Model name S No Technical parameter Unit Particulars l Dimensions Height Cm Width cm Depth cm 2 Weight Kg 3 Colour and Finish 4 Method s of Mounting 5 Clearances required for Installation Ceiling mtr From mtr
21. To 100 Of The Rated Full Load Facility To Manually Adjust The Output Voltage By Potentiometer Is To Be Provided 5 2 4 3 In Case Of Using With Maintenance Free Sealed Lead Acid Batteries Constant Voltage For Charging The Battery Will Be Set In The Range 53 To 55v Battery Charging Current Limit In The Battery Path Should Be Provided For This Application And This Will Be Set In The Range 20 To 50a Amps For 48v 50a Smps The Unit Shall Have Soft Start Features And Should Not Have Any Tendency To Hunt Irrespective Of The Input And Load Conditions 5 2 4 4 Constant Current Mode In Addition To The Above The Unit Should Have The Facility To Charge The 48v Stationary Batteries Under Manual Control To A Terminal Voltage Of 2 4v Cell 58v From The Discharged Condition Of 1 85v Cell C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 182 183325 44 4v Under Constant Current Mode At Any Rate Of Charge Between 25 And 100 Of The Rated Charging Current 5 2 4 5 Current Rating SOamps For 48v 50a Smps 1 1 5 2 4 6 Protection amp Control The Following Protection amp Controls Should Be Provided 1 Ac Input Rotary Switch On Off 2 Hrc Fuses For Dc Output 3 Dc Output Adjust Potentiometer 4 Battery Isolation Switch 5 Dropper Diodes Selector Switch 6 Low Voltage Sensitive Relay To Isolate Load From The Battery During Main Voltage Failure Or Chargers Failure When The Battery Is Drain T
22. Under ground 48F unarmoured Optical Fibre Cable OLTE amp Digital teleprotection couplers and other offered equipment supplied and erected as mentioned in Schedule of Requirement against this Specification should be in successful operation for at least 2 years a continuous period of 24 months as on the date of opening of the Bid The bidder should furnish the information on all past supplies and satisfactory Performance along with proof of documents in the form of Form 7 The supply and service record claimed by the bidder shall be supported by the performance certificates issued by a Senior Officer of the utility to which the equipments is supplied erected and commissioned thereupon The bidder shall furnish Type test results The type tests must have been conducted on the material offered as per the relevant IS in recognized laboratory as per the latest revision of the technical specification and the date of type tests will not be later than 10 years subject to no alteration in the design The bids received without type tests will be treated as non responsive If any change in design was made latest type tests shall be furnished along with approved drawings Bids of bidders quoting as authorized representative of a manufacturer should furnish the manufacturer authorization in the prescribed form 6 of section VI assuring full guarantee and warrantee obligations All bids submitted will also include the following information i Cop
23. contractual guarantees specified in the contract at its own cost and expense and to carry out further performance tests as per the relevant standards The purchaser will promptly notify the supplier in writing of any claims arising under this warranty Upon receipt of such notice the Supplier will within 30 days repair or replace the defective Materials equipment or parts thereof free of cost at the ultimate destination The supplier will take over the replaced parts Materials equipment at the time of their replacement No claim whatsoever will lie on the Purchaser for the replaced parts Materials equipment thereafter In the event of any correction of defects or replacement of defective material during the warranty period the warranty for the corrected replaced material will be extended to a further period of 12 months If the supplier having been notified fails to remedy the defect s within the above period the Purchaser may proceed to take such remedial action as may be necessary C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 35 52 52 1 i ii 36 at the Supplier s risk and expense duly deducting the expenditure from subsequent bills bank guarantee and without prejudice to any other rights which the Purchaser may have against the supplier under the contract Payment for supply of material equipment All the bidders who shall accept the following terms of
24. day of 2010 Between Name of purchaser of the one part and Name of supplier of the other part WHEREAS the purchaser invited bids for certain Materials equipment and ancillary services Vitis St teria teenies Brief description of Materials equipment and Services and has accepted a bid by the Supplier for the supply of those Materials equipment and services in the SUMO er a r ces as Contract price in Words and Figures hereinafter called the Contract Price NOW THIS AGREEMENT WITNESSETH AS FOLLOWS l In this Agreement words and expressions will have the same meanings as are respectively assigned to them in the conditions of Contract referred to 2 The following documents will be deemed to form and be read and construed as part of this Agreement viz a The Bid Form and the Price Schedule submitted by the Bidder b The Schedule of Requirements c The Technical Specifications d The General Conditions of Contract e The Purchaser s Notification of Award 3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned the supplier hereby covenants with the Purchaser to provide the Materials equipment and services and to remedy defects therein in conformity in all respects with the provisions ofthe Contract 4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Materials equipment and services and the remedying of de
25. granted by the Purchaser ii If the supplier fails to perform any other obligations under the contract iii If the supplier in the judgment of the purchaser has engaged incorrupt or fraudulent practices in competing for or in executing the contract In the event the Purchaser terminates the Contract in whole or in part the purchaser may procure upon such terms and in such manner as it deems appropriate Materials equipment or services similar to those undelivered and the supplier will be liable C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 39 60 60 1 61 61 1 61 2 62 62 1 62 2 62 3 63 63 1 63 2 63 3 40 to the Purchaser for any excess costs for such similar Materials equipment or Services However the Supplier will continue performance of the contract to the extent not terminated Termination for Insolvency The Purchase may at any time terminate the Contract by giving written notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the supplier provided that such termination will not prejudice or not affect any right of action or remedy which was accrued or will accrue thereafter to the Purchaser Termination for Convenience The Purchase by written notice sent to the Supplier may terminate the Contract in whole or in part at any time for its convenienc
26. minimum anticipated life span of fifteen years The bidder shall also furnish the details of desired services and replacement of parts and its periodicity along with the bid The system shall be guaranteed for trouble free operation for a minimum period of twelve 12 months from the final date of commissioning whichever is earlier DOCUMENTATION All drawings shall conform to international standards organisation ISO a series of drawing sheet All dimensions and data shall be in system international units Wherever possible the documentation should use standard symbols and vocabulary recommended by the international telecommunication union ITU and the international electro technical commission IEC LIST OF DRAWINGS AND DOCUMENTS The bidder shall furnish full description and illustration of the materials offered The bidder shall furnish the drawings calculations test reports and literature pertaining to specified items 6 copies which shall include but not be limited to the following information a name and location of the factory or company manufacturing the fibre optic testing instruments b technical standards manufacturing technology and quality assurance system for the fibre optic testing instruments C detailed description of the fibre optic testing instruments including block diagrams section view circuit diagrams and dimensions of overall equipment C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 1
27. system should any specific need arises The purchaser shall also be able to C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 154 5 0 6 0 7 0 Loo gt conduct on site reviews to discuss status issues progress etc as deemed mutually appropriate The bidder shall make available all the facilities during any visit to the works of manufacturer sub vendor The entire costs of the visits of the purchaser s representatives to the supplier s premises shall be borne by the purchaser b the purchaser shall have access to all relevant documentation including qualification and manufacturing test specifications and any other contract specific technical documentation including qualification test specifications for verification that the quality procedures are in accordance with the contract specific quality plan When the supplier is satisfied that the goods and services are ready for release in accordance with documented procedures the approval of the purchaser for release shall be sought When the purchaser is satisfied that the goods and services are ready for release he will issue necessary written authorisation This authorisation will not absolve the supplier from his responsibility for meeting the requirements of the contract nor shall modify the commencement date of the warranty period performance guarantee The testing instruments shall be capable of continuous commercial operation for a
28. without the Purchaser having to substantiate its demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions This guarantee will remain in force up to and including Sixty 60 days after Specification Date the period of the bid validity and any demand in respect thereof should reach the Bank not later than the above date Signature of the bank NOTE This will be executed on a Rs 100 non judicial stamp paper issued by a scheduled Bank 232 2 PERMANENT BID SECURITY FORM Not applicable This facility is withdrawn Whereas the APTRANSCO has afforded a facility to bidders submitting bids in response to notices of the APTRANSCO calling for bids for supply of materials or rendering of services permitting bidders who furnish a permanent bid security of Rs 2 50 000 in the shape of cash Govt securities Bank Guarantees in lieu of cash to have their bids considered without separate payment of bid security with each bid whereas M s company s name and full address has offered the guarantee of this bank the name of Bank and full address towards fixed bid security and the APTRANSCO has agreed to accept the same and the obligations of the bidder have been incorporated in agreement dated which will be read as part of this guarantee we bank Ltd do hereby undertake to in
29. 0 0 1 1 0 0 0j 1 0 0 0 0 0 0 0 0 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 50 51 12 48 V 200AH SMF VRLA Battery set 13 6 pair PVC copper telephone Cable 0 0 0 0 0 0 0 0 0 0 0 0 0 of No oo of Ne oo 1 6 14 single pair PVC copper telephone Cable of 1 6 15 25 Sqmm Battery cable 0 0 0 0 0 0 0 0 0 0 0 0 O of oo No of 1 6 16 Optical Time Domain Reflector OTDR 17 Fusion Splicing Machine FSM along with standard accessories a o 18 Optical Power Meter 19 OFC tool kit consisting of Fibre stripping tool and tools for cutting and stripping of sheathing jacket armouring of OFAC ADSS OPGW cables including two binoculars a o Ziv oZ 20 SDH STM4 16 Analyzer with Optical and Electrical Interfaces 21 1 5 Ton Split type AC Units including 4 KVA Stabiliser 15 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 51 WON KO I8 0L dull Od 9 N Aussaaun BIURLUSEO AXZE L eIGSOH 19494 AMZEL 12 sul OS D N JeudSOH 13494 AYMZEL epnBeueheuen AYZEL 11 dull OS O N SID yBequiesesooy ZE L 0 aul UNI Indeuey AMZEL H O JO 0717
30. 11967 part 2 sec 2 89 The bidder along with his bid shall furnish type test certificates for the tests specified in clause no 6 2 0 below for the equipment offered by him The type tests should have been conducted on particular type amp model of the equipment i e offered by the bidder against this specification by a reputed independent laboratory and the satisfactory performance of the said equipment should have been certified by the laboratory The bids of bidders not accompanied by the type test certificates as stated above will be treated as incomplete and termed as non responsive and liable to be rejected Type tests shall mean those tests which are to be carried out to prove the process of manufacture and general conformity of the material to this specification Type tests 6 pair and 1 pair cables 1 resistivity of conductor ii dielectric strength of insulator iii insulation resistance iv spark test v high voltage test vi hot deformation vii elongation test viii tensile strength test Telephone cables i dimensions ii insulation resistance iii elongation test iv tensile test v high voltage test vi conductivity test shrinkage vii thermal stability test Routine tests Telephone cables i dimensions ii insulation resistance iii elongation test iv tensile test v high voltage test vi conductivity test shrinkage Testing expenses The entire cost of testing for the acceptance and routin
31. 14 I Current drawn from the ac mains when starting A from idle start current Ii current drawn from the ac mains during running running current voltage Exhaust air quantity M3 hr Date signature of the bidder Place name of the tendering company with seal Annexure ii Guaranteed technical particulars For 230v ac stabilizer units to be filled by bidder SL Description Data oe a 7 Regulation 7 High volt cut off volts 8 Low volt cut off volts 19 Time delay minutes Efficiency at full load Regulation o o O Date signature of the bidder Place name of the tendering company with seal 227 228 SECTION VI QUALIFICATION REQUIREMENTS Bid No e LIPT 15 2012 JB JICA LOT I amp II 3 3 The bidder must have successfully supplied and executed on turnkey basis at least 40 of the tendered quantity of the OPGW amp Under ground 48F unarmoured Optical Fibre Cable OLTE amp Digital teleprotection couplers of same or higher class indicated in the Schedule of Requirement in one continuous period of 12 months The offered make of equipment of the package shall also be erected amp commissioned and in successful operation for at least two years as on the date of bid opening and its financial turnover during any one year of the last five years should have been equal or more than 100 value of the package now quoted At least 20 of the quantity of the OPGW Optical Fibre Cable amp
32. 15 2012 JB JICA doc 175 176 Power ac 100 240 vrms 10 50 60hz dc operation battery operation should be provided With rechargeable battery pack 5 hours of operation typical depending on operating mode Operating temperature 0 c to 50 c Storage temperature 40 c to 60 c Accessories ac dc adapter power cord nimh Battery pack user s manual rs232 cable shoulder strap carrying case C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 176 177 Gtp particulars for OTDR ae D 10 11 12 13 14 15 16 17 18 Optical characteristics Dynamic and measurement range 1310 1550 nm Readout resolution horizontal Distance measurements Otdr distance range settings System measurement accuracy Distance resolution Measurement points horizontal Vertical scale Read out resolution vertical Reflectance range vertical Distance accuracy Reflectance range Measurement time Dead zone for 1310 amp 1550 nm event dead zone single mode Display Selectable pulse widths Memory capacity Output ports Power Operating temperature Storage temperature Accessories whether included yes no attenuation dead zone Signature of the bidder C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 177 178 TECHNICAL SPECIFICATION FOR SUPPLY OF 48V 50A 1 1 SMPS MODULAR POWER SYSTEM C
33. 2 They have not been demoted to lower category in any department in A P for not filing the bids after buying the bid schedules in a whole year and their registration have not been cancelled for a similar default in two consecutive years 3 They will agree to get disqualified themselves for any wrong declaration in respect of the above and get their bid summarily rejected 4 The soft copies uploaded by them are genuine Any incorrectness deviation noticed will be viewed seriously and apart from canceling the work duly forfeiting the bid security criminal action will be initiated including suspension of business and or black listing General terms amp conditions BID NOTIFICATION APTRANSCO BID NOTICE NO e LIPT 15 2012 JB JICA Lot I amp II 3 3 1 bids are invited on the e procurement plat form for the above mentioned procurement from the firms eligible 2 Bid security To be paid in the shape of crossed demand draft drawn on any scheduled nationalized bank drawn in favour of the pay officer transmission corporation of Andhra Pradesh limited Vidyut Soudha Hyderabad 500 082 payable at Hyderabad or bank guarantee issued from any nationalized scheduled bank to be valid for a period of 60 days over and above the validity of bid i e 90 days from the date of bid opening for a total period of 150 days from the date of bid opening Scanned copy of D D Or B G towards bid security may be uploaded with the bids
34. 3 2A 1 2 5 1 26 1 2 7 1 2 8 voltage regulation i Efficiency ii Power factor for currents between zero and full load and mains voltage variations of 10 not less than 75 of full rated load not less than 0 8 lag Iii total current limit load battery fixed at 105 of the rated Insulation Protection amp control current capacity of the charger not less than 5 meg ohms in any of the following cases 1 between dc output terminals and ac input terminals ii between dc output terminals and earth iii between ac input terminals and earth the following protection amp controls should be provided voltage sensitive design to isolate load from the battery during main voltage failure or chargers failure when the battery is drain to the level of 44 4 v i e 1 85 per cell Equipment over voltage the fcbc charger should trip and give an eov indication by led flash on and an alarm when the load voltage exceeds 55v It can be switched on only after manual resetting of the eov reset push button Supervision and alarms the following visual led indications should be Provided on units with marking A On green B Off mains fail amber C Fault red Fault alarms should be actuated in any one or more of the following conditions A fuse failure B Dc output high low beyond limits eov battery low C Over load D A c input failure E Float cum boost charger I amp II
35. 3 0 4 3 1 4 3 2 4 3 3 4 3 4 4 3 5 4 3 6 4 3 7 4 3 8 4 3 9 4 3 11 4 3 12 4 3 13 5 0 6 2 3 6 3 0 6 3 1 221 section iii of this specification Principal parameters 25 sq Mm single core multistrand battery cable Type of cable 25 sq mm frls type category cl conforming to is 1554 part1 battery cable Conductor material multistrand annealed high conductivity bare copper as per is 8130 84 No Of strands in the conductor dia of each strand 209 0 4 mm Insulation material pvc type a of 1s 5831 84 Thickness of insulation 1 2mm nominal Approx Cable outer dia 11 0 mm nominal Max Cr at 20 deg c 0 95 ohms km Volume resistivity 1 x 10 ohms cms at 20 deg c High voltage test 3 0 kv for 5 minutes between conductor and ground rls type category cl oxygen index as per astmd 2963 temperature index not less than 25 c General technical requirements 25 sq mm battery cable D dimensions I elongation test Iii tensile test Iv insulation resistance test v high voltage test Vi flammability test Vii spark test Viii resistivity of the conductor Ix Oxygen index and temperature rise test as per astmd 2863 The minimum value of oxygen index shall be 29 x Flame retardant test on single cable xi Rodent and termite proof test Acceptance tests Battery cables 1 dimensions ii insulation resistance 6 4 6 4 1 6 5 6 6 6 7 6 7 1 6 7 2 6 7 3
36. 4 2 installation of joint box The joint box shall be properly installed assembled and sealed as detailed in section 3 The joint box shall be vertically installed on the wall of man hole using suitable fixtures 4 3 optical fibre splices Splicing of the optical fibre cabling shall be minimized through careful planning All works of splicing shall be carried out inside an air conditioned environment It is important that all splicing work be done under very clean conditions and under controlled temperature as it contributes to the quality of the splice and prevents building of temperature dependent fibre tension into the splice All required splices shall be planned to occur at joint location manhole All optical fibre splicing shall comply with the following C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 70 71 All fibre splices shall be accomplished through fusion splicing Each fibre splice shall be fitted with a splice protection sheath fitted over the final splice 3 All splices and bare fibre shall be neatly installed in covered splice trays Normally 6 splices shall be installed in a tray 4 For splicing of each fibre every effort shall be made to minimise the bi directional average splice loss It is recommended that during splicing on line splice loss testing shall be carried out by a team with OTDR from open ends on both sides The splicing team shall work in conjunction with the testing
37. 40 205 2 sediment space depth mm dimensions of each cell Length mm Width mm Height mm thickness of container mm distance between centers of cells where erected mm net Weight of the cell complete with acid kg a ampere hour efficiency B watt hour efficiency recommended float charge current and voltage amps volts recommended boost charge current and voltage amps volts time required for boost charging from discharged Condition maximum charging current cell amps nominal charging rate amps maximum charging rate amps type of inter cell connection type of spray arrestors type of stand type of supporting insulators whether explosion proof or vent plugs provided expected life span of battery proposed layout rack details A No Of units B Description C Unit weight shipping kgs D Unit length mm E Unit width mm F Unit height mm ventilation required in battery room signature of the bidder C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 205 1 2 1 3 206 2 TECHNICAL SPECIFICATION FOR 48V SEALED MAINTENANCE FREE VRLA BATTERIES This specification covers the design manufacture testing inspection and testing before supply and delivery at destination stores basis of following 48v sealed maintenance free VRLA battery sets for communication equipment at 220kv and 132 kv substations i 48v 250AH sealed maintenance free vrla battery set it is not in
38. 40 STM 160 E1 DS1 E3 D3 and 10 100BaseT x and GE Interfaces SDH equipment shall be configured in various topologies such as linear ring and bus The multiplexing structure of the proposed SDH equipment shall permit the extraction of individual circuits from high capacity systems having a the whole STM 4 frame 1 1 Cross Connect facility shall be provided to enable interconnection between different channels and network components The SDH equipment shall consists of redundant cross connect card with STM 4 optical interfaces and interface slots for equipping E1 and Ethernet interface modules The SDH optical multiplexer equipment shall perform both multiplexing and optical line terminal functions All features and functions of the SDH multiplexer equipment shall be readily software configurable to suit operational requirements of the fiber optic communication system C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 92 93 All optical SDH ports shall support SFPS small factor pluggable unit for short medium long and extra long optical communication ALS automatic laser shut down shall be fully supported 5 2 2 SDH EQUIPMENT The rack mountable STM 4 system shall be capable of offering both data and TDM and Ethernet services on a single platform STM 4 up gradable to STM 16 equipment shall be provided with STM 4 optical interfaces n x 63 Els n x 8 port 10 100 Mbit s L2 Ethernet interfac
39. A Any other condition regarding receipt of bids in conventional method appearing in the bid documents may please be treated as not applicable B the contractors are to upload the information in zip format preferably C The successful bidder is requested to submit the original DDs D The contractors should upload the documents duly singing each and every paper C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 10 11 SECTION ITI INSTRUCTIONS TO BIDDERS C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 11 12 SECTION II INSTRUCTIONS TO BIDDERS Name of Procurement Supply erection amp commissioning of under ground optical Fibre cable OPGW amp OLTE along with associated equipment for providing communication to 220kv amp 132kv SSs in Hyderabad metropolitan area under JICA funding Phase I l 220kVSS Malkaram 220kV Ss Gunrock 2 220kVSS Chandrayanagutta 220kVSS Imlibun 3 132kVSS Osmania Univiersity 132kVSS CHilakalaguda 4 132kVSS Erragadda 132kVSS Balkampet 5 132kVSS Balkampet 132kVSS Patigudda 6 132kVSS Patigudda 132k VSS Hussain Sagar Phase II 7 220 kVSS Hayatnagat 400 220kVSS Ghanapur 8 132kVSS Patigadda 220kVSS Gunrock 9 220kV 132kV SS Imlibun PTO Miralam Filter bed 10 LILO Overhead line of Ghanapur Imibun to Moosarambagh GIS 11 132kVSS Narayanaguda 132kVSS Fever Hospital 1
40. Accepted Standards Which Ensure Equal Or Higher Quality Than The Standards Mentioned Above Would Be Acceptable In Case The Bidders Who Wish To Offer Material Conforming To The Other Standards Salient Points Of Difference Between The Standards Adopted And The Specific Standards Shall Be Clearly Brought Out In Relevant Schedule Copies Of Such Standards With Authentic English Translations Shall Be Furnished Along With The Offer 3 0 Climatic Conditions 3 1 The Material Called In This Specification Are Required To Operate Satisfactorily Under The Following Climatic Conditions I Location Andhra Pradesh li Max Ambient Air Temperature Deg C 50 Ti Minimum Ambient Temperature Deg C a SES Iv Average Daily Ambient Air Temp Deg C i s99 V Maximum Relative Humidity gt 74 Vi Average Annual Rainfall Mm 925 Vii Maximum Wind Measure Kg M2 200 Viii Max Attitude Above Mean See Level M 1000 Ix Ceraunic Level Days Year 40 To 50 X Seismic Level Horizontal Acceleration 0 10g 4 0 Principal Parameters C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 180 181 4 1 1 general A Cabinet I 48v 50 A Dc Smps Modular Based Supply System 5 1 5 2 De 2c ls 5 2 2 5 2 3 Comprising Of Charger With 1 1 Dc Distribution amp Switching Cubicle The Charger Shall Be Provided With Multiple Modules Of Equal Capacity The Capacity Of All The Modules Put Together
41. C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 148 149 8 1 EPAX i Power supply test ii Pulses timing test iii Test calls subscriber to subscriber subscriber to trunk trunk to trunk 8 2 Telephones i Climatic test ii Vibration test iii Corrosion test iv Protection test 9 Testing expenses 9 1 the bidder shall furnish charges for conducting specified type tests as per price schedule 9 2 in case of failure in any of the type tests the supplier is required to modify the design of the material and the material shall be type tested successfully for the modified design 9 3 bidders shall indicate the laboratories in which they propose to conduct the type tests They shall ensure that the tests can be completed in these laboratories within the time schedule guaranteed by them in the appropriate schedule 9 4 entire cost of testing for the acceptance and routine tests and tests during manufacture specified herein shall be treated as included in the quoted unit price of EPAX and electronic push button telephones 10 Additional tests The purchaser reserves the right of having at his own expenses any other test s of reasonable nature carried out at bidder s premises at site or in any other place in addition to the aforesaid type acceptance and routine tests to satisfy himself that the material comply with the specifications Test reports a i Copies of the type tests shall be e
42. C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 82 83 reason does not comply with this Specification the Contractor shall provide and install replacement parts at its own cost and expense The minimal installation testing requirements for the fibre optic and network management subsystems are provided in Tables below Table 1 Fibre Optic System Installation Testing Item Description 1 Physical Inspection for conformance to drawings rack elevations and appearance of equipment and cabling 2 Power supply converter voltage measurements 3 Terminal transceiver performance testing 4 Service channel performance 5 User interface alarm and control functional performance 6 Rack and local alarms 7 Network management interface and supervision performance 8 Input Output interfaces 9 Safety and signalling earthing system 10 Simulation of failure conditions and failover of protected components Table 2 Network Management Subsystem Installation Testing Item Description 1 Physical inspection for conformance to drawings rack elevations and appearance of equipment and cabling 2 Power supply converter UPS voltage measurements 3 Workstation hardware inventory configuration and characteristics 4 Demonstration of proper operation of all hardware including workstations peripherals II Pre Commissioning Tests The pre commissioning tests shall verify that communication between each tes
43. Clause 53 of the General Terms amp Conditions of Contract for the materials equipment and services offered by the above firm against this Specification No Yours faithfully Name of manufacturer NOTE This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer It should be included by the Bidder in its bid 7 PROFORMA FOR PERFORMANCE STATEMENT 240 Bid NOs sccisiecieieuver wees Date of Opening DMG grier Hours Namie On the Pirin iesse heute dened Soya i tle tevbaa sense era Order placed by Order Date on Description Date of completion of Delivery full address of No and which and quantity purchaser Date contract of ordered Contact person agreement equipment As per Contract Actual amp Phone Number signed 1 2 3 4 5 6 Remarks Performance of the equipment Has the equipment been indicating Qty Date Gel nea oun cL satisfactorily functioning reasons for late Aad ae Attach a Certificate from commissioned commissioning place at which delivery if any tas the Purchaser commissioned 7 8 10 11 Signature of the Bidder 8 DETAILS TO BE FURNISHED BY THE BIDDER 241 l Specification No 2 Name of the Material 3 Bidder s vendor Registra
44. EA Ee ale O EA E AES V Control Selector Switch l Voltage Rating a E ns city ates lee ta gs 2 Type Of Handle ron ene er Ea a a aii C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 187 3 Number Of Contacts St eahatWlee cage ESET 4 Rating Of Contacts E Reneeeeuad aaaaedanes 5 No Of Positions AEE SE Vi Push Buttons 1 Contact Type i dina iaaa ea eee Soares 2 Voltage Rating qj Gitissuaeernedadatsoeieawsneaneas 3 Number Of Contacts Pe eee aA 4 Contact Rating Vii Space Heater 1 Rated Voltage Volts E sista tata A Sain is oh late 2 Rated Power Kw E E Seated seat ens 3 Thermo State Setting Range Deg C auusssssssssesrrererreereseeeesso Viiii Wiring And Terminal Blocks A Wiring l Voltage Grade APEEP EE 2 Material Of Wire And Solid Stranded 3 Type Of Insulation ASEE E S 4 Minimum Size Of Conductor For A Power Wiring Sq Mm dD Pace Seeds Co E Eaa B Control Wiring Sq Mm Sava Adah Aik toni eats B Terminal Blocks 1 Type Of Control Terminal Block On Pie depelie dete oeie A Fixed Portion And Draw Out Portion B Switchgear And Breaker 2 Type Of Terminal Blocks 3 Current Rating Of Terminal Blocks Ix Indicating Lamps 1 Voltage 2 Series Resistor Value And Rating 3 Max Burning Hours Toenn E TANA ia es LOS C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 188 LOO 4 Certificate Mark Is Or Any Other X Indicati
45. Five 5 percent of the Total unit Price of schedule B shall be paid by transfer procedure to the contractor within 30 days after successful commissioning of the substation upon submission of claim supported by the commissioning certificate issued by the purchaser or against submission of Bank Guarantee for the value with a value with a validity period of guarantee period Transfer Procudure Under this procedure claims received from the supplier Contractor supported by pre receipted invoice for the amount to be paid and other documents as specified above will be sent to JICA Japan through Govt of India within days of request for such payment JICA Japan will be paying into the non resident yen account of the Govt of India in the Designated Foreign exchange Bank Tokyo Japan Exchange rate adopted for this shall be yens calculated at the T T selling rates quoted by designated Foreign exchange Tokyo Japan Two business bank days before the date of disbursement Payment JICA into the Bank actually made After receiving the disbursement amount Designated Foreign Exchange Bank Tokyo Japan will immediately transfer the exact amount to the respective suppliers bank in India which in turn will credit the amount into the suppliers account APTRANSCO and JICA Japan will not be liable for any loss due to variation in the exchange rate as on the date of disbursement by JICA Japan and that at the time of transfer Payments will be made by RTGS f
46. GIS 1 This is to certify that the GIS as detailed below has have received in good condition along with all the standard and special accessories subject to remarks in para no 2 and a set of spares in accordance with the contract specifications The same has been installed and commissioned a Contract No dated c Sr NOS d Quantity e Bill of lading dated for import contract H Name of the consignee I Date of commissioning and proving test 2 Details of accessories spares not yet supplied and recoveries to be made on that account SI No Description Amount to be recovered 3 The proving test has been done to our entire satisfaction and operators have been trained to operate the GIS A B C D 244 The supplier has failed to fulfill his contractual obligations with regard to the following The amount of recovery on account of non supply of accessories and spares is given under para no 2 The amount of recovery on account of failure of the supplier to meet his contractual obligations is an indicated in endorsement of the letter Signature Designation With stamp Explanatory notes for fil
47. Number of splice organiser cassettes Number of splices per cassette Batch number and serial number 3 2 general The joint box shall confirm to the itu t standards or latest standards prescribed by tec Other important requirements are as follows D aD IIT IV Assembly the method of assembly box and reopening shall be simple and adoptable with minimum training Component all component shall be durable and of good quality Number of component should be minimum and adequate Consumables consumables mentioned in table 3 1 or any other items required shall form a part of joint box Capacity of joint box the joint box shall be suitable for splicing for 24 fibre cables Suitable joint box shall be provided to encase the optic cable splices in a protective moisture and dust free environment The joint box shall be designed for the storage and protection of a minimum of 24 optical fibre splices and equipped with sufficient number of splice trays for splicing all fibre in the cable If and when required the capacity of joint box can be increased by adding extra splice trays only 3 3 1 joint box installation Installation and sealing of joint box shall be done according to the instruction manual provided with joint box The following general criteria must be fulfilled I dD IIT IV Fibre loose tubes shall be placed safely inside the joint box and routed properly Sheath shall be fully inside the joint box and FRP
48. RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 143 144 01 01 may 90 Electronic push button telephones Tec specn g tel tec specification approved by dot 01 02 june 96 Is 6873 series methods of measurement of electromagnetic interference from various electrical disturbance Tec 60255 21 1 1988 vibration tests sinusoidal Tec 255 21 2 1988 shock and bump tests Tec 60255 22 1 1988 1 mhz burst disturbance test Tec 60255 22 2 1996 electrostatic discharge tests Tec 60255 22 3 2000 radiated electromagentic field disturbance tests Tec 255 22 4 1992 fast transient disturbance test Iec 60870 p1 p6 1984 2000 telecontrol equipment and system En 55022 radiated emission amp conducted emission Cispr publication 22 class a 2 2 Equipment meeting with the requirement of other authoritative standards including is which ensure equal or better performance than the standards mentioned above shall also be considered When the equipment offered by the bidder conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule Four copies of such standards with authentic translation in English shall be furnished along with the offer 3 Climatic conditions The Epax amp push button telephones called in this specification are required to operate satisfactorily under climatic conditions given in the sp
49. Similarly all bays and bay panel wiring shall be easily accessible special tools required for wiring are included within the scope of the specifications and shall be provided alongwith the equipment 4 1 12 Life Time Spares 4 2 0 4 2 1 4 2 2 The purchaser would like to stock life time spares as and when the supplier decides to close down the production of offered equipment In such an event the supplier shall give atleast one year notice to the purchaser alongwith the list of recommended life time spares The supplier shall provide the following document operational manuals one copy with each equipment and 2 copies prior to inspection installation manuals one copy with each equipment and 2 copies prior to inspection The documents shall provide details for 4 5 6 4 4 4 3 1 4 3 2 4 3 3 5 0 Technical description Configuration procedure Power consumption Operational requirement each sub assembly shall be clearly marked to show its function schematic reference so that they are identifiable from the component layout diagram in the handbook maintenance philosophy is to replace faulty units after quick analysis of monitoring and alarm indications and built in test equipment The actual repair will be undertaken at suitable centralised repair centre The installation at site shall involve simply plug in connection only each station shall be provided with alarm interface card to take upto 4 ex
50. Submission of Bids C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 23 24 24 PROCEDURE FOR SUBMISSION OF BIDS A B C D E The bids should be in the prescribed form which can be obtained from e procurement platform from the date of electronic publication up to the time and date indicated in the bid notice The intending bidders would be required to enroll themselves on the e procurement market place www eprocurement gov in Those contractors who register themselves in the e procurement market place can download the bid schedules free of cost The bidder shall authenticate the bid with his digital certificate for submitting the bid electronically on e procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e procurement platform following the G O MS NO 6 IT amp C Department dated 28 2 2005 Intending bidders can contact office of the Chief Engineer Lift Irrigation Aptransco vidyut soudha Hyderabad for any clarification information on any working day during working hours The bidders who are desirous of participating in e procurement shall submit their bids in the standard formats prescribed in the bid documents displayed at e market place the bidders should invariably upload the statement showing the list of documents etc in the e market place in support of their technical bids The bidder should loa
51. There shall be no adapters 1 1 7 Service Loops For purposes of this specification cable and fibre service loops are defined as slack extra cable and fibre provided for facilitating the installation maintenance and repair of the optical fibre cable plant C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 138 So a Outdoor Cable Service Loops In line splice enclosures installed outdoors and mounted on the utility towers shall be installed with sufficient fibre optic cable service loops such that the recommended minimum bend radius is maintained while allowing for installation or maintenance of the cable to be performed in a controlled environment at ground level b Indoor Cable Service Loops FODPs shall provide at least three 3 metres of cable service loop Service loops shall be neatly secured and stored coiled such that the minimum recommended bend radius are maintained c Fibre Units Service Loops For all fibre optic cable splicing the cable shall be stripped back a sufficient length such that the fan out of fibre units shall provide for at least one 1 metre of fibre unit service loop between the stripped cable and the bare fibre fan out d Pigtail Service Loops Connectorised pigtails spliced to bare fibres shall provide at least 1 metre of service loop installed in the FODP fibre organizer and at least one 1 metre of service loop to the couplings neatly stored behind the
52. To Meet The Total Capacity Of 50 A Smps Charger Shall Be Of 1 1 Configuration The System Should Be Design With Two Identical Float Cum Boost Chargers Interconnected Through A Switching Cubicle And 48v Dc Distribution Panel In Case Of Fault In Any One Of The Chargers Feeding The Load The Switching Cubicle Shall Be Provided With Manual Change Over Facility To Transfer The Load To The Other Charger The Charger Shall Suit To Connect The 48v Smf Batteries Or Lead Acid Battery System li Smps Charger And Dc Distribution amp Switching CUBICLE SHALL BE SUPPLIED IN THREE CABINETS OF UNIFORM HEIGHT AND DEPTH SO AS TO BE ALIGNED AND BOLTED TOGETHER ON THE SAME FOUNDATION CHANNEL SIDE BY SIDE THEY SHALL BE FASTENED TOGETHER WITH BOLTS AND NUTS SO AS TO ENABLE THEM TO BE SEPARATED WHEN REQUIRED FOR REPAIRS FREE STANDING TYPE FLOOR MOUNTING TYPE BOTTOM CABLE ENTRY REAR SIDE ACCESS FOR WIRING AND CONNECTIONS B Type Of Cooling Natural Air Cooling C Temperature Range 0 To 50 Deg C Of Operation D Humidity 0 To 95 Technical Requirements Smps The Battery Charging Plant Consists Of Ismps Chargers With Manual Change Over Facility 2 D C Distribution amp Switching Cubicle Requirements Of Battery Charging Plant The Battery Charging Plant Shall Ensure 48v Dc Supply To Plcc Equipment And Telephone Switching Equipment And Should Be Able To Charge The Battery Floating Across The Dc Output Terminals Equipment Ratings And Electrica
53. a loop test manually at any station by pressing a button on the front of the equipment C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 110 corel el Ol Internal test routine shall continuously monitor the availability of the protection signaling equipment Proper tripping signal shall always take the priority over the test procedure The high speed _ digital protection signaling equipment shall be designed and provided with following features shall employ latest digital signal processing technology shall be able to monitor through same NMS of OLTE amp MUX equipment ie Digital Tele protection equipment shall be an integral part of OLTE amp MUX eapt for the offered OLTE amp MUX equipment shall be provided with redundant power supply unit shall work in conjunction with PCM multiplexer it shall communicate on 64kbps channel preferably on V 11 or G 703 all I Os electrically isolated full duplex operation permissive tripping direct tripping blocking unblocking auto loop test facility shall be provided should meet IEC 834 1 standard shall provide an interface facility to connect handheld terminal or pc for indicating status alarm messages and transmission time etc shall have the addressing facility shall able to transmit upto 8 commands in one 64 kbps channel transmission time shall be lt 7ms the tele protection eqpt shall be able to programmed through handheld terminal
54. and dependability shall be ensured by the contractor probability of false tripping and failure to trip shall be minimum curves figures indicating above mentioned measures shall be submitted with the tender proposal If not otherwise stated routine and type tests of the protection signalling equipment shall consider the IEC recommendations and suggestions of the latest revision 1 1 Principle of operation during normal operation protection signaling equipment shall transmit a secured guard code in case protection signaling equipment receives one or more command it should interrupts the guard code and shall transmit the command code in sequence the receiver recognizes the command code and absence of the guard code and generates the command All signal processing i e the generation of tripping signal and the evaluation of the signals being received shall be performed completely digitally by using dsp the digital techniques thus employed obviate any need for calibration 1 2 Loop testing an automatic loop testing routine shall cyclically checks the Tele protection channel the test signal shall be transmitted in the same way as the genuine tripping signal shall be recognized by the receiver and shall be reflected back to the transmitter in case test signal does not reach the transmitter the test should be repeated automatically for atleast 5 trials and alarm should be given in case the test still fails It shall also be possible to initiate
55. as crushing bending twisting tensile stresss and moisture wide temperature variations hydrogen evolution etc The fibre shall be of loose tube construction The inner polyethelene jackets shall be free from pin holes joints splits or any other defects All fibre optic cable shall have a minimum service life span of 25 years 2 5 1 colour coding amp fibre identification Individual optical fibres within a fibre unit and fibre units shall be identifiable in accordance with EIA TIA 598 or iec 60304 or bellcore gr 20 colour coding scheme The colour coding system shall be discernible throughout the design life of the cable Colouring utilized for colour coding optical fibres shall be integrated into the fibre coating and shall be homogenous The colour shall not bleed from one fibre to another and shall not fade during fibre preparation for termination or splicing Each cable shall have tracability of each fibre back to the original fibre manufacturer s fibre number and parameters of the fibre If more than the specified number of fibres are included in any cable the spare fibres shall be tested by the cable manufacturer and any defective fibre shall be suitably bundled tagged and identified at the factory by the vendor 2 5 2 strength members The central fibre optic unit should include a central strength member of fibre reinforced plastic FRP or other suitable material Peripheral strength members and aramid yarns are also acceptable The
56. carried out type test reports as per tec specification 3 6 factory acceptance tests Factory acceptance test shall be waived off if the joint box offered for supply meets the requirement as stated in section 3 4 and section 3 5 3 7 packing and transportation The joint box shall be transported after proper packing including the list of all sub component required maintenance spares Consumables mentioned in table 3 1 shall be supplied along with each joint box Each joint box shall be fully packed with all its components All tools and accessories should be properly packed with each joint box and the joint box packets should be placed inside an adequate size container for good looking packing and safe transportation Table 3 1 List of consumables required with joint box Protection sleeves As per the fibre count in the cable For example for 24 fibre joint box protection 50 extra quantity sleeves shall be 36 Tissue lens paper 3 x4 6 Isopropyl lab grad Om S O 8 Double side adhesivetape E number _ _ Sealing arrangement 1 1 one complete set to be supplied as a spare for all sealing ports Cable and fibre identification rings As per the requirements 12 Gasket or o ring in case of mechanical sealing 1 1 one o ring to be supplied as a spare 13 As per the requirements End of table C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 69 aan 70 as 4 1 instal
57. central frp strength member may be of slotted type with sz lay reverse oscillation lay of fibre units or it may be cylindrical type with helical lay of fibre units 2 5 3 filling compound The interstices of the central fibre optic unit and cable shall be filled with a suitable compound to prohibit any moisture ingress or any longitudinal water migration within the fibre optic unit or along the fibre optic cable The water tightness of the cable shall meet or exceed the test performance criteria as per iec60794 1 2 f5 The filling compound used shall be a non toxic homogenous waterproofing compound that is free of dirt and foreign matter anti hygroscopic electrically nonconductive and non nutritive to fungus The compound shall also be fully compatible with all cable components it may come in contact with and shall inhibit the generation of hydrogen within the cable The filling compound shall remain stable for ambient temperature up to 70 c and shall not drip flow or leak with age or at change of temperature Reference method to measure drip point shall be as per iec 60811 5 1 and drip point shall not be less than 70 c 2 5 4 The sheath inner jacket C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 60 61 The sheath shall be black smooth concentric and shall be free from holes splits blisters and other surface flaws The sheath shall be extruded directly over the central fibre optic unit and s
58. check the operation of routines parts which may normally be entered only rarely as well as exercise all modules to prove the absence of interaction during interleaved operations It should also be designed to simulate the system loading expected in order to expose any unforeseen software timing problems which may result in delays in updating or loss of data The general test program shall include and interleave the following tests and provide the facilities as follows a Functional test of all functions b Functional test of all input output display and control equipment c Printout of both internal and external faults which may not be readily recognizable d Other tests necessary to meet the requirements of the Specification The general test program shall have a short cycle time which shall be according to agreement and shall be run continuously during the test period 22 4 Acceptance Conditions The Contractor shall agree with the Purchaser to a number of unscheduled errors per 20 hrs above which the equipment will be deemed as having failed the tests The Bidder shall state in the technical proposal the minimum number of errors expected to be achieved The tests shall be deemed successful only if the following conditions are satisfied a The total allowable outage time is not exceeded b No errors in excess of the agreed figure and the system have run without corrections for a period of not less than 20 hrs in the availabilit
59. cycles Eia tia 455 62a 164a 167a 174 Chromatic dispersion Eia tia 455 168a 169a 175a Oooo Cladding diametre Eia tia 455 176 Point discontinuities of Eia tia 455 59 attenuation 10 Core clad connectivity error Eia tia 455 176 End of table The cable to be supplied should have been type tested as per relevant tec specification including latest amendment The bidder shall submit along with their bid earlier carried out type test reports as per tec specification mandatory requirement for the offered fibre optic cable Eia tia 455 78a C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 65 an 66 aS 2 8 2 factory acceptance testing The tests listed in table 2 2 shall be carried out as factory acceptance test for underground fibre optic cable meeting the requirements specified in this section However for water ingress test and environmental test previous test reports for similar type of test conducted by any reputed government organisation shall be submitted instead of performing these tests Table 2 3 factory acceptance tests on underground fibre optic cable Factory acceptance test Attenuation coefficient 1310 1550 by eia tia 455 78a or otdr Point discontinuities of attenuation by eia tia 455 78a or otdr Visual material verification and dimensional checks as per tec specification Water ingress test previous test report for similar type of test condu
60. dB The pigtail cords with optical connectors terminal boxes and flexible corrugated tubes are an integral part of the scope of supply of the UG OFC 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 C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 109 e Oi A TECHNICAL SPECIFICATION DIGITAL TELEPROTECTION EQUIPMENT 1 0 Protection signalling equipment compatible to fibre optic equipment The protection signalling equipment is intended for providing i intertripping ii direct tripping iii blocking commands of HV lines Digital protection signalling equipment shall be provided which shall be suitable for communicating through fibre optic equipment Digital Tele protection coupler equipment shall be an integral part of offered OLTE amp MUX equipment for the links as specified in item no 1 of schedule of requirement Digital Tele protection equipment shall be provided with visual trip counters event registers to register events which can be down loaded in to pc or laptop The protection signaling equipment shall have digital electrical output preferably V 11 interface or G 703 interface Bidder shall quote for protection signaling equipment suitable for 8 commands with trip counters event registers in each equipment and suitable for transmission on V 11 electrical interface High security
61. designated by the Purchaser in its Technical specifications are intended to be descriptive only and not restrictive The Bidder may substitute alternative standards brand names and or catalogue numbers in its bid provided that it demonstrates the Purchaser s satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications Bid Security The Bidder will upload as part of its bid a Bid Security for an amount as indicated in Schedule of requirements of Section IV amp Section I NIT of bid document The amount should be paid by way of a crossed demand draft drawn on any schedule bank in favour of the Pay Officer APTRANSCO and payable at headquarters of the Purchaser The crossed DD should invariably be uploaded along with the bids Alternatively the bidders may furnish a B G in original in lieu of DD as per the proforma attached Fax photocopies of the bid security will not be accepted and will be rejected The fact of having uploaded bid security by DD B G along with the bid shall be clearly indicated Submission of BID SECURITY by way of Cheque Cash money order call deposit will not be accepted and will be considered as disqualification Requests for exemption from payment of bid security will not be entertained in any other cases Any bid not secured as above will be rejected by the Purchaser The successful Bidder s Bid Security in original shall be furnished before plac
62. deviations from the specification shall be brought out The discrepancies between the specification and the catalogues or literature submitted as part of the offer shall not be considered as valid deviations unless specifically brought out in the schedule of deviations C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 79 80 For any deviation from the specification which is not specifically brought out in the schedule of deviation the offer may be liable for rejection The deviations brought out in the schedule shall be supported by authentic documents standards and clarifications Otherwise the offer may be liable for rejection 11 0 Information to be filled invariably by the tenderer For ready reference of the tenderer the items of information required to be invariably furnished by the bidder in his offer are listed below 1 Four copies of the authentic English translation of each of the standards to which the offered equipment conforms in case those are other than the standards specified in this specification ii Drawing listed in clause no 7 0 12 0 Training of purchaser staff The supplier shall be required to provide facilities for imparting training at no extra cost to 6 Six Engineers to be nominated by the purchaser APTRANSCO for OLTE and associated equipment at the manufacture s works place for one week An important objective of training is to increase the ability to control
63. directional Managed Synchronous Digital Hierarchy SDH type short haul that can drive upto 60 km STM 4 upgradable to STM 16 OLTE with Primary Multiplexer Sets 10 Network management system for SDH amp MUX along with software and configuration tool and furniture PC 1 no Chair 01 no Table 1 no Printer 1 no Delivery of the equipment shall be completed within 4 months from the date of issue of LOI and erection amp commissioning shall be completed with in five 6 months from the date of issue of LOI Hyderabad metropolit an area Andhra Pradesh Rs 16 7 Lakhs C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 43 44 Fibre distribution panels for termination of fibres of 48F capacity PATAS Fibre approach cable DWSM of 24 we fibre capacity with HDPE pipe eka lies Epax 16 16 with 2 El cards r wired for 128 ports Ne ANOS 14 EPB telephones 40 Nos 15 48 V 50A 1 1 SMPS Float Cum ae Nog Boost Charger 16 48V 35A 04 1 SMPS Float Cum Boost 5 Nos Charger 17 48v 250AH SMF VRLA battery set 3 Nos 18 48V 200AH SMF VRLA battery set 5 Nos 19 6 pair PVC copper telephone cable 1 6 Km 20 Single pair PVC copper telephone cable 1 6 Km 21 125 sqmm battery cable 1 6 Km 22 Optical Time Domain Reflector 2 Nos OTDR 23 Fusion splicing machine FSM along 2 Nos with standard
64. discussed and finalized with the purchaser C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 80 81 14 0 Reliability The requirements of communication channels for remote control are very high concerning reliability and security Reliability of the equipments offered shall be better than 99 99 per year availability for overall end equipment The bidder shall give the relevant data of reliability MTBF amp MTTR of the equipment amp communication links 15 BACK UP ASSURANCE The spares required towards maintenance of the equipments ordered shall be made available for replacement for a minimum period of ten years from the date of last despatch at a reasonable price 16 0 DEMONSTRATION If required a demonstration of equipment will be called for to assess the suitability of the equipment 17 0 Compatibility with other equipments The supplier shall be responsible for the integrated system working i e He shall ensure the compatibility and work ability of the system sub system offered by him with other equipments following part of existing or upcoming communication system viz Power line carrier communication digital microwave electronic exchange data terminal equipment etc It is the total responsibility of the contractor to commission the OLTE equipment Multiplexers 18 0 Cabling All signalling cables within the telecommunication system and the power supply cables are p
65. doc 141 a Lag as Operating Temperature range Expected Cable Life Fibre production method Core diameter Core non circularity Cladding diameter Core Clad Concentricity Error Cladding noncircularity Protective coating type amp material Primary Secondary Coating concentricity Colour coding scheme compliant with EIA395 A IEC3047 Attenuation Coefficient 1310nm_ 1550nm Attenuation variation With Wavelength S5nm Temperature Mode field non Circularity Chromatic Dispersion At 1310 nm At 1550 nm Polarization mode dispersion coefficient Temperature dependence Bend performance C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 142 1d3i TECHNICAL SPECIFICATION FOR EPAX amp ELECTRONIC PUSH BUTTON TELEPHONES 1 Scope this specification covers design manufacture testing packing forwarding and delivery for destination of electronic private automatic exchanges and electronic push button telephones 1 1 The Epax shall support a capacity of 128 universal ports which can be programmed to the 4w amp 2w E amp M trunks both conventional amp PLCC version 2w loop interrupt trunks and 2w subscribers The Epaxs shall be supplied fully wired and equipped for all 128 universal ports as follows E amp M trunks plcc version 16 Subscriber lines 16 E1 CARDS
66. entire contract value Transportation The supplier is required under the Contract to transport the Materials equipment to a specified place of destination defined as normally the district stores transport to such place of destination including insurance and storage will be arranged by the supplier and the related cots will be included in the Contract Price only Incidental Services The supplier may be required to provide any or all of the following services including additional services if any a Performance or supervision of on site assembly and or start up of the supplied material equipment b Furnishing of tools required for assembly and or maintenance of the supplied Materials equipment c Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Materials equipment d Performance or supervision or maintenance and or repair of the supplied Materials equipment during warranty period provided that this service will not relieve the Supplier of any warranty obligations under this contract and e Training of the Purchaser s personnel at the Supplier s plant and or on site in assembly start up operation maintenance and or repair of the supplied Materials equipment Spare parts supplier may be required to provide any or all of the following materials notifications and information pertaining to spare parts manufactured or distributed by the sup
67. event No price variance will be allowed during the period of force meajure Settlement of Disputes If any dispute or difference of any kind whatsoever will arise between the Purchaser and the Supplier in connection with or arising out of the Contract the parties will make every effort to resolve amicably such dispute or difference by mutual consultation If after thirty 30 days the parties have failed to resolve their dispute or difference by such mutual consultation then either the purchaser or the supplier may give notice to the other party of its intention of commence arbitration as hereinafter provided as to the matter in dispute and no arbitration in respect of this matter may be commenced unless such notice is given Any dispute of difference in respect of which a notice of intention to commence C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 40 41 arbitration has been given in accordance with this clause will be finally settled by arbitration Arbitration may be commenced prior to or after delivery of the Materials equipment under the Contract 63 4 Arbitration proceedings will be conducted in accordance with the following rules of procedure The dispute resolution mechanism will be as follows a b c d e 63 5 a b In the case of a dispute or difference arising between the Purchaser and a supplier relating to any matter arising out of or conne
68. examination of the documentary evidence of the bidder s qualification submitted by the bidder as well as such other information as the purchaser deems necessary and appropriate Purchaser s Right to Vary Quantities at Time of Award The Purchaser reserves the right at the time of contract award to increase or decrease the quantity of Materials equipment and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions The purchaser reserves the right to vary the ordered quantity by 50 during the execution of the contract Purchasers Right to Accept Any Bid and to Reject any or All Bids The Purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject all bids at any time prior to contract award without thereby incurring any liability to the affected Bidder or Bidders The purchaser will inform the affected bidder bidders of its reasons Notification of Award Prior to the expiration of the period of bid validity the Purchaser will notify the Successful Bidder in writing by registered letter or by cable to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract Upon the successful Bidders furnishing of the performance security the Purchaser enters into contract with successful Bidder Bidders The Purchaser will notify each un
69. experienced by the Cable under the worst case loading condition e The cable Every Day Tension EDT is defined as the maximum cable tension on any span under normal conditions e The Ultimate Rated Tensile Strength UTS RTS breaking strength is defined as the maximum tensile load applied and held constant for one minute at which the specimen shall not break While preparing the Sag tension charts for the OPGW cable the following conditions shall be met e The Max Allowable Tension MAT max strain shall be less than or equal to the MWT Strain margin of the cable e The Sag shall not exceed the earth wire sag in all conditions e The Max Allowable Tension shall also be less than or equal to 0 4 times the UTS e The 25 years creep at 25 of UTS creep test as per IEEE 1138 shall be such that the 25 years creep plus the cable strain at Max Allowable Tension MAT is less than or equal to the cable strain margin e The everyday tension EDT shall not exceed 20 of the UTS for the OPGW cable The Sag tension chart of OPGW cable indicating the maximum tension cable strain and sag shall be calculated and submitted along with the bid under various conditions mentioned below 53 C no wind and no ice 32 C no wind and no ice 0 C no wind and no ice 32 C full wind and no ice 32 C 75 full wind and no ice 0 C 2 3 36 of full wind IS 802 1977 1995 Dy re The above cases shall be considered for the spans from 100 m to 6
70. fail F Control card fuse fail 1 digital dc voltmeter O 75v range to be connected across the battery and load through a switch 11 Digital ammeter 0 50a range for 48v 35a fcbc i11 digital battery ammeter 35 0 35a range for 48v 35a fcbc and ve current zero ve current displays for maintaining battery system C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 193 cel ec Cag 1 3 0 D C distribution switching cubicle I switching arrangement should be essentially provided for A Termination of PLCC loads B Termination of 48v stationery battery SMF batteries ii a adequately rated insulated copper bus bars should be provided for charging bus and load bus b switch is to be provided to isolate the battery from the charging bus C Suitable cable glands are to be provided for all the external cables D 12 nos Of 6a mcb s in negative potential line feeding various dc loads are to be provided The positive wires are to be brought to a common terminal E 4 nos Of 230v ac 6a single phase outputs with MCB protection in each circuit to be provided F Both the chargers are generally in on condition with one of the chargers feeding the load Battery is always floated across the charging bus load amp battery should be transferred to the hot stand by unit automatically without any break of dc supply even for milliseconds 1 4 0 during the period the main ac voltage is cut off and
71. following codes for pulses in various signaling circuits i engage pulse ii priority pulse iii digit pulse iv inter digit pulse v release pulse Date Place Signature of manufacturer supplier signature of the bidder Name amp address name Whether authorised attorney of the tendering company Name of the tendering company with seal C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 150 aL ok Annexure II Guaranteed technical particulars for push button telephones to be filled by the bidder Description Manufacturer s name amp address tL ae supplier s name amp address b Governing standards J o O Type S G O Diaspeed S G O Break make ratio pps with S O f Inter digit pause msee g Reliability S o O Ringing voltage dey fo BEN en operations G Operating temperature deg C Lastno Redial facility ooo O m __ Ringer off low hifacility ooo O Holdonmusic S S O To Pause facility O SSSCSCSCSSSOSOSCSCSCSC r p Ringled yesd bDispay S S O Date Place Signature of manufacturer supplier signature of the bidder Name amp address name Whether authorised attorney of the tendering company Name of the tendering company with seal C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 151 1 1 2 1 2 2 2 5 2 6 A o e SECTION 1 GENERAL TECHNIC
72. for Employer s information amp review C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 140 a Tales ANNEXURE GUARANTEED TECHNICAL PARTICULARS TO BE FILLED BY THE BIDDER Description Tech Particulars Make amp Model No of Fibres in OPGW Mode Buffer type Buffer tube diameter Buffer tube material No of buffer tubes No of fibres per tube Identifiaction numbering of individual tubes No of empty tubes if any Filling material Strength members Binding yarn tape 10 Aluminium clad steel wire Daimeter amp number Aluminium alloy wires Daimeter amp number Aluminium tube diameter Approximate outside diameter Cable diameter Cable cross section area Min Breaking load Ultimate Tensile Strength Fibre Strain margin Weight Crush strength Modulus of Elasticity Minimum bending radius Maximum bending radius Permissible CTS Tensile stress Coefficient of inner expansion Coefficient of expansion Cladding Core Nominal operating temperature range SC current transient peak temperature Maximum allowable temperature for lightning strike Available length of cable per drum Min Max Splice loss Max amp Min allowable C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA
73. for this purchase Offers which do not require release of F E or procurement of import license by APTRANSCO only will be considered Where some of the components are to be imported the manufacturer will have to make their own arrangements for import license etc and should not look for any assistance from APTRANSCO C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 42 43 SECTION IV SCHEDULE OF REQUIREMENTS SL no Description Qty Unit Delivery schedule Destinatio n Bid security Supply erection amp commissioning of under ground optical fibre cable OPGW amp OLTE along with associated lequipment for providing communication to 220kv amp 132kvsss in Hyderabad metropolitan area under JICA funding OPGW 24F of DWSM type including sag loop overheads 30 including all hardware accessories 57 Kms Splice boxes OPGW OFAC Nos Splice boxes OPGW OPGW 19 Nos Down lead clamps 190 Nos Underground O F cable unarmoured 48F DWSM type 40F g 652d 8F G 655 cable portion taken 30 extra on actual length 116 Kms Splice boxes 48F U G joint closures 54 Nos Unidirectional Managed Synchronous Digital Hierarchy SDH type short haul that can drive upto 60 km STM 4 upgradable to STM 16 OLTE with Primary Multiplexer 10 Sets Digital protection signaling equipment 12 Sets Two
74. good condition without any bearing on the procurement of raw materials or any similar prerequisites The commencement date and date of delivery will be indicted The preferred delivery time which is the essence of this specification is indicated in the schedule Final deliveries are however subject to confirmation at the time of Contract Delay in delivery of materials FADS Free At Destination Store due to non availability of railway booking non allotment of wagons and any such reasons will not be considered It is the responsibility of the supplier to make alternative arrangements for transporting the materials by road or rail so as to see that the material reaches the destination within the stipulated period The Purchaser reserves its right to defer the delivery date at any time after orders are placed without any change in the conclusion of contract other conditions supply The delivery period which will be reckoned from the date of the contract will be guaranteed under penalty as in Clause 60 Inspections and tests i The supplier will keep the purchaser informed in advance of the time of the starting and the progress of manufacture of equipment in its various stages so that arrangement could be made for inspection The accredited representative of the APTRANSCO will have access to the supplier s or his subcontractor s work at any time during working hours for the purpose of inspecting the materials during manufacturing of th
75. iii Complete water proof proteciton iv Dry Nitrogen purged and sealed to prevent frogging clouding and moisture damage v Fully multi coated optics which maximizes light transmission for superior brightness and clarity vi BAK 4 prisms for crisp and clear images vii Extreme close focus distance vili Wide field of view ix Optimum long eye relief with twist up eye cups x Large Knurled center focus knob for precise focusing xi Textured and rugged shock absorbing rubber armor xii Non slip and ergonomic rubber design for a secure grip xiii Solid and sturdy construction xiv Deluxe carrying case and neck strap C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 173 174 ANNEXURE GTP FOR BINOCULARS Make amp Model Magnification Diameter of the Front lens Water proof protection Focus distance Clear view Distance kms Maximum Viewing distance Shock abscorbing Mechanism Prisms design e o OO a 1 I Re GO I a Carrying case Signature of the bidder with official seal C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 174 175 TECHNICAL SPECIFICATION OF REFLECTOMETER OTDR OPTICAL TIME DOMAIN To install amp maintain optical fiber system and for auto fiber analysis the optical time domain reflectometer otdr is required The otdr offered should be rugged and easy to use with intelli trace facility It should be designed
76. interface card shall have two Euro connectors at the front providing an interface for 32 and 31 E1 DS1 channels respectively Status and Active LEDs are provided to indicate the power on and working status of the E1 interface card Els shall be drawn from SDH egpt only and PDH egqpt should not be used between SDH eqpt and Primary MUX 2 6 8xFE Switching Card STM4 backhaul Ethernet interface module shall provide 8 LAN ports 10 100 Base T RJ 45 and two 2 SFP slots for GE interfaces Ethernet interface card shall be a tributary interface card which provides line interface to 8x10 100 Mbps FE Ethernet ports In addition to supporting EOS applications with an uplink bandwidth of STM 4 The Ethernet card shall capable of switching at L2 level and doing traffic classification from L2 to L7 level Status and Active LEDs shall indicate the power on and working status of the Ethernet interface card Ethernet L2 services EPL EVPL ELAN services with the following features shall be supported a It shall support auto negotiation feature b At least eight 10 100 Mbps Tx Fx Ethernet ports c IEEE 802 3 Flow Control d Support for dynamic provisioning using LCAS as per ITU T G 7042 e VLAN tagging and priority as per 802 1 p q f Advanced layer 2 protection g Spanning tree protocol as per 802 1d h Rapid spanning tree protocol as per 802 1 w C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 94
77. limit dBm 23 Spectral Bandwidth 3 Db Nm point 24 Digital Bandwidth mbps 25 Signal to noise center wavelength 3 dB points 26 AGC range SERVICE CHANNELS AND ORDER WIRE UNIT Engineering Orderwire 27 Omnibus calling available Yes No Describe 28 Selected station calling Yes No available Describe 29 Signalling scheme Describe 30 Tx Rx level DBm 31 Speech coding method amp bit Kbit s rate 31 Distortion S N Noise performance Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 116 GUARANTEED TECHNICAL PARTICULARS for Multiplexer Sales S No Technical parameter Unit Particulars Voice Channels 1 Are Service channel Yes No requirements specified met 2 No of VF Channels Ea 3 Pass band KHz 4 Subscriber side interface 5 Input amp Output level dBm 6 Idle channel noise DBmOp 7 Distortion Data and Supervisory Channel 8 No of data channels Ea 9 Interfaces Connectors 10 Data rates Kbps ELECTRICAL INPUT OUTPUT INTERFACES 11 List ITU T Standards in compliance With 12 Tributary bit rate nominal Mbit s 13 Tolerance in bit rate Ppm 14 Line code 15 No of ports 16 Impedance of coax cable used for ohms Input Output port 17 Type of Connector 18 Input jitter acceptance UI p
78. meanings of drawing documents and specification and shall have the power to reject any work or material which in his judgment is not in accordance therewith The equipment shall be in line with current practice as followed by Dept of Telecommunication Govt of India or by internationally accepted practices for communication system Whether called for specifically or not all accessories attenuators patch cards test probes etc required for normal and satisfactory operation as deemed fit by the purchaser shall be considered to be a part of the tenderers basic scope of supply and no claim for extra payment will be accepted on these grounds The bidder shall furnish detailed instructions and precautions to be taken during handling at the port of entry local transportation and handling at stores including long storage at purchaser s stores This will in no way relieve the contractor from the overall responsibility of supplying the materials up to purchaser s designated destination store site 3 0 Standards 3 1 The goods supplied under this contract shall conform to the latest relevant ITU T standard and or other standards prescribed in the technical specifications EMC standards Equipment offered under the scope of work shall in general be suitable for working in environment prevalent in and around extra high voltage switch yards The equipment shall meet very high standards of electromagnetic compatibility The following sta
79. more than one bid will cause dis qualification of all the bids submitted by the bidder COST OF BIDDING The bidders shall bear all costs associated with the preparation and submission of its bid and Chief Engineer Lift Irrigation APTransco Vidyutsoudha Hyderabad 82 referred to as the purchaser will inno case be responsible or liable for those costs regardless of the contract or outcome of the bidding process COST OF THE BID DOCUMENT NIL FOR E PROCUREMENT C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 15 16 SECTION III GENERAL TERMS AND CONDITIONS OF CONTRACT C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 16 A B C D E F G H D 3 2 SECTION III GENERAL TERMS AND CONDITIONS OF CONTRACT A INTRODUCTION DEFINITIONS In this contract the following terms will be interpreted as indicated The contract means the agreement entered into between the purchaser and the supplier as recorded in the contract form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein The contract price means the price payable to the supplier under the contract for the full and proper performance of its contractual obligations The materials equipment means all of the equipment machinery and or other materials which the supplier is required t
80. other international standards including jis etc A copy of the each of the other standard in english version shall be enclosed with the bid 4 0 General Technical Requirements Of Olte amp Hardware 4 1 1 4 1 5 4 1 6 the equipment shall be modular in design compact and composite construction including power supply switching and control units the equipment shall be fully solid state field proven and adopt state of art technology the mechanical design and construction of each unit sub assembly shall be inherently robust and rigid under all conditions of operation adjustment replacement storage and transport the equipment shall have self cooling arrangement No forced cooling using fans etc Is envisaged The equipment shall be operative from a nominal 230v ac power supply with voltage varying 230 20 all important switches controls on front panel shall be provided with suitable safeguards such as interlock system to avoid accidental operation by the maintenance personnel the equipment shall be made vermin proof protected against dust and insects The indoor equipment shall conform to ip 52 and outdoor equipment to is 2147 the equipment shall be able to work in saline atmosphere in coastal areas and should be protected against corrosion C Users Mathew Desktop RFO APTRANSCO 1l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 160 4 1 9 4 1 11 Lel all components shall be easily accessible for testing
81. out on the epax and electronic push button telephones proposed for purchase under this package in accordance with tec specification applicable as per clause 7 2 1 EMI EMC test The epax is required to perform in a working environment of high voltage power system with high level of electromagnetic interference and calls for high degree of electromagnetic computability for achieving maximum throughout of traffic The working environment is riddled with fast transients currents high voltage lightning amp switching surges and severe short circuit current faults The epax is therefore required to be tested thoroughly for its functional performance as per the EMI EMC standards mentioned in clause no 7 2 1 Bids of bidders who do not enclose copy of authenticated certificate by a reputed laboratory either in India or abroad of testing the performance of the offered epaxs under severe electromagnetic interference conditions will be rejected type tests the following type tests shall be conducted on a selected sample of epax epax i Power supply test ii Protection test iii Engage pulse timing test iv Priority timing test v Digital pulse timing test vi Interdigit pulse timing test vii Releasing pulse timing test viii Test calls subscriber to subscriber subscriber to trunk trunk to trunk telephones i Climatic test ii Vibration test iii Bump fall topple test iv Corrosion test v Protection test acceptance routine tests
82. overall interest of the purchaser SECTION VII SAMPLE FORMS 231 1 BID SECURITY FORM Whereas hereinafter called the Bidder has submitted its Bid dated date of submission of bid for the supply of name and or description of the Materials equipment hereinafter called the Bid KNOW ALL PEOPLE by these presents that WE name of bank having our registered office at address of bank hereinafter called the Bank are bound UNLO ee eee name of Purchaser hereinafter called The Purchaser in the sum of EENE a for which payment well and truly be made to the said Purchaser the Bank binds itself its successors and assigns by these presents Sealed with the common seal of the said Bank this day of 2010 THE CONDITIONS OF THIS OBLIGATION ARE l If the Bidder a Withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form or b Does not accept the correction of errors in accordance with the Bid Specification or 2 If the Bidder having been notified of the acceptance of its bid by the Purchaser during the period of bid validity a fails or refuses to furnish the performance security in accordance with the Bid Specification b Fails or refuses to execute the Contract Form if required or We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand
83. p 100 Hz to 10 KHz 10 KHz to 800 KHz 19 Maximum output jitter in the UI p p absence of i p jitter C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 117 ccm el es S 100 Hz to 10 KHz 10KHz to 800 KHz UI p p 20 Jitter transfer characteristic OUTPUT PORT 21 Line impedance Balanced Unbalanced 22 Test load impedance Unbalanced 23 Peak pulse amplitude V de nominal tolerance 24 Pulse width Ns nominal tolerance 25 Ratio of ve amp ve pulses at the center of a pulse interval 26 Ratio of width of ive amp ive pulses at nominal half Amplitude 27 Maximum insertion loss dB INPUT PORT 28 Attenuation Char of inter connecting cable for digital signal presented at input port 29 Return loss at 1 024 MHz dB 30 Admissible i p signal attenuation dB 31 Cable loss Equalization Range dB 32 Maximum insertion loss dB Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 118 SL gs GUARANTEED TECHNICAL PARTICULARS for OPTICAL LINE TERMINATION EQUIPMENT OLTE SDH STM 4 PROTECTION SWITCHING Manufacturer Model name S No Technical parameter Unit Particulars 1 Switching modes available Yes No Auto Manual Remote network management
84. payment are only acceptable Bids received stipulation terms other than the following terms will be invalidated The payment shall be made in the following manner A For equipment Material Advance Payment 10 of the Contract Price FOR Destination for schedule shall be paid by JICA through transfer Procedure within 30 days of signing of the contract against a simple receipt and an unconditional bank guarantee issued by a bank which is acceptable to the purchaser for the equivalent amount valid until the goods are delivered and in the form provided in the bidding documents On Delivery 80 of the FOR Destination Price of Goods material received against detailed breakup cost to be supplied by Supplier in advance shall be paid under Transfer Procedure for JICA ODA Loans on submission of documents listed as per specification against Form 13 that the amounts shown in the invoice are correct in terms of the contract The concerned Assistant Executive Engineer TLC will receive the equipment material in full shape at site and the concerned Divisional Engineer Telecom and Executive Engineer TLC will do the check measurement and issue the Form 13 The contractor shall furnish the following documents in quadruplicate for arranging payment for the equipment material supplied a Copies of the invoices showing contract no Goods description quantity unit price and total amount b Acknowledgement of receipt of material from consignee i e Form 1
85. quality plan shall then form part of the contractual documentation and shall not be changed without prior agreement with the purchaser Additional quality assurance requirements a The purchaser shall have access to the supplier s premises at any mutually agreed time and be provided access to inspect and assess the quality system should any specific need arises The purchaser shall also be able to conduct on site reviews to discuss status issues progress etc as deemed mutually appropriate The bidder shall make available all the facilities during any visit to the works of manufacturer sub vendor The entire costs of the visits of the purchaser s representatives to the supplier s premises shall be borne by the purchaser b the purchaser shall have access to all relevant documentation including qualification and manufacturing test specifications and any other contract specific technical documentation including qualification test specifications for verification that the quality procedures are in accordance with the contract specific quality plan When the supplier is satisfied that the goods and services are ready for release in accordance with documented procedures the approval of the purchaser for release shall be sought When the purchaser is satisfied that the goods and services are ready for release he will issue necessary written authorization This authorization will not absolve the supplier from his responsibility for meeting the
86. related to him Failure to furnish such information Bidder is liable to be removed from the list of approved C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 13 3 0 3 1 3 2 3 2 1 3 2 2 3 2 3 3 2 4 3 2 5 3 5 contractors and his contract is liable for cancellation Note Near relatives include Sons step sons daughters and step daughters Son in law and daughter in law Brother in law and sister in law Brothers and Sisters Father and Mother Wife Husband Father in law and Mother in law Nephews nieces uncles and aunts Cousins and Any person residing with or dependent on the contractor Qualification requirements of the Bidders The Bidder shall furnish the following particulars in the formats provided online and supported documentary evidence shall be uploaded as required at Section V Attested copies of documents relating to the registration of the firm partnership deed articles of association commercial tax registration latest income tax clearance certificate latest it return and pan number from IT department etc Copies of the purchase orders and performance certificates in proof of supply and execution of OPGW amp Under ground unarmoured 48F Optical Fibre cable Even though the bidders meet the above qualification requirements they are liable to be disqualified debarred suspended blacklisted if they have Furnished false fabricated particulars in
87. requirements of the contract nor shall modify the commencement date of the warranty period Performance guarantee The OLTE system shall be capable of continuous commercial operation for a minimum anticipated life span of fifteen years The bidder shall also furnish the details of desired services and replacement of parts and its periodicity along with the bid The system shall be guaranteed for trouble free operation for a minimum period of twelve 12 months from the final date of commissioning or eighteen 18 months from the date of supply whichever is earlier Documentation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 77 7 0 78 All drawings shall conform to international standards organization ISO A series of drawing sheet All dimensions and data shall be in system international units Wherever possible the documentation should use standard symbols and vocabulary recommended by the international telecommunication union ITU and the international electro technical commission IEC List of drawings and documents The bidder shall furnish full description and illustration of the materials offered The bidder shall furnish the drawings calculations test reports and literature pertaining to specified items 6 copies which shall include but not be limited to the following information a Name and location of the factory or company manufacturing the OLTE multiplexers and al
88. route is available from the same C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 146 4 11 4 12 4 13 4 14 5 1 5 2 147 EPAX to an out station EPAX and in case the main route is busy the selection of alternate route shall be made available on automatic selection of at least two alternative routes apart from the main trunk route Specific trunk access shall also have to be provided The subscriber shall be able to access a specific trunk route by dialing a special access code followed by the trunk route number The EPAX shall support exclusive load dispatch express type communication network with all to one and one to all type of trunk access This feature shall be in addition to the normal all to all type The equipment should be housed in a standard steel cabinet with proper ventilation and it should be dust and vermin proof housing It should be painted as per relevant is and must have provision for access to the circuitry from both the front and rear sides The ventilation fan shall work on 48v dc only The EPAXS shall be got wired for a minimum capacity of 128 universal ports Required number of junction cards and line cards may be provided as per the schedule of materials Programming the required facilities on the EPAX with an ordinary telephone through the service line is preferred For EPAXs which cannot be programmed with an ordinary telephone the bidder shall include t
89. subject matter and the level of trainees These training programmes shall be submitted to the purchaser for his approval The programme of training shall be discussed and finalised with the purchaser 14 0 Reliability The requirements of communication channels for remote control are very high concerning reliability and security Reliability of the equipments offered shall be better than 99 99 per year availability for overall end equipment 15 0 compatibility with other equipments The vendor shall be responsible for the integrated system working i e He shall ensure the compatibility and work ability of the system sub system offered by him with fibre optic cable fibre optic communiaction equipmnet for testing and o amp m of the system C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 158 Slog ue Section II TECHNICAL SPECIFICATIONS FOR FIBRE OPTIC TESTING INSTRUMENTS 1 1 1 5 1 6 2 0 1 0 Design Manufacture Factory testing before despatch packing supply testing of OTDR Splicing Machine Optical Power Meter and other tools and accessories as specified in the specification for testing of Fibre optic equipment at 1310 nm amp 1550 nm and splicing of OPGW amp OFAC cables with required tools and accessories TRAINING OF PURCHASER S ENGINEERS AT SITE 1 2 Arrangement for Shipment safe delivery on F O B port of shipment and C LF Indian Port for equipment of Non Indian Origin
90. supervise and carry out maintenance work on plant and equipment supplied and installed by the contractor The supplier shall provide boarding lodging and transportation to the training place as a part of the contract without any additional financial commitment to APTRANSCO The training shall cover at least the following 1 Detailed theoretical and practical training fiber optical terminal equipment MUX equipments etc ii Operation amp maintenance and repairs technique required for efficient upkeep of fibre optic communication system iii Test amp measurement procedures iv The contractor shall ensure that the training course fully encompass all aspects of The basic design installation commissioning and maintenance of the fibre optic communication system 13 0 Training instructors The training instructors provided by the contractor shall be fully qualified and experienced engineers who have had experience and good knowledge of the English Language They will have had experience of training engineers on similar topics and will be fully familiar with the plant or equipment to be supplied or installed 13 1 Training programme The contractor shall develop and plan detailed training Programmes using training methods most appropriate to the subject matter and the level of trainees These training Programmes shall be submitted to the purchaser for his approval at least 15 days in advance The programme of training shall be
91. technique international 1 rue de verembe geneva switzerland Is Indian standard institution Manak bhavan 9 bahadur shah zafar marg New delhi 110 001 india Iso International organization for standardization Danish board of standardization Danish standardization street aurehoegvej 12 Dk 2900 heeleprup denmark Nema National electric manufacture association 155 east 44th street New york ny 10017 usa Csa Canadian standard association 178 raxdale boulevard raxdale Ontario canada m9w ir Teee Ieee 347 east 47th street New york ny 10017a usa Eia tia Global engineering document 15 inverness way east Endlewood colorado 80112 5704 usa Nec National fire protection association 1 battery march park Quincy massachusetts 02269 0059 usa Jis Japanese standards industrial 1024 akasaka 4 chome Minato ku Tokyo japan C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 87 88 Section IT a Technical specifications for SDH Type Optical Line Terminal Equipment OLTE with integrated Access Multiplexer equipment 1 0 Design manufacture factory testing before despatch packing supply installation testing and commissioning of SDH type optical line terminal equipment OLTE with a capacity of STM4 upgradable to STM16 with 1 1 path protection at optical level in each direction for signal transmiss
92. than the standards mentioned above would be acceptable In case the bidders who wish to offer material conforming to the other standards salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule Four copies of such standards with authentic english translations shall be furnished along with the offer 3 0 climatic conditions 3 2 The material called in this specification are required to operate satisfactorily Under the following climatic conditions C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 206 207 I Location Andhra Pradesh li Max ambient air temperature deg c 55 Ti Minimum ambient temperature deg c 7 5 Iv Average daily ambient air temp deg c 35 V Maximum relative humidity ce 74 Vi Average annual rainfall mm 925 Vii Maximum wind measure kg m2 200 Viii Max attitude above mean see level m 1000 Ix Ceraunic level days year 40 to 50 X Seismic level horizontal acceleration 0 10g 4 0 Principal parameters 4 2 1 1 battery sets ie two sets Each set consisting of following specifications A no Of cells per battery bank 24 nos B nominal voltage of each cell 2 volts C nominal voltage of the complete bank 48 volts D type of plates in each cell positive plates low corrosion and low self Discharge alloy negative plates low corrosion amp maintenance free alloy
93. the Contract The packing will be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperatures salt and precipitation during transit and open storage Packing case size and weights will C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 32 45 2 45 3 46 46 1 46 2 47 47 1 33 take into consideration where appropriate the remoteness of the Materials equipment final destination and the absence of heavy handling facilities at all points in transit The packing marking and documentation and outside the packages will comply strictly with such special requirements as will be expressly provided for in the Contract and in any subsequent instructions ordered by the Purchaser The supplier will be required to make separate packages for each consignee each package will be marked on three sides with proper paint indelible ink with following 1 Contract number 2 Supplier s Name 3 Packing list reference number The supplier whenever dispatches materials to a destination should prepare the following information in the form of packing slip in quadruplicate and send the same to the consignee and obtain his acknowledgement The consignee will return to the supplier one copy of the packing slip with his remarks The proforma of packing slip will be as follows PACKING SLIP 1 Contract No amp Date 2 Quantity allotted to the store
94. the Phase 2 SAT shall include the following tests for systems supplied a Routine tests as can conveniently be applied on site together with any other which shall be agreed between the Contractor and the Employer b System tests including in test configuration all the equipment to satisfy the requirements of technical Specification c Functional system tests to check the error free and secure interfacing operationally between the existing systems and those delivered under this Package Testing and specifically cutover shall be accomplished in a manner that will minimize the possibility of a communication system failure The work will be scheduled with the Employer in order to accomplish an orderly completion of the work with minimum interruption to the Employer s normal operation This may require performing some of the work after normal working hours or on weekends to minimize exposure to inadvertent outages The intent of the Phase 2 SAT field integrated system test is to demonstrate that the equipment is operational end to end under actual conditions that all variances identified during factory and field installation and commissioning tests have been corrected and that the communication equipment is compatible with other equipment at all locations The Integrated System Test shall include all fibre optic and termination subsystems and the network management subsystem 22 0 Guaranteed System Availability Test GSAT The telecommu
95. the agreed delivered date the supplier will bear the impact of such levies and if there is downward variation revision the APTRANCO will be given credit to that extent 17 Bid Currencies Prices will be quoted in Indian Rupees and will be paid in Indian Rupees Only 18 Quantity to quote Bidder shall quote for full quantities of all items specified in Schedule Of Requirement in Section IV on single responsibility basis Offers without following this procedure are liable for rejection 19 Documents Establishing Bidder s Eligibility and Qualifications The Bidder will furnish as part of its bid documents establishing the bidder s eligibility to bid and its qualification to perform the contract if its bid is accepted The documentary evidence of the bidder s qualifications to perform the contract if its bid is accepted will establish to the purchaser s satisfaction a That the bidder has the financial technical and production capability necessary to perform the contract b That the bidder meets the qualification criteria listed in section VI in addition the bidder may furnish full particulars regarding supply of the material in question made so far to APTRANSCO during the last five years and other reputed utilities 19 1 Documents establishing materials equipment conformity to bidding documents The bidder will furnish and upload as part of its bid documents establishing conformity to the bidding documents of all Mater
96. the battery feeding the load current a voltage sensitive relay should be provided to cut off the supply to the battery once it is drained to the level of 44 4v i e 1 85 per cell The guaranteed technical particulars to be ensured is enclosed in annexure i Bidders are requested to indicate guaranteed technical particulars separately in the same format 1 5 0 the bidder should provide operating procedures and manual 2 0 technical specification for 48v 35a 1 1 smps modular power system which uses hot pluggable rectifier modules of equal capacity in each charger to have 1 1 separation 2 1 input specifications Nominal voltage 230 vac single phase Voltage range 150 275 vac Frequency 47 53 hz Power factor 0 98 min 50 load to 100 load Efficiency gt 90 Dielectric strength 1 5 kv ac i p to o p amp case 2 2 output specifications Nominal voltage 54v de Output voltage adjustment 48v 56v Output current multiple modules or modules with same capacity to meet total capacity of 35 a in each charger power 1950 2000w max Output voltage regulation lt 0 5v Ripple lt 100mv p p C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 194 QoS Psophometric noise lt 2mv Audible noise Battery current limit 0 lah of battery Battery protection lvd 43 44v efficiency gt 92 2 3 general features modular systems easy for maintenance hot plug
97. 00 m or higher span length in the range of 50 m spans Max vertical sag max tension and max sag at 0 C amp no wind shall be considered for in line with the design parameter of transmission line The typical details are indicated in the appendices The full wind load shall be considered as the design wind load for all the specified transmission lines as per relevant IS 802 version and the sag tension chart shall be submitted considering the transmission lines The contractor shall submit the stringing chart for review of Employer 1 1 2 6 Cable Materials The materials used for optical fibre cable construction shall meet the following requirements 1 1 2 6 1 Filling Materials The interstices of the fibre optic unit and cable shall be filled with a suitable compound to prohibit any moisture ingress or any water longitudinal migration within the fibre optic unit or along the fibre optic cable The water tightness of the cable shall meet or exceed the test C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 131 SAS gas performance criteria as per IEC 794 1 F 5 The filling compound used shall be a non toxic homogenous waterproofing compound that is free of dirt and foreign matter nonhygroscopic electrically nonconductive and non nutritive to fungus The compound shall also be fully compatible with all cable components it may come in contact with and shall inhibit the generation of hydrogen within the cabl
98. 2 48 49 49 1 50 50 1 34 Materials equipment on all risks basis The policy will have a provision for extension to cover further storage if necessary at destination stores site at APTRANSCO cost The supplier will take the insurance cover in the name of purchaser The Bidder shall a Initiate and pursue insurance claim till settlement and b Promptly arrange for repair and or replacement of any damaged items in full irrespective of settlement of insurance claim by the under writers c All costs because of insurance liabilities covered under the contract will be to supplier s account The supplier shall provide the purchaser with a copy of all insurance policies and documents taken out by him in pursuance of the Contract Such copies of documents shall be submitted to the purchaser immediately after such insurance coverage The supplier shall also inform the purchaser in writing at least sixty 60 days in advance regarding the expiry cancellation and or change in any of such documents and ensure revalidation renewal etc as may be necessary well in time The risks that are to be covered under the insurance shall be comprehensive and shall include but not limited to the loss or damage in transit storage due to theft pilferage riot civil commotion weather conditions accident of all kinds fire flood war risk during ocean transportation bad or rough handling etc The scope of such insurance shall cover the
99. 2 132kVSS Fever Hospital 132kVSS Osmania Hospital The Chief Engineer Lift Irrigation APTRANSCO invites bids for the above materials during the period for which dates and time specified in the nit and will be opened by him or his nominee at his office on the date and time mentioned in the nit 1 1 The intending Bidders would be required to enroll themselves on the e procurement market place at www eprocurement gov in 1 2 The Bids should be in the prescribed form invited on e procurement by the Chief Engineer Lift Irrigation AP Transco Vidyut Soudha Hyderabad As specified in NIT that can be downloaded free of cost from the website www eprocurement gov in 1 3 The dates stipulated in the Bid notice are firm and under any circumstances they will not be relaxed unless officially extended 1 4 The Bidder should upload scanned copies as specified in checklist and all enclosures required for the schedules and Appendices and the successful bidder shall produce copies Bid security amp Transaction Fee before the placing of the purchase order Bidders should produce the originals of all documents for verification if asked for by the Competent Authority within 3 Three days 1 5 The Bid opening Authority will not consider any Bid received after expiry of date and time fixed As specified in NIT for receipt of Bids on line 2 Transaction Fee The Transaction Fee at 0 03 on ECV Estimate Contract Value Of Contract W
100. 2 0 The supplier shall provide the following document 4 2 1 Operational manuals one copy with each equipment and 2 copies prior to inspection C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 90 91 4 2 2 Installation manuals one copy with each equipment and 2 copies prior to inspection The documents shall provide details for 1 Technical description 2 Configuration procedure 3 Power consumption 4 3 Operational requirement 4 3 1 Each sub assembly shall be clearly marked to show its function schematic reference so that they are identifiable from the component layout diagram in the handbook 4 3 2 Maintenance philosophy is to replace faulty units after quick analysis of monitoring and alarm indications and built in test equipment The actual repair will be undertaken at suitable centralized repair centre The installation at site shall involve simply plug in connection only 4 3 3 Each station shall be provided with alarm interface card to take upto 8 external alarms say air conditioned failure etc 4 3 4 The healthy unhealthy and change of status condition of the units shall be displayed by leds and also should be seen from the network management system nms 5 1 Compatibility of equipment Extension of the communication system shall be executed such that it will be best compatible with existing system s viz OFC PLCC Microwave etc and EPAXs with 4 wire E amp M signalli
101. 22 33 KVSS Hussainsagar 9KM e 132 KVSS Erragadda to 132K VSS Balkampet U G SC line 8KM f 132 KVSS Balkampet to 132KVSS Pattigadda U G SC line 12KM g Hayatnagar 220 KVSS to 400 220 KV Ghanapur 33KM h 132KVSS Pattigadda to 132 KVSS Gunrock U G DC XLPE UG cable 1OKM 1 LILO of 220 KVSS Ghanapur to Imlibun to Moosarambagh GIS 36KM j Imlibun to PTO Miralam Filter Bed SKM k Narayanaguda to Fever Hospital SKM 1 Fever Hospital to Osmania University 8KM Scope of the work The scope of work includes the following Design manufacture factory testing before despatch packing supply installation testing and commissioning of OLTE optical line terminal equipment signal transmission on 1310 nm 1550 nm with required multiplexer equipment and digital signal protection equipment for voice data including integration with the existing communication system in to The bidder shall do the detailed survey before quoting to ascertain the EHT line characteristics hardware accessories Railway crossings Road_crossings Any incidental charges Railway crossing Road crossing RoW and crop compensation etc shall be borne by the bidder only All the tools testing equipment etc required for installation testing and commissioning of the system shall be provided by the successful bidder and the same shall be treated to have been provided in the bid prices No additional claim shall be entertained by the purchaser at any stage of the contrac
102. 24 hours at 70 c temperature with a filter paper under the sample The filter paper should not indicate any sign of drip or oily impression The reference test specification shall be as per iec60811 5 1 to measure drip point Environmental test temperature cycling test shall be carried out on one drum length of the cable to ensure stability of attenuation parameter of the cable when subjected to temperature change which may occur during storage transportation and operation The permissible temperature range for storage and operation will be from 20 c to 70 c The rate of change of temperature during test shall be 1 c per minute The cable shall be kept for 12 hours at each of the following temperature and should follow the specification iec60794 1 2 f1 Two cycles shall be performed ta2 20 c tal 10 c tb1 60 c tb2 gt 70 c the attenuation shall be measured at the end of each temperature range both at 1310nm amp 1550nm the change of attenuation of the fibre used shall be lt 0 05 db km for 1310 amp 1550nm for entire range of temperature for all the fibres in each cycle Termite resistance test 3 three samples of optical fibre cables of 2 two meter length each shall be taken from the selected drums for optical fibre cable and the ends shall be sealed with metallic caps These test samples will be sent to the reputed test lab for termite resistance test The test procedure and period shall be as per cazri jodhpur Al
103. 3 c Acknowledgement of Consignee on delivery challan in original d Detailed packing list e Documentary proof for the freight f Copies of Insurance Certificate policies g Test certificates approval and dispatch clearance Not applicable for furniture and general items h Certificate certifying that the defects If any pointed out during inspection have been rectified iii No payments will be made for the supplies made prior to scheduled delivery date or for materials which are not in full shape On Completion Five 5 percent of the FOR Destination Price of the Goods Material received shall be paid within thirty 30 days of under the Transfer procedure for JICA ODA Loans upon submission of claim supported by the completion certificate issued by the purchaser The Divisional Engineer Telecom amp Executive Engineer TLC will arrange for completion certificate after erection of the equipment material On Acceptance Five 5 percent of the FOR Destination Price of the Goods C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 36 1 ii 37 received shall be paid within thirty 30 days of under the Transfer procedure for JICA ODA Loans upon submission of claim supported by the commissioning certificate issued by the purchaser The concerned Divisional Engineer Telecom and Executive Engineer TLC will arrange for commissioning certificate after erection of the equipment material o
104. 5 2012 JB JICA doc 155 8 0 15 6 D Technical Standards of all other main elements used in the equipment offered E Technical measures for ensuring the life time of 15 years with recommended servicing and replacement of parts F Schematic diagrams G Mounting drawings H Test reports calibration reports and certificates showing compliance with all required tests D Specific instructions for utilization of the testing instruments Description of quality control assurance programme k Details of packing The supplier shall within 4 weeks of placement of order submit three sets of final versions of all the above said drawings for purchaser s approval The purchaser shall communicate his comments approval on the drawings to the supplier within two three weeks The supplier shall if necessary modify the drawings and resubmit three copies of the modified drawings for purchaser s approval within two weeks from the date of purchaser s comments After receipt of purchaser s approval the supplier shall within three weeks submit 10 prints one set of good quality reproducibles one set of micro films of the approved drawings for purchaser s use Three 3 copies of acceptance and routine test certificates duly approved by the purchaser shall accompany the despatched consignment The manufacturing of the equipments shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the w
105. 64kbps channels carried within an el frame 9 Test patterns test patterns may be generated and measured for Any of the provided bit rates The following test patterns must be available Prbs 215 1 DP a 23 1 231 1 25 1 inv 2 linv 2 1inv 2 _ 1inv 2 1 inv Programmable word 16 bits The receiver must be able to be set to ignore the test pattern for monitoring live systems 9 Clock frequency offset plus or minus 100 ppm in 0 1 ppm steps on Electrical and optical interfaces 10 Power requirements should be capable of being powered from its Own Internal batteries or ac line supply Operation from batteries shall be possible for at least 3 hours 11 Weight less weight C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 165 1 66 12 Display colour display with high resolution 13 Storage capability should be capable of storing results and setup data 14 Serial interface rs 232 or rs 232 c 15 Ethernet interface 10 base t 1j45 for connection to pcs via ethernet Lan 16 Synchronization with an external should be able to generate signals synchronized to signal clock an external clock as the timing ref 17 External reference signal sinusoidal 2048 khz or 2048 kbps data signal Instrument shall support the following features also Auto configuration Generation and analysis of SOH and POH Byte capturing Tandem connection monitorin
106. 8 kbits s tributary system at input port loss of frame alignment alarm indication signal AIS from remote multiplex equipment bit error rate BER greater than 10 failure of multiplex demultiplex timing failure of 2 048 kbits s AIS clock All the Els shall be derived from the SDH frame only and no PDH shall be used E1 Tributary card shall be an integral part of the SDH eqpt All equipment shall be of modular construction and installed in the same distribution rack as of the OLTE They shall be wired for their maximum capacity at 64 kbps amp 2 Mbps level future extension shall be possible by simple field installation of the appropriate modules For testing purpose remote local loop back at 64 kbps as well as at 2 Mbps shall be possible by using software Bidder shall explain how the testing will be carried out by using these loops The rated supply voltage shall be 48 to 60 V DC however the equipment shall be able to work in the range of 48 15 to 20 V DC Redundant power supply shall be provided The equipment shall be compatible to the existing one in order to cater for any upgrading without limitation at present 2 mbps system is envisaged Synchronisation at 2 Mbps level with external signalling received from the existing OLTEs shall be possible Equipment at each end station shall be capable of providing 60 channels so that number of drop insert channels can be increased in future by just inserting the interfa
107. AL SPECIFICATION FOR FIBRE OPTIC TESTING INSTRUMENTS The intent of this specification is to provide functional and performance requirements for the fibre optic communication system to be procured in this packages It covers design manufacturing supply testing before despatch with accurate calibration of fibre optic testing instruments like OTDR fusion splicing machines optical power meter optical power source tools for cutting splicing of OPGW type fibre optic cable and optical fibre approach cable with necessary accessories like patch cards test probes with suitable end connectors and binoculars for monitoring of OFC links and its hardware fittings The testing instruments shall work satisfactorily in the EHT sub stations where high EMI EMC environment presents and to splice the OPGW cable which is laid on the 132 220 400kv EHT lines in APTRANSCO it is not intent to specify completely herein all the details of the design and construction of optical testing instruments covered under this specificaiton However equipment shall confirm in all respects to high standards of engineering design and workman ship and shall be capable of performing in continuous commercial operation upto the bidder s guarantee in a manner acceptable to the purchaser who will interpret the meanings of drawings and specification and shall have final authority to accept any equipment Not withstanding to any thing contained above the offered equipment shall b
108. ANCE TESTS Following are the Site Acceptance Tests to be carried out in different stages of installation erection testing and commissioning a Pre Commissioning Period The Phase 1 Site Acceptance Test SAT including Pre Commissioning tests b Commissioning Period The Phase 2 SAT c Guarantee Test Guaranteed System Availability Test Site Acceptance Tests 21 1 1 The Site Acceptance Test SAT I Site Acceptance Test for Telecommunication Equipment and Subsystems Site acceptance test for telecom equipment and subsystems shall be conducted in two phases a Phase 1 SAT Installation amp Pre Commissioning tests This phase includes SAT for all equipment amp systems procured under the present tender b Phase 2 SAT Integrated System Tests The second phase SAT covers the tests for overall integrated telecommunications system comprising all equipments The Phase 2 SAT shall commence after completion of the Phase I SAT The contractor has the overall responsibility for planning and ensuring the success of the Phase 2 SAT 21 2 1 Phase 1 SAT I Installation Testing The Phase 1 SAT consists of installation testing of the termination equipment The Contractor shall connect all inputs and communications circuits making all of the necessary adjustments and verify the operation of these circuits The field installation test shall be performed for all equipment at each location If any equipment has been damaged or for any
109. Bank Guarantees given by the company due to or with the APTRANSCO When the supplier does not at any time fulfill his obligations in replacing rectifying etc of the damaged defective materials in part or whole promptly to the satisfaction of the APTRANSCO Officers the APTRANSCO reserves the right not to accept the bills against subsequent dispatches made by the supplier and only the supplier will be responsible for any demurrages wharfages or damage occurring to the consignments so dispatched Prices Prices charged by the supplier for Materials equipment delivered and services performed under the contract will not vary from the prices quoted by the supplier in its bid with the exception of any price adjustment authorized in the contract Change orders The purchaser may at any time by a 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 Materials equipment to be furnished under the contract are to be specifically manufactured for the Purchaser b The method of shipment or packing c The place of delivery and or d The Services to be provided by the Supplier Contract Amendments No variation in or modification of the terms of the Contract will be made except by written amendment by the Purchaser and accepted by the supplier Assignment The supplier will not assign in whole or in part its obliga
110. CC amp fibre optic SDH networks existing in APTRANSCO ISO 9000 certified manufacturers would be preferred Test requirements Routine tests shall be carried out on the complete fiber optic communication system and associated equipment to show that the guaranteed performance figures are achieved and that the equipment meets the requirement of this specification The general particulars and guarantees stated in guaranteed technical particulars and the relevant ITU T or equivalent Indian standard shall be complied with Testing and inspection The contractor shall carry out the tests stated in accordance with the conditions of this specification Any additional tests as in the opinion of the purchaser necessary to determine that the contract works comply with this specification shall be carried out either at manufacturer s work site or elsewhere in ordinary working conditions without any extra charge Type tests may be omitted at the discretion of the purchaser if satisfactory evidence is given of such tests already made on identical equipment All materials used shall withstand satisfactorily such routine tests as are customary in the manufacture of the types of equipment included in the contract works Factory acceptance tests shall be carried out to the satisfaction of the purchaser and in his presence at such reasonable times as he may require Not less than three weeks notice of all tests shall be given to the purchaser in order that h
111. Contract AND WHEREAS we have agreed to give the Supplier a Guarantee THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Supplier up to a total of icccieiis secdssecdsdawsiaoeveenceaes Amount of the Guarantee in words and Figures and we undertake to pay you upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument any sum or sums within the limit of Amount of Guarantee as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein This guarantee is valid until the day of een 2010 Dat See ae eee 2010 POUteSS iss 2cetouiirs elutes NOTE This will be executed on a Rs 100 non judicial stamp paper by a scheduled Bank 237 5b BANK GUARANTEE FOR ADVANCE PAYMENT TO Name of the Purchaser Address of the purchaser Name of contract Gentlemen In accordance with the provision of the conditions of contract subclause Advance Payment of the above mentioned contract name and address of supplier shall deposit With Name of the purcha
112. Cubicle 14 Is Extension Possible In Future 15 Lifting Hooks Provided Yes No 16 Dimensional Outline Drawing Enclosed Yes No C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 186 187 Ii Busbars And Insulators 1 Material fev viwer teen doris use tanetg neinies sua hate anit seu 2 Bare Painted Epoxy Insulated aaa ee ae abana tees Lata aS Sleeved 3 Minimum Clearance Mm Se RR eae er ere TEC een EA 4 Continuous Current Rating At Ambient Temperature 50 C ES EREE E NE beads woada ng idle E ap AER 5 Cross Section Provided For TEE AA AAA E E S A Horizontal Busbar Sq Mm B Vertical Busbar Sq Mm 1 Sec Ts Material Of The Support Insulators 8 Temperature Rise Over Ambient Temperature 50 C For Continuous Current Rating Deg C Iii Contactors l Voltage Rating AS EAE A E E E O 2 No Of Poles PE AE TEE TSE E EE 3 Rated Voltage Of Main And Auxiliary Contacts 4 Limits Of Operation A Supply Voltage Variation B Drop Out Voltage V PEES EE E ESTS 5 Rated Breaking Capacity Ka 6 Rated Making Capacity Ka aeae ee ne a a e a bei he tute newness 7 Rated Thermal Current Ka aa ste E a O A a liad weeds 8 Maximum Recommended Back Up Hrc Fuse Size Iv Auxiliary Contactor 1 Voltage Rating Volts PE E seas umndeaieaxcaarnagaaceenes 2 Coil Voltage Volts Se p eT a a r E E A t 3 Coil Burden Va Pa ung E R E E E AE 4 No Of Contacts And Their Rating
113. D BG II The bidder shall furnish original of all documents certificates statements uploaded by him III The bidder shall furnish their company broachers technical write ups and printed materials if any IV They shall not furnish the bid prices hard copy Price bid shall be only on e platform f If any successful bidder fails to submit the original hard copies of uploaded certificates documents DD BG towards EMD with in the stipulated time If any variation is noticed between the uploaded documents and the hard copies submitted by the bidder the successful bidder will be suspended from participating in the tenders on e procurement platform for a period of 3 years The e procurement system would deactivate the user id of such defaulting successful bidder based on the trigger recommendation by the tender inviting authority in the system Besides this the department shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 7 8 delays in the tender process for execution of the development schemes taken up by the government The information to this extent may be displayed in the e procurement platform website The bidder shall furnish the declaration that 1 They have not been black listed in any department in A P due to any reasons
114. ER C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 114 el elo aa GUARANTEED TECHNICAL PARTICULARS for OPTICAL LINE TERMINATION EQUIPMENT OLTE SDH STM 4 Manufacturer Model S No Technical parameter Unit Particulars 1 Capacity Mbps Aggregate Bit rate nxEl CEPT E 1 Ports nx10 100 Ethernet ports 2 Cross connect redundancy Yes No 3 Control unit redundancy Yes No 4 Protection OLTE 1 1 APS Yes No E 1 Ports 1 1 APS 5 Unprotected System Gain for BER 10 3 DBm BER 10 6 6 1 1 APS System Gain for BER 10 3 DBm BER 10 6 7 MTBF Unprotected Hours 1 1APS Protected 8 Code Format 9 List Optical Coupling options OPTICAL TRANSMITTER 10 Source LED or Laser 11 Source wavelength Nm 12 Source spectral width Nm 13 Mean launched power Maximum dBm Nominal 14 Launch power during safety dBm Power down due to fibre break 15 Stability nominal power o variation due to temperature and or biasing 16 Source rise time 17 Source estimated life span Hours 18 Source extinction ratio 19 Low power alarm Threshold field adjustable C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 115 6s optical receiver 20 Nominal receive signal dBm strength 21 Receiver Threshold dBm BER 10 6 BER 10 9 22 Receiver overload
115. FODP coupling panels e Fibre Service Loops At least 0 5 metre of bare fibre service loop shall be provided on each side of all fibre splices The bare fibre service loops shall be neatly and safely installed inside covered splice trays 1 1 8 Methodology for Installation and Termination All optical fibre cable termination installation stringing and handling plans guides and procedures and engineering analysis e g tension sag vibration etc shall be submitted to the Employer for review and approval in the engineering design phase of the project prior to establishing the final cable lengths for manufacture Installation procedures including details of personnel and time required shall be documented in detail and submitted to Employer for approval All installation practices shall be field proven and ISO accredited All cable segments shall include service loops as specified in this specification The maximum allowable stringing tension maximum allowable torsional shear stress crush strength and other physical parameters of the cable shall not be exceeded The preventative measures to be taken shall be documented in details and submitted to Employer in advance of installation Optical fibre attenuation shall be measured after installation and before splicing Any increase in attenuation or step discontinuity in attenuation shall not be acceptable and shall constitute a cable segment failure In the event of cable damage or any fibre d
116. FORMANCE Integration Itis the total responsibility of the bidder to integrate the entire supplied equipment with the existing communiaction system PLCC OLTE OFC MUX EPAX and RTU etc For transmission of speech real time data the necessary information for integration will be furnished during engineering stage However the bidder should supply any necessary cables connectors etc required for integration without any additional cost Guarantee The system shall be guaranteed for trouble free operation for twelve 12 months from the commissioning date In case of failure within this period the contractor shall replace the faulty equipment at no extra costs to the purchase System availability The fibre optic system consists of a Fibre optic terminal systems The total system shall satisfy two types of availability Calculated availabilty and Demonstrated availability The calculated avavilability will be the theoretical availability determined by a statistical calculation based on the mean time between failure MTBF and the mean time to repair MTTR of the components and subsystems comprising the fibre optic system The demostrated availability will be an actual measured value determined during the system Availability test SAT Calculated availability The contractor shall submit detailed MTBF and MTTR data and the resulting availability analysis for the fibre optic terminal systems The calculated fa
117. 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 and OFAC is covered in different package Contractor shall terminate the fibres in Fibre Distribution Panel and OFAC shall be spliced with OPGW ADSS at the gantry Burial In the case of direct burial the OFAC shall be installed in HDPE pipe of 75 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 pipe is the responsibility of the contractor 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
118. M The system software shall be posted in flash memory as per the international standards The equipment should be reliable and capable of giving service in adverse tropical temperature climatic condition The equipment should work in non air conditioned environment at EHT sub C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 145 4 4 4 5 4 6 4 7 4 8 4 9 4 10 146 4 stations exchanges are to be self contained and provided with conventional facilities like dial tone busy tone ringing tone ring back tone etc The dialing pulse rate of subscriber for make and break ratio 1 2 33 3msec 66 66msec And for trunk dialing 1 1 50 m sec 50 m sec The EPAX should be capable of working to single two digit and three digit numbering schemes The existing two digit numbering scheme as adopted in Aptransco network is however to be programmed in the EPAX initially main distribution frame shall be provided Subscriber lines and junction lines are to be terminated on the MDF on one side of the terminal block with the legend of the terminal connections clearly indicated in alphanumeric The MDF shall be provided with individual surge protection Krone tag blocks are preferred to be used for the MDF The supply of relevant wire terminating tool for the type of tag block quoted towards MDF is covered in the scope of this specification All the subscriber lines and the PLCC junction line
119. Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 200 201 gt ANNEXURE SCHEDULE OF GUARANTEED AND OTHER TECHNICAL PARTICULRS FOR SEALED MAINTENANCE FREE VRLA BATTERIES 48V 200AH 1 MANUFACTURER S NAME ADDRESS AND COUNTRY 2 Supplier s name and address WTAE cease ee T nc 3 Governing standard a Wace e T aa rules aaa wand ASE 4 Cell designation E snaa tlie Cane dM Ott aa E O mnae odes Cosas 5 Plates thickness and material TTE tamu ee el NAb Veh TE I type of positive plate D ads A A T ket E eai Thickness and material Ii type of negative plate AA REA EE E S EEEREN OT E O NEESS Iii number of plates per cell E E E T 6 Separators 1 type a evadueun agape Sete ene Ven cecniieie castle dees 11 material PAE EE EE nc kb an EES Aue 111 thickness AEEA af a E E A SAET iv governing standard ssssseesesrereessrrrsrssrrrerrrrrerrersseere 7 Vent plug 1 constructional details A Op donner Or ia sen sce TENE retain gine AD Material EE T Deve E E D Operating pressure range a a does a a a O A a IV Governing standard A AA AE E A A E R 8 Container 1 Type Cache lealat ate cide Aula ala Nes tase ET qD Material A eena TAa e E Gane ETET ES ID Governing standard PETEA AEE Eaa EE e aa cade aA 9 Open circuit voltage of each cell volts when completely discharged at 27 c 1 At 10 h discharge rate E hake ddl ou EEEE Da DE ATERA VE TETEE DEEE ees qD At 1 h discharge rate E e E SE E A E OE 10 Recom
120. NG SHEAQTHING JACKET ARMOURING STRENGTH MEMBERS OF OFAC ADSS EACH SET SHOULD CONSISTS OF THE FOLLOWING TOOLS HOUSED IN A STANDARD QUALITY SUITCASE 1 JACKET STRIPPER 2 UNIVERSAL CONTINUITY TESTER 3 BUFFER TUBE STRIPPER 4 ROUND CABLE SLITTER 5 ROUND CABLE CUTTER 6 KEVLAR SCISSORS 7 FIS CONNECTOR CLEANER 8 FOAM SWABS 9 MATCHING GEL 10 KM WIPES 11 UTILITY KNIFE 12 TWEEZERS 3 NEEDLE NOSE SPLIER 14 PLANO WIRE 15 4 BIT SCREW DRIVER 16 BLACK MARKER 17 SAFETY GLASSES 18 D GEL WIPES 19 BLACK WORK MAT 20 FIBRE DISPOSABLE UNIT 21 WIRE MARKER DISPENSER 22 RULER 23 FABRIC TAPE MEASURE 24 1 2 NUT DRIVER 25 ECONOMY TIE LABELS C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 172 173 26 FUSION SPLICE SLEEVES 100NOS 27 4GM BLUE DYE EPOXY 28 1MTR 33MM FURCATION 29 1IMTR 900UM FURCATION 30 PVC ELECTRICAL TAPE 31 40Z ALCOHOL BOTTLE 32 RUGGED CARRY CASE 33 SAFETY BELTS 34 BINOCULARS 2NOS TOOLS FOR CUTTING STRIPPING SHEAQTHING JACKET ARMOURING STRENGTH MEMBERS OF OFAC ADSS Il BINOCULARS Binoculars are required for Monitoring of EHT line Towers and its members and position of Fibre Optic Cable and its accessories fixed to the Tower Members Binoculars should able to be provide clear picture image over a minimum distance of 1000 mts It should also meet the following parameters 1 Magnification 10 x or better ii Diameter of the front lens 50 MM or more
121. ORPORATION OF ANDHRA PRADESH L NAME LIMITED om 7 division CHIEF ENGINEER LIFT IRRIGATION e LIPT 15 2012 JB JICA LOT I amp I 3 3 3 Spec No Supply erection amp commissioning of under ground optical Fibre cable OPGW amp OLTE along with associated equipment for providing communication to 220kv amp 132kv SSs in Hyderabad metropolitan area under JICA funding 4 Bid subject 5 __ Estimated contract R 934 296 lakhs value 6 Period of contract NA C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 4 re Form of contract Single package 8 Bid type Open and two part bidding 9 Bid category Supply erection amp commissioning of equipment 10 Bid security Rs 16 7 Lakhs Pay officer transmission corporation of Andhra Pradesh limited 11 Bid security Vidyut Soudha Hyderabad 500 082 payable at Hyderabad in f payable to case of DD or chief engineer lift irrigation in case of bank guarantee 12 Process fee NA Schedule available 13 die tame 7 00pmon 29 5 2012 Schedule closing 14 dae eae 03 00 pm on 28 6 2012 Bid submission 15 closing date amp 05 00 pm on 28 6 2012 time 16 Bid submission Online P Q Technical bid opening date 17 PENRE 03 00 pm on 29 6 2012 qualification and eligibility stage Price bid opening i 18 errs Not applicable 19 Eligibility criteria A physical experience The bi
122. R S no Description Type of designation as per ISS manufacturer s type designation manufacturer s address Ampere hour capacity at 10 hours rate Of discharge a no Of positive plates per cell B No Of negative plates per cell Total no Of plates per cell 6 Discharge current and cell end voltage for the battery A 1 minute load B 1 hour load C 2 hour load D 3 hour load E 5 hour load F 8 hour load G 10 hour load please furnish a graph showing amps against time for the type of battery offered 7 Nominal cell voltage volts 7 No Of cells in each bank 8 Internal resistance for each cell micro ohms 9 Resistance of the battery including Inter connection between the cells ohms 10 Short circuit current amps 11 Material of containers 12 Thickness type and material of separators 13 A Construction details and dimensions I Positive plate Ii negative plate b Method of supporting elements 14 Surface area of plates sq mm 15 Clearance between edges of plates and AWN on 17 Inner surface of container incase of lead Lined wooden container clearance between Edges of plates and hangers mm 18 clearance between bottoms of negative plates And bottom of container mm 18 clearance between top of plates and top Of container mm C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 204 19 20 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39
123. TERCHANGEABLE CONNECTORS 2 BATTERY PACK 3 CARRYING BAG 4 AC DC ADAPTER 5 USER GUIDE C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 170 171 GTP FOR OPTICAL POWER METER S NO Description 1 WAVELENGTH RANGE 2 ACCURACY AT 30 DBM 23 IDEG C 1550NM MEASUREMENT RANGE OPERATING TEMPERATURE STORAGE TEMPERATURE OPTICAL CONNECTOR TYPE OPERATING TIME WITH BATTERY WEIGHT DIMENSIONS 07 SOS E ONE Es 6 SIGNATURE OF THE BIDDER WITH SEAL C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 171 cel et oa TECHNICAL SPECIFICATION FOR OFC TOOL KIT COMPRISING OF FIBRE STRIPPING TOOL AND TOOLS FOR CUTTING AND STRIPPING OF SHEATHING JACKET ARMOURING OF OFAC ADSS OPGW_ CABLES INCLUDING BINOCULARS CLEAVER STRIPPER BINOCULARS I HIGH PRECISION CLEAVER High precision cleaver should have flexible design which permits it to meet variety of cleaving requirements This cleaver will be used for fusion splicing Hence the cleaving mechanism should give a splice loss less than 0 02 d B It should also have the provision to accept fiber holders to support multi fiber cleaving operations Il STRIPPER Stripper shall be designed in such a way that all sizes of fibers to remove without scratching or marring the fiber It is of hardened precision formed ground cutting surfaces and having a 0 005 precision laser drilled hole TOOLS FOR CUTTING STRIPPI
124. TRANSMISSION SYSTEM MODERNIZATION AND STRENGTHENING PROJECT IN HYDERABAD METROPOLITAN AREA UNDER JICA FUNDING SPECIFICATION NO e LIPT 15 2012 JB JICA Lot I amp II 3 3 FOR a JS y APTRANSCO SUPPLY ERECTION amp COMMISSIONIG OF UNDER GROUND OPTICAL FIBRE CABLE OPGW amp OLTE ALONG WITH ASSOCIATED EQUIPMENT FOR PROVIDING COMMUNICATION TO 220kV amp 132kVSSs IN HYDERABAD METROPOLITAN AREA UNDER JICA FUNDING OPEN COMPETITIVE BIDDING TRANSMISSION CORPORATION OF ANDHRA PRADESH LIMITED HYDERABAD 82 INDIA CHIEF ENGINEER LIFT IRRIGATION VIDYUT SOUDHA HYDERABAD 500082 PHONE NO 91 40 23317632 PABX 91 40 23396000 EXTN 3583 3537 3323 FAX 91 40 23317632 2 Spec No e LIPT 15 2012 JB JICA Lot I amp II 3 3 CONTENTS SECTION DESCRIPTION PAGE NO I NOTICE INVITING BIDS H INSTRUCTIONS TO BIDDERS M GENERAL TERMS AND CONDITIONS OF CONTRACT IV SCHEDULE OF REQUIREMENTS TECHNICAL SPECIFICATIONS VI QUALIFICATION REQUIREMENTS vil SAMPLE FORMS C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 2 SECTION I NOTICE INVITING BIDS C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 3 SECTION I NOTICE INVITING BID NIT SPEC NO e LIPT 15 2012 JB JICA Lot I amp II 3 3 1 The Government
125. Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 178 1 0 1 1 2 2 0 2 1 179 Technical Specification For 48v 50A 1 1 SMPS Scope This Specification Covers The Design Manufacture Testing Inspection And Testing Before Supply And Delivery At Destination Stores Basis Of Following 48v Chargers And D C Distribution amp Switching Cubicle Required For Communication Equipment At 220kv And 132 Kv Substations M 48v 50a Smps 1 1 With D C Distribution amp Switching Cubicle It is not intent to specify completely herein all the details of the design and construction of material However the material shall conform in all respects to high standards of engineering design and workmanship and shall be capable of performing in continuous commercial operation up to the Bidder s guarantee in a manner acceptable to the purchaser who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which in his judgment is not in accordance therewith The offered material shall be complete will all components necessary for their effective and trouble free operation Such components shall be deemed to be within the scope of Bidder s supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not STANDARDS The Design Manufacture And Testing Of Various Equipments Covered By This Specificati
126. a public official in the procurement process or in contract execution and ii Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the determinant of the purchaser and includes collusive practice among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the purchaser of the benefits of free and open competition iii Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question iv Will declare a firm ineligible either indefinitely or for a stated period of time to be awarded a contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a contract 39 Use of Contract Documents and Information 39 1 The Supplier will not without the Purchaser s prior written consent disclose the Contract or any provision thereof of any specification plan drawing pattern sample or information furnished by or on behalf of the Purchaser in connection C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 30 39 2 39 3 39 4 40 41 42 43 31 therewith to any person other than a person employed by the Supplier in the performance of the cont
127. accessories 24 Optical power meter 2 Nos 25 OFC tool kit consisting of fibre stripping tool and tools for cutting and stripping of sheathing jacket armouring 2 Nos lof OFAC ADSS OPGW cables including two binoculars 26 ISDH STM4 16 analyzer with optical and electrical interfaces 2 Nos 27 1 5 ton split type AC units of 3 star rating including 4 kVA Voltage 15 Nos stabiliser Spares 28 Suspension assembly for OPGW grounding clamps are part of 2 Nos suspension assembly 29 Tension assembly for OPGW lt dead end 14 Nos clamps and grounding clamps are part lof tension assembly 30 Vibration dampers for OPGW 32 Nos 31 Splice boxes OPGW OPGW 2 Nos 32 Splice boxes OPGW OFAC 2 Nos 33 Down lead clamps 20 Nos 34 Mandatory spare set for OLTE MUX 2 Sets 35 Epax spare set 2 Nos 36 IMandatory spare set one module for 2 Nos leach type for digital teleprotection C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 44 45 47 split type AC units along with electrical wiring and mounting stand Spare set of 48 V 50A SMPS Float Cum 1 Set 37 Boost Charger 38 Spare set of 48 V 35A SMPS float cum 1 Set boost charger Erection amp commissioning charges for equipment 39 Erection amp commissioning of OPGW 57 Kms Erection a
128. agent authorized representative not meeting the above criteria will not be considered B THE BIDDING DOCUMENTS CONTENTS OF BIDDING DOCUMENT The materials equipment required bidding procedures and contract terms are prescribed in the bidding documents as listed below Notice inviting bid Instructions to bidders amp checklist General terms and conditions of contract Schedule of requirements delivery schedule Qualification requirements Sample forms Technical specifications SUS Se oS The Bidder is expected to examine all instructions forms terms and Technical specifications in the bidding documents Failure to furnish all information required by the bidding documents or to submit a bid not responsive to the bidding documents C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 18 8 1 8 2 8 3 10 11 1 9 in every respect will be at Bidder s risk and may result in the rejection of its bid CLARIFICATION OF BIDDING DOCUMENTS CLARIFICATION OF BIDDING DOCUMENT A prospective bidder requiring any clarification of the bidding documents may notify the purchaser in writing or by cable hereinafter the terms cable is deemed to include telex and facsimile at the purchaser s address The purchaser will respond in writing to any request for clarification of the bidding documents which it receives no later than fifteen 15 days prior to the deadline for the submission of bi
129. al literature in english with detailed cable construction diagram of various sub component with dimensions and test data of the cable shall be provided All aspects of installation shall also be covered in the handbook 2 8 test and inspection From each batch of cables presented by the contractor for factory acceptance testing the employer shall select random sample s to be tested for acceptance The sampling rate for the factory acceptance tests shall be 10 of the batch size minimum 2 for fo cable drums In case any of the selected samples fail the failed sample is rejected and additional 20 samples shall be selected randomly and tested In case any sample from the additional 20 also fails the entire batch may be rejected Since fat testing provides a measure of assurance that the quality control objectives are being met during all phases of production the employer reserves the right to require the contractor to investigate and report on the cause of fat failures and to suspend further testing approvals until such a report is made and remedial actions taken as applicable 2 8 1 type testing The tests listed in table 2 2 shall be carried out as type tests for fibres table 2 2 type tests for optical fibres Ts table 2 Eia tia 455 78a 2 1 Attenuation variation with Ts table 2 1 Eia tia 455 78a wavelength 1 Attenuation at water peak Ts table 2 Temp cycling Attenuation with bending Eia tia 455 3a 2
130. amage the complete section tension location to tension location shall be replaced as mid span joints are not acceptable Any or all additional steel work or modifications require to attach the fibre cabling to the overhead transmission distribution line towers shall also be carried out by the contractor It shall be the Contractors responsibility to provide adequate communications among all crew members and support staff to ensure safe and successful installations C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 139 140 1 1 9 Cable Raceways To the extent possible existing cable raceways shall be utilized The Contractor is required to provide and install any additional indoor cable raceways which maybe required for proper implementation of and communication system This requirement shall be finalized during survey The cable raceways shall conform to the following a All cable raceways shall be sized to support full loading requirements plus at least a 200 safety loading factor b Indoor cable raceways shall be fabricated from construction grade aluminium galvanized iron or anodized sheet metal or any other suitable material approved by the Employer Suitable anticorrosion measures shall be provided Steel fabricated raceways shall be finished inside and out treated to resist rust and to form a metal to paint bond c Mechanical construction drawings of the cable raceways shall be submitted
131. amp spliced only on tension towers In exceptional circumstances and on Employer specific approval cable may be terminated on Suspension towers but in this case tower strength shall be examined to ensure that tower loads are within safe limits and if required necessary tower strengthening shall be carried out by the Contractor 1 1 2 7 6 Installation Hardware The scope of supply of the optical cable includes the assessment supply and installation of all required fittings and hardware such as Tension assembly Suspension assembly Vibration dampers Reinforcing rods Earthing clamps Downlead clamps splice enclosure etc The Bidder shall provide documentation justifying the adequacy and suitability of the hardware supplied The Contractor shall determine the exact requirements of all accessories required to install and secure the OPGW The OPGW hardware fittings and accessories shall follow the general requirements regarding design materials dimensions amp tolerances protection against corrosion and markings as specified in clause 4 0 of EN 61284 1997 IEC 61284 The shear strength of all bolts shall be at least 1 5 times the maximum installation torque The OPGW hardware amp accessories drawing amp Data Requirement Sheets DRS document shall consist of three parts 1 A technical particulars sheet 2 An assembly drawing i e level 1 drawing and 3 Component level drawings i e level 2 amp lower drawings All component reference n
132. amples of the finished cable each of 600 mm in length are taken and the ends of the samples shall be sealed These test samples are put in the ph4 and ph10 solutions separately After 30 days these samples are taken out from the solutions and examined for any corrosion etc On the sheath and other markings of the cables The sample should not show any effect of these solutions on the sheath and other marking of the cable 2 7 cable drums marking packaging and transport All optical fibre cable shall be supplied on strong wooden drums provided with lagging with adequate strength constructed to protect the cabling against all damage and displacement during transit storage and subsequent handling during installation However the exact lengths for drums to be supplied for each section of the link shall be determined by the contractor during survey Drum schedule shall be approved by the employer before manufacturing the fo cable Both cable ends in the drum shall be sealed and shall be readily accessible The drum shall be marked with arrows to indicate the direction of rotation Both the ends of the cable shall be provided with pulling eye The pulling eye and its coupling system should withstand the same tensile load as applicable to the cable The following marking shall be done on each side of the cable drums D Drum number ID Consignee s name and address HI Contractor s name and address IV Type of cable V Number of fibres VI Type o
133. and duties are not applicable the bidder should enter na if no duty tax is leviable the same may be entered as nil if any column is left blank or filled vaguely like as applicable the same will be loaded with the maximum of the other eligible bids b where there is an exemption of ED ST the documentary evidence to that effect will be enclosed by the supplier c The bidders for supply and works shall in variably possess the Tin no and PAN no e Prior to detailed evaluation the responsiveness of each bid will be determined a substantially responsive bid is one that conforms to all the terms and conditions of the bidding documents without material deviations for this purpose superscription qualification requirement bid security validity delivery payment term price schedule taxes and duties will be deemed to be the critical provisions and deviations in any one of these items will be deemed to be a material deviation The purchaser may waive any minor informality non conformity or irregularity in the bid which does not constitute a material deviation provided such waiver does not affect the relative ranking of any bidder the purchaser will clearly indicate in the bid specification the methodology for evaluation of bids C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 27 a b c d e f g 28 bid price which will include all costs of man
134. any value of load current from 0 to 100 of the rated full load Facility to manually adjust the output voltage by potentiometer is to be provided In case of using with maintenance free sealed lead acid batteries constant voltage for charging the battery will be set in the range 53 to 55v Battery charging current limit in the battery path should be provided for this application and this will be set in the range 15 to 35a amps for 48v 35afcbc and 20 to 50a for 48v 50a fcbc The unit shall have soft start features and should not have any tendency to hunt irrespective of the input and load conditions Constant current mode in addition to the above the unit should have the facility to charge the 48v stationary batteries under manual control to a terminal voltage of 2 4v cell 58v from the discharged condition of 1 85v cell 44 4v under constant current mode at any rate of charge between 25 and 100 of the rated charging current 1 1 9 current rating 35amps for 48v 35a febc 1 1 C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 192 u 93 1 2 0 output voltage drop when the total current battery load of the charger goes beyond 100 of the rated current the output terminal voltage should fall sharply at or before 105 of the rated current to a value below 47v 1 2 1 ripple voltage should be less than 4mv on resistive load without battery and 2 mv with battery 1 2 1 1 2 2 1 2
135. approved by the purchaser shall accompany the despatched consignment The manufacturing of the equipments shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawings shall be at the supplier s risk C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 78 8 0 9 0 10 0 79 6 sets of nicely printed and bound volumes of operation maintenance and erection manuals in English language for each equipment shall be submitted by the supplier for distribution prior to the despatch of the equipment The manual shall contain all the drawings and information required for erection trouble shooting operation and maintenance of the fibre optic cable and equipments The manual shall also contain a set of all the approved drawings type test reports etc Transportation The supplier shall be responsible for transportation of all the equipment to each of the purchaser s site stores including overseas and inland transportation as well as for loading and unloading of the fibre optic cables and equipment The supplier shall make a careful examination of access rail roadways to each of the site s stores in order to confirm the practical maximum transport weight and dimensions as well as a careful examination of the ports of dis
136. ards 2 Power supply cards 3 Channel interface card 4 Any other cards needed to meet spec Requirement as a mandatory spare Date Signature Place Name Seal Designation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 126 a At aad SPECIFICATIONS FOR OPGW CABLING amp ASSOCIATED HARDWARE amp FITTINGS 1 1 Fibre Optic Cabling 1 1 1required Optical Fibre Characteristics 1 1 1 1 Physical Characteristics 1 1 1 2 Attenuation 1 1 2 Fibre Optic Cable Construction 1 1 2 1transmission Line Details 1 1 2 2 Optical Fibre Cable Link Lengths 1 1 2 3 Optical Fibre Identification 1 1 2 4 Buffer Tube 1 1 2 5 Optical Fibre Strain amp Sag Tension Chart 1 1 2 6 Cable Materials 1 1 2 6 1 Filling Materials 1 1 2 6 2 Metallic Members 1 1 2 6 3 Marking Packaging And Shipping 1 1 2 7 OPGW Cable Installation Requirements 1 1 2 8 Optical Ground Wire OPGW 1 1 2 8 1 Central Fibre Optic Unit 1 1 2 8 2 Basic Construction 1 1 2 8 3 Breaking Strength 1 1 2 8 4 Electrical And Mechanical Requirements 1 1 2 8 5 Operating Conditions 1 1 2 8 6 Installation 1 1 2 8 7 Installation Hardware 1 1 3 Fibre Optic Splice Enclosures Joint Box 1 1 3 1 Optical Fibre Splices 1 1 4 Fibre Optic Approach Cables 1 1 4 1 Basic Construction 1 1 4 2 Jacket Construction amp Material 1 1 4 3 Optical Electrical And Mechanical Requirements 1 1 5 Installation Of Approach Cable 1 1 6 Optical Fibre Termination And Splicing
137. are defined in the scope of supply A QI interface ITU T Rec G 771 is required for network elements as defined in ITU T Recommendations The Bidder shall include the detailed information of the interfaces especially concerning the lower layer protocols and bit rates supported NMS Architecture The NMS architecture shall be described in detail in the proposal The following subsystems or features shall be described a Database used in NMS b Desktop PC hardware software and operating system c Graphic display terminals d Laptop PCs e Data communication between nodes and NMS computer f Maximum number of Network elements that could be handled and number of systems g License details Configuration of NMS PC The network management for the ordered system shall cover the following SW and HW a P IV dual core with 2 8 GHz and HT technology b 4GB RAM c DVD R W d Multimedia keyboard e Optical mouse f 500 GB HDD g 19 TFT color monitor h 10 100MBPS Ethernet card i 4nos of USB ports in front side C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 108 6 1 6 2 6 3 109 5 j one serial port k Computer table 1 Computer chair m Laser printer n All necessary SW MS OS drivers anti virus etc shall be supplied in the form of CDs also Installation of OFAC Installation in cable trenches and on cable trays Each OFAC shall be pulled in
138. arging Bus And Load Bus Switch Is To Be Provided To Isolate The Battery From The Charging Bus Suitable Cable Glands Are To Be Provided For All The External Cables 16 Nos Of 6a Mcb s In Negative Potential Line Feeding Various Dc Loads Are To Be Provided The Positive Wires Are To Be Brought To A Common Terminal 4 Nos Of 230v Ac 6a Single Phase Outputs With Mcb Protection In Each Circuit To Be Provided Both The Chargers Are Generally In On Condition With One Of The Chargers Feeding The Load Battery Is Always Floated Across The Charging Bus Load amp Battery Should Be Transferred To The Hot Stand By Unit Automatically Without Any Break Of Dc Supply Even For Milliseconds 5 2 6 During The Period The Main Ac Voltage Is Cut Off And The Battery Feeding The Load Current A Voltage Sensitive Relay Should Be Provided To Cut Off The Supply To The Battery Once It Is Drained To The Level Of 44 4v I E 1 85 Per Cell The Guaranteed Technical Particulars To Be Ensured Is Enclosed In Annexure I Bidders Are Requested To Indicate Guaranteed Technical Particulars Separately In The Same Format Annexure I Guaranteed Technical Particulars For 48V 50A 1 1 SMPS Multiple Modular Power System To Be Filled By Bidder C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 184 S No 16 oes Description Manufacturer s Type Designation Manufacturer s Address Input Specifications Nominal V
139. art of contractor s delivery and installation Signal cables and power supply cables shall be placed apart from each other minimum distance 150 mm Redundant cables and cables to redundant equipment shall be placed in separate cable routes All Contractor supplied inside plant cables and cable assemblies shall be constructed from non PVC fire smoke resistant materials 19 0 Compliance of standards The SDH equipment shall fulfill the latest version of ITU T ETSI amp ISO standards and recommendations including the following minimum requirements Functional characteristics G 957 G 783 G 764 Transmission interface characteristics Optical fibre G 652 Optical interface G 707 G 957 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 81 82 Output jitter all optical interfaces G 783 G 823 G 825 Jitter tolerance all optical interfaces G 823 G 825 Jitter transfer function all optical interfaces G 783 Mapping amp Demapping G 707 SOH insertion and extraction G 707 G 783 20 0 Equipment Shelf An equipment shelf be provided to hold all equipment modules and shall provide a backplane for system power and inter module communications The shelf shall be capable of being mounted on a standard EIA 19 inch rack If more than one shelf is required at any site multiple shelves shall be combined and shall function as one integrated node 21 0 TESTING OF EQUIPMENTS 21 1 SITE ACCEPT
140. at other stations The NMS program shall be based on windows with its well known mouse operated pull down menu and interactive communication box technology By using embedded data channel it shall be possible to configure all network elements remotely from NMS The main objectives of the NMS software are C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 103 104 Checking the user authorization and allow deny access to the user Display of the SW version To be used as a tool to write and store the configuration files Control the interactions between pc and communication equipment Identification of particular communication equipment Loading the configuration data to the database of the communication equipment e Copying the database of the equipment and convert store it as a configuration file e Allow temporary changes of the configuration for test purposes e Setting individual parameters e Printing reports 5 4 1 General Network Management System NMS shall be provided as a part of this procurement This NMS shall provide the capability to monitor reconfigure and control elements of the equipments supplied under this procurement The above capability shall be provided at centralized location 220 KVSS Malkaram The NMS shall be capable of managing minimum of Fifty Nos 50 Nos Network Elements and shall be upgradable to manage 100 Nos Network elements minimum in future NMS shall p
141. ations the error control procedure includes a means to identify the origin of the incoming 64 kbits s command type Tele protection applications are normally placed in three categories according to the nature of the information conveyed by the Tele protection commands permissive blocking and inter tripping schemes The Tele protection signaling equipment shall be managed from network management system of primary multiplexer The Tele protection equipment shall be provided with trip counters for both TX and RXcommands in the form of event register Main characteristics 64 kbit s interface The 64 kbit s interface meets the requirements of the ITU T recommendation G 703 both timing modes co directional and contra directional are provided Command interfaces Command inputs The command inputs should be galvanically isolated inputs which generate internally the operating voltage for the input circuit a potential free contacts via internal dc dc converter with nominal operating voltage 24 VDC b operating current 10 ma c wetting current 15 ma Command outputs The command outputs should be galvanically isolated outputs each output has one MOS FET changeover contact a nominal operating voltage 250 VDC or AC b maximum switching power 100 VA c maximum switching current 1 A Command interface related requirements C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 112
142. b size c resistance d elongation Insulation a material b thickness c max dia of core d resistance e colour code Pair lay length Core wrapping Moisture barrier Overall sheath a material b thickness c colour Overall dia of cable High voltage Packing length Rip cord Capacitance unbalanced Type test certificates enclosed yes no Signature of manufacturer supplier Name amp address signature of the bidder name Whether authorised attorney Of the tendering company Name of the tendering company with seal 218 li Tu Iv Vi Vii Vii Ix ANNEXURE I Climatic conditions Maximum ambient temperature degree c Minimum ambient air temperature degree c Daily average ambient temperature degree c Max relative humidity Annual rain fall max mm Rainy days in a year days Basic wind speed m sec Maximum altitude above mean sea level meters Seismic level horizontal acceleration vertical acceleration Average number of thunder storm days per year 45 5 32 74 1500 june to October 120 days 44 1000 0 03 0 015 TECHNICAL SPECIFICATION FOR SUPPLY of 25 Sq mm Battery Cables 220 TECHNICAL SPECIFICATION FOR CABLES FOR PROVIDING PLCC OFC 1 1 1 4 2 0 1 3 0 3 2 COMMUNICATION ON TRANSMISSION LINES TO SUBSTATIONS SCOPE the scope of the specification covers design manufacture testing Packing forwar
143. bank limits Responsibility for correctness of the information submitted in online bid lies with bidder If any information furnished in the bid is proved to be false at a later date the bid will not only be rejected but the bidder will be blacklisted 20 Place of bid In the chambers of chief engineer lift irrigation room no 445 opening A block Vidyut Soudha Officer inviting DEEE 21 bids Chief Engineer Lift Irrigation APTRANSCO Room no 445 A Block Vidyut Soudha Khairatabad mee ES Hyderabad 500082 23 Conietdetail Phone 040 23396000 extn 3583 3537 3323 n p onac aetas Fax 040 23317632 24 Procedure for bid Procedure for submission of bids submission A The bids should be in the prescribed form which can be obtained from e procurement platform from the date of electronic publication up to the time and date indicated in the bid notice The intending bidders would be required to enroll themselves on the e procurement market place www eprocurement gov in Those contractors who register themselves in the e procurement market place can download the bid schedules free of cost The bidder shall authenticate the bid with his digital certificate for submitting the bid electronically on e procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e procurement platform following the g o ms no 6 LT amp C departm
144. be able to detect and record the following alarm types los lof au lof ms ais ms rdi rs tim au ais au lop au ndf hp rdi hp uneq hp tim hp plm tu ais tu lop tu lom Ip rdi lp plm lp uneq Ip tim Iss lp rfi Round trip delay measurement of round trip delay of signals sent through networks The measurement shall be possible with sdh and pdh signals Automatic protection switching measurement Pointer analysis shall display the current value of the au and tu pointers Pointer generation shall be able to generate au and tu pointer Vc 12 tributary scanning amp monitoring S w and h w upgrades it shall be possible for the unit to be upgraded with new s w features without the unit being returned to the vendor It shall be possible to upgrade to stm 4 stm 16 etc Operation of the unit shall be via a graphical user interface Use of menus function keys graphic displays to simplify operation is preferred It shall be possible to operate the unit whilst desk or floor mounted or whilst handheld C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 163 164 ANNEXURE GTP PARTICULARS FOR SDH ANALYSER Description 1 Name amp address of the manufacturer Optical interfaces Wavelength ranges nm Connector Electrical interfaces a ta 6 Clocking Sdh mappings 8 Nx64 kbps channel testing whether possible or not y n 9 Test patterns 10 Clock frequency offset 11 Power
145. between cells installation amp connection diagrams to be enclosed 21 Capacity of battery at amp hour D ten hour discharge rate to 1 85v per cell at 27 deg c ii five hour discharge rate to 1 85y fics ses esas saceeuiacoac ios svekusees esac sk per cell at 27 deg c iii one hour discharge rate to 1 85v per cell at 27 deg c iv one minute discharge rate to 1 85v ssssesesesurereeesssssesssssrersrererereres per cell at 27 deg c 22 Max Recommended period of storage before refreshing charge 23 Battery racks IV Type of material V Out line dimensions VI Process of painting and type of coating C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 210 35 SZ 24 Insulator material for isolating battery stack from ground and cell 23 Short circuit current at battery terminals terminals 27 Recommended maximum rating of fuse for protection of battery 28 Size of cable recommended for connections of battery to battery charger dc distribution board 29 Recommended interval at which battery should be discharged at 10 hour discharge rate and boost charged 30 Efficiency a ah efficiency 31 Inter connectors a type of inter cell to cell and tier to tier connectors 32 Total shipping weight of one battery unit kg yes no 33 Charging characteristics enclosed yes no 34 capacity retention characteristics enclosed enclosures i whether all the drawin
146. ble or not y n 9 Test patterns 10 Clock frequency offset 11 Power requirements 12 Weight 13 Display 14 Storage capability 15 Serial interface 16 Ethernet interface 17 Synchronization with an external signal clock 18 External reference signal Signature of the Bidder C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 167 168 Technical specification for fusion splicing machine Fusion splicer shall be of state of the art single mode and multimode which can complete a splice sequence together with a detailed loss estimation in less than 15 seconds Fusion splicer shall have the following features Core to core fiber alignment using profile alignment system technology Environmental resistance features Most compact and lightest Arc calibration free system 4 1 tft color lcd monitor Dual directional operation system Long life battery Fibre holder option Software upgrade via internet 0 Detachable work table ee OO ON de OS Specification I li Tu Iv Vii Vii Xii Xiii Xiv Xvi Xvii Xviii Xix Applicable fiber sm mm ds and other single mode fibres Fiber count i single Fiber cleaved length standard 16mm Fiber holder fh 60 250 and fh 60 900 10mm cleave Average fusion loss 0 01 d b sm 0 01 d b mm 0 04 d b ds Storage of splice result 2000 or more splice results working mode auto amp manual Spli
147. by the purchaser APTRANSCO for the complete package of OLTE testing equipment at the fields sites for 2 two days An important objective of training is to increase the ability to familiarize carry out testing and maintenance work on equipment supplied by the contractor The supplier shall provide boarding lodging and transportation to the training place as a part of the contract without any additional financial commitment to APTRANSCO The training shall cover at least the following 1 detailed theoretical and practical training on fibre optic testing instruments ii operation amp maintenance and repairs technique required for efficient upkeep of fibre optic testing instruments iii test amp measurement procedures iv fibre optic accessories viz Patch cord fibre optic connectors pigtails etc The contractor shall ensure that the training course fully encompass all aspects of the basic utilization and calibration of the testing instruments 14 0 Training Instructors The training instructors provided by the contractor shall be fully qualified and experienced engineers who have had experience and good knowledge of the english Language They will have had experience of training engineers on similar topics and will be fully familiar with the plant or equipment to be supplied or installed 13 1 Training Programme The contractor shall develop and plan detailed training programmes using training methods most appropriate to the
148. cing modules Bidder shall provide the full capacity termination for unused 2 Mbps signals at each station which shall provide transparent 2 MBPS interfaces for transmission of 2 Mbps signal from these stations to other directions Configuration of MUX equipment shall include the following interface cards at each station 1 Voice frequency modules suitable for 2 hot lines C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 102 5 3 1 5 4 039 2 Voice frequency 4W E amp M modules suitable for min 16 ports 3 G 703 data interface modules suitable for min 4 ports 4 V 35 data interface modules suitable for min 4 ports of n x 64 kbps 5 V 24 V 28 data interface module suitable for min 4 ports 6 V 11 data interface module suitable for min 4 ports 7 External Alarm interfacing for 8nos MAIN DISTRIBUTION FRAME Main Distribution Frame with a capacity of 100 krones for termination of voice and data circuits shall be provided Subscriber lines and Trunk lines are to be terminated on the MDF on one side of the terminal block with the legend of the terminal connections clearly indicated in alphanumeric The MDF shall be provided with individual surge protection Krone tag blocks are preferred to be used for the MDF The supply of relevant wire terminating tool Krone tool shall be supplied All the subscriber lines and the trunk lines shall be provided with surge protection Invariably sui
149. cing time lt 15 sec Return loss gt 60db No Of splice modes 100 modes Ix Splice loss estimating function should be available attenuation splicing function auto attenuation mode 0 1 db to 15 db 0 1 db Step Tension test 1 96 to 2 25n Fiber magnification 132 x y simultaneous view or 264 high Magnification view Operational environmental condition 0 to 5000 m above sea level 0 to 95 rh And10 to 50 c and upto 15m s wind velocity Storage condition 0 to 95 rh and 40 to 80 c respectively Tube heater a built in tube heater with 30 programmable heating Modes Applicable protection sleeve length 60 mm 40 mm and micro sleeves No of splice cycles with battery typical 160 cycles Electrode life 2500 arc discharges Viewing method and display two cmos cameras and 4 1 tft color Lcd monitor Power supply 100 to 240 v ac with battery pack shall operate on Battery at least for 4 hours Standard accessories these accessories should be supplied in fsm package C Users Mathew Desktop RFO APTRANSCO 1l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 168 169 Battery charge cord High precision fibre cleaver 10 J plate 11 Carrying case 1 Ac adapter battery charger 2 Ac power cord 3 Dc power cord 4 Spare electrodes 5 Usb cable 6 User manual 7 Battery pack 8 9 Annexure Gtp for fusion splicing machine S no Description 1 Make amp model 2 Fibre count 3 Applicab
150. ct rates of duties and taxes leviable on the materials at the time of bidding The Proforma Credit Available To The Bidder On the Purchases Of Inputs Raw Materials consequient to the introduction of MODVAT scheme may be taken into account while quoting the prices 14 15 VARIABLE PRICES amp PRICE VARIATION BASIS Not applicable TAXES AND DUTIES C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 20 21 15 1 A bidder will be entirely responsible for quoting the correct taxes and duties other local taxes or levies if any license fees etc he has to incur until completion of the contract 15 2 If the rates of statutory levies assumed by the bidder are less than the actual rates prevailing at the time of bidding the purchaser will not be responsible for such errors if the rates of statutory levies assumed by the bidder are later proved to be higher than the actual correct rates prevailing at the time of bidding the difference will be passed on to the credit of the purchaser 15 3 Deemed Export Benefits This is not applicable for local purchases with APTransco funds 16 STATUTORY VARIATIONS Any variation up or down in statutory levy or new levies introduced after signing of the contract under this specification will be to the account of APTRANSCO provided that in cases where delivery schedule is not adhered to by the supplier and there are upward variation revision after
151. cted by any reputed government organisation shall be submitted Lo ee Tensile strength test strain test Impact test Kink test Environmental test previous test report for similar type of test conducted by any reputed government organisation shall be submitted Crush test Drip test Specification for optical fibre joint box This specification gives the general requirements type and factory testing requirements of joint box for optical fibre cables The packaging and transportation requirements have also been specified The joint box should be suitable for use in manholes as well as direct buried applications It shall also be possible to branch out the cable from the joint box as and when required without damaging the existing cables The joint box shall have minimum 4 single cable entry ports and one oval port 60x40mm having sealed designed such that it will be opened by cutting only as and when required All materials used for joint box and sealing shall be termite resistant 3 1 construction of joint box The joint box shall be manufactured as per the latest state of art technology The design of the joint box must ensure D Mechanical and optical protection of the fibre I Environmental protection of the splice I1 The integrity of the connections and cable seals fibres and buffers during mounting functioning and dismounting IV The possibility of the repeated reopening and re closing of the joint box and fib
152. cted with this agreement such dispute or difference will be settled in accordance with the Arbitration and Conciliation Act 1996 The Arbitral Tribunal will consist of three Arbitrators one each to be appointed by the Purchaser and the supplier the Third Arbitrator will be chosen by the Two Arbitrators so appointed by the parties and will acts as Presiding Arbitrator In case of failure of the two Arbitrators appointed by the parties to reach upon a consensus within period of 30 days from the appointment of the Arbitrator appointed subsequently the Presiding Arbitrator will be appointed by the Institution of Engineers India If one of the parties fails to appoint its Arbitrator in pursuance of Sub Clause a within 30 days after receipt of the notice of the appointment of its Arbitrator by The Institution of Engineers India will appoint the Arbitrator A certified copy of the order of the Institution of Engineers India making such an appointment will be furnished to each to the parties Arbitration Proceedings will be held at Purchaser s Headquarters and the language of the Arbitration proceedings and that of all documents and communication between the parties will be English The decision of the majority of Arbitrators will be final and binding upon both parties The cost expenses of Arbitration Proceedings will be paid as determined by the Arbitral Tribunal However the expenses incurred by each party in connection with the preparatio
153. ction shall be implemented The individually coated optical fibre s shall be surrounded by a buffer for protection from physical damage during fabrication installation and operation of the cable The fibre coating and buffer shall be strippable for splicing and termination Each fibre unit shall be individually identifiable utilizing colour coding Buffer tubes shall be filled with a water blocking gel 1 1 2 5 Optical Fibre Strain amp Sag tension chart The fibre optic cable shall be designed and installed such that the optical fibres experience no strain under all loading conditions defined in IS 802 Zero fibfre strain condition shall apply even after a 25 year cable creep For the purpose of this specification the following definitions shall apply e Maximum Working Tension MWT is defined as the maximum cable tension at which there is no fibre strain e The no fibre strain condition is defined as fibre strain of less than or equal to 0 05 as determined by direct measurements through IEC ETSI FOTP specified optical reflectometry techniques C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 130 a BL e The Cable strain margin is defined as the maximum cable strain at which there is no fibre strain e The cable Maximum Allowable Tension MAT is defined as the maximum tension experienced by the Cable under the worst case loading condition e The cable max strain is defined as the maximum strain
154. d The equipment shall work satisfactorily over battery voltage variations of 20 15 40 8vdc 72vdc Redundant Power supply 1 1 protection shall be supported The equipment shall support dual power feed i e that two power sources can be connected directly to the equipment two connection points The plug in units whose removal or insertion when in operation might endanger the reliability or performance of the units shall have suitable protection All important switches controls on front panel shall be provided with suitable safeguards such as interlock system to avoid accidental operation by the maintenance personnel The equipment shall be made vermin proof protected against dust and insects The indoor equipment shall conform to IP52 and outdoor equipment to IS 2147 The equipment shall be able to work in saline atmosphere in coastal areas and should be protected against corrosion All components shall be easily accessible for testing Similarly all bays and bay panel wiring shall be easily accessible Special tools required for wiring are included within the scope of the specifications and shall be provided along with the equipment Life time spares The purchaser would like to stock lifetime spares as and when the supplier decides to close down the production of offered equipment In such an event the supplier shall give at least one year notice to the purchaser along with the list of recommended lifetime spares 4
155. d scanned copies of all relevant certificates the bidder shall sign on all the statements documents certificates uploaded by him owning responsibility for their correctness authenticity If any bidder uploads the bid without paying bid security he will be blacklisted Similarly if any of the certificates documents etc furnished by the bidder are found to be false fabricated bogus the bidder will be blacklisted and bid security forfeited Bid evaluation of the bidders would be done on the certificates documents uploaded towards qualification criteria furnished by them The bidder will invariably complete the bid in full The successful bidder shall invariably furnish the following securities payments before the placing of Order either personally or through courier or by post and the receipt of the same within the stipulated time shall be responsibility of the bidder Department will not take any responsibility for any delay or non receipt D the original bid security either DD BG II original of all documents certificates statements uploaded by him on or before technical bid opening II their company broachers technical write ups and printed materials if any THE BIDDER SHALL FURNISH THE DECLARATION THAT 1 They have not been black listed in any department in A P due to any reasons 2 They will agree to get disqualified themselves for any wrong declaration in respect of the above and get their bid summarily re
156. dder must have successfully supplied and executed on turnkey basis at least 40 of the tendered quantity of the OPGW amp Under ground Unarmoured 48F DWSM type optical fibre cable OLTEs amp Digital Protection couplers of same or higher class indicated in the schedule of requirement in one continuous period of 12 months and the offered make of equipment of the package shall also be erected amp commissioned and in successful operation for atleast two years as on the date of bid opening Its financial turnover during any one year of the last five years should have been equal or more than 100 value of the package now quoted At least 20 of quantity of OPGW amp Under ground Unarmoured 48F DWSM type optical fibre cable OLTEs amp C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 5 6 Digital Protection couplers of similar material higher grade OPGW amp U G 48F OFC and other offered equipment supplied amp commissioned should be in successful operation since 2 years as on the date of opening of the bid B financial turnover 1 Financial turnover during any one year of the last five years should have been equal or more than the estimated cost value of quoted items 2 Reports on financial standing of the bidder such as profit and loss statement balance sheets and auditor s report for the past five years in support of financial turnover and banker s certificates regarding
157. de the electrical and physical characteristics of conventional overhead ground wire while providing the optical transmission properties of optical fibre 1 1 2 7 1 Central Fibre Optic Unit The central fibre optic unit shall be designed to house and protect multiple buffered optical C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 133 134 2 fibres units from damage due to forces such as crushing bending twisting tensile stress and moisture The central fibre optic unit and the outer stranded metallic conductors shall serve together as an integral unit to protect the optical fibres from degradation due to vibration and galloping wind and ice loadings wide temperature variations lightning an fault current as well as environmental effects which may produce hydrogen The OPGW design of dissimilar materials such as stainless steel tube with aluminium or aluminium clad steel wire strands are not allowed Central fibre optic unit may be of aluminium or stainless steel tube with aluminium protective coating In case of aluminium protective coating the coating must completely cover the tubes leaving no exposed areas of tubing that can make electrical contact either directly or indirectly through moisture contamination protrusions etc with the surrounding stranded wires The tube may be fabricated as a seamless tube seam welded or a tube without a welded seam 1 1 2 7 2 Breaking Strength The rat
158. demnify and keep indemnified the APTRANSCO by reasons of any breach by the bidder afore mentioned of any terms and conditions of any of the bid quotations or the bids submitted by the bidder which are considered by the APTRANSCO in accordance with the terms of the agreement dated or the contract entered into pursuant to such bids We Name of the Bank amp full address further agree that the guarantee herein contained will remain in full force and effect upto and inclusive of the date of validity and that it will continued to be enforceable till all the terms and conditions of the APTRANSCO under or by virtue of any of the said bid quotations or bids or contracts have been fully complied with and its claims satisfied or discharged or till all the Chief Engineers of APTRANSCO certify that the terms and conditions of the said bid quotation have been fully and properly carried out by the said M s Name_of the Bidder amp full address and accordingly discharge the guarantee subject however that the APTRANSCO will have no right under this bond after the expiry of three 3 years period from the date of its execution We the guarantor bank undertake to pay the amount guaranteed hereunder or such part thereof as required within one week of the sum being demanded by the APTRANSCO without reference to the supplier and without questioning the right of the demand We bank Ltd lastly undertake not to revoke this guarantee during its currency except with the prio
159. dgment is not in accordance therewith The offered material shall be complete will all components necessary for their effective and trouble free operation Such components shall be deemed to be within the scope of bidder s supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not 2 0 standards 2 1 The design manufacture and testing of various equipments covered by this specification shall comply with the following indian standards unless other wise specified in the specification Indian standards title Battery sets Iss1885 1986 part viii electro technical vocabulary Iss 1651 1991 secondary cells and batteries Stationary third revision cells and batteries lead acid type with is 1652 1984 tubular positive plates sealed maintenance free batteries Tec 896 2 part i1 valve regulated type bsen 60896 2 material conforming to other internationally accepted standards which ensure equal or higher quality than the standards mentioned above would be acceptable In case the bidders who wish to offer material conforming to the other standards salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule Four copies of such standards with authentic english translations shall be furnished along with the offer 3 0 climatic conditions 3 2 The material called in this specification are req
160. ding and delivery on fads basis of cables as detailed below D 25 sq mm Battery cable The battery cable is intended to interconnect the 48v dc battery to battery charger and plcc equipment carrying currents of about 100 a battery cables are intended for indoor use only standards The cables proposed for purchase shall conform to the following i s standards which shall mean latest revisions amendments changes adopted and published unless otherwise specified herein after battery cable Is1554 part1 pvc insulated heavy duty electric 1988 category cable part 1 for working voltages up to and including 1100v Is 8130 1984 conductors for insulated electric cables and flexible cables 1s583 1 1984 pvc insulation and sheath of electric cable Equipment meeting with the requirement of other authoritative standards including is which ensure equal or better performance than the standards mentioned above shall also be considered When the equipment offered by the bidder conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule Four copies of such standards with authentic translation in english shall be furnished along with the offer climatic condition The cables called in this specification are required to operate satisfactorily as per the service conditions setout in the clause no 23 of 4 0 4
161. dispersion wavelength Zero dispersion slope 18ps nm x km 1550 nm 3 5 ps nm x km 1288 1339 nm 5 3 ps nm x km 1271 1360 nm 1300 to 1324 nm 0 092 ps nm xkm maximum Polarization mode dispersion coefficient lt 0 2 ps km Y2 Temperature dependence Induced attenuation lt 0 05 db 60 c 85 c Bend performance 1310 nm 75 2 mm dia mandrel 100 turns Attenuation rise lt 0 05 db 1550 nm 30 1 mm radius mandrel 100 turns Attenuation rise lt 0 05 db 1550 nm 32 0 5 mm dia mandrel 1 turn Attenuation rise lt 0 50 db 1 1 2 FIBRE OPTIC CABLE CONSTRUCTION Overhead Fibre Optic Cables shall be OPGW Optical Ground Wire The OPGW cable is proposed to be installed on transmission lines The design of cable shall account for the varying operating and environmental conditions that the cable shall experience while in service 1 1 2 1 TRANSMISSION LINE DETAILS Typical details of transmission lines are indicated in the appendices Any other details as required for cable design etc shall be collected by the contractor during survey C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 129 13045 1 1 2 2 OPTICAL FIBRE CABLE LINK LENGTHS The estimated optical fibre link lengths are provided in Appendices However the Contractor shall supply amp install the optical fibre cable as required based on detailed site survey to be carried ou
162. ds written copies of purchaser s response including an explanation of the query but without identifying the source of inquiry will be put on website of the purchaser or intimated by mail the proposals seeking clarifications will not be entertained after the prescribed period AMENDMENT TO BIDDING DOCUMENTS At any time prior to the deadline for submission of bids the purchaser for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment All such amendments also would be made available on the www eprocument gov in and also website of aptransco and such amendments will be binding on the respective bidders In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids the purchaser at its discretion may extend the deadline for the submission of bids C PREPARATION OF BIDS LANGUAGE OF BID The bid prepared by the Bidder including all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser will be in English Cost Associated with Bidding The Bidder will bear all costs associated with the preparation and submission of its bid and the Purchaser will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process bidders have to pay a transaction fee 0 03 of ECV estimated contrac
163. e tests and tests during manufacture specified herein shall be treated as included in the quoted unit price of Additional tests 216 6 7 6 7 1 6 7 2 6 7 3 6 8 The purchaser reserves the right of having at his own expenses any other test s of reasonable nature carried out at bidder s premises at site or in any other place in addition to the aforesaid type acceptance and routine tests to satisfy himself that the material comply with the specifications Test reports Copies of test reports shall be furnished in at least six 6 copies along with one original One copy shall be returned duly certified by the purchaser only after which the material will be dispatched Record of routine test reports shall be maintained by the bidder at his works for periodic inspection or as and when desired by the purchaser s representative Test certificates of tests conducted during manufacture shall be maintained by the bidder They shall be produced for verification as and when desired by the purchaser Test facilities The following additional test facilities shall be available at bidder s works a various testing and measuring equipment shall be provided b standard resistance for calibration of resistance bridges 217 GUARANTEED TECHNICAL PARTICULARS FOR TELEPHONE CABLES manufacturer name amp address suppliers name amp address governing standards voltage grade no Of pairs Conductor a material
164. e The waterproofing filling materials shall not affect fibre coating colour coding or encapsulant commonly used in splice enclosures shall be dermatologically safe non staining and easily removable with a non toxic cleaning solvent 1 1 2 6 2 Metallic Members When the fibre optic cable design incorporates metallic elements in its construction all metallic elements shall be electrically continuous 1 1 2 6 3 Marking Packaging and Shipping This section describes the requirements for marking packaging and shipping the overhead fibre optic cable a Drum Markings Each side of every reel of cable shall be permanently marked in white lettering with the vendors address the Purchaser s destination address cable part number and specification as to the type of cable length number of fibres a unique drum number including the name of the transmission line amp segment no factory inspection stamp and date b Cable Drums All optical fibre cabling shall be supplied on strong drums provided with lagging of adequate strength constructed to protect the cabling against all damage and displacement during transit storage and subsequent handling during installation Both ends of the cable shall be sealed as to prevent the escape of filling compounds and dust amp moisture ingress during shipment and handling Spare cable caps shall be provided with each drum as required The spare cable shall be supplied on sturdy corrosion resista
165. e The notice of termination will specify the termination is for the Purchaser s convenience the extent to which performance of the supplier under the Contract is terminated and date upon which termination becomes effective However the Materials equipment that are complete and ready for shipment within thirty 30 days after the supplier s receipt of notice of termination will be accepted by the Purchaser at the Contract terms and prices Force Majeure The Supplier will not be liable for forfeiture of its performance security penalty for late delivery or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this clause force majeure means an event beyond the control of the supplier and not involving the supplier s fault or negligence and not foreseeable such events may include but are not restricted to wars or revolutions fires floods epidemics quarantine restrictions and freight embargoes If a Force Majeure situation arises the supplier will promptly notify the Purchaser in writing of such condition and the cause thereof Unless otherwise directed by the Purchaser in writing the Supplier will continue to perform its obligations under the Contract as far as is reasonably practice and will seek all reasonable alternative means for performance not prevented by the Force Majeure
166. e with the contract or exonerate relieve him from any of his guarantees Quality assurance procedures General The bidder shall operate a quality management system which is in conformity with the requirement of ISO 9001 The bidder will be responsible for the quality assurance of all goods and services through all phases of the contract from initial furnishing to final acceptance This constitutes the assurance that all such goods and services are in conformity to the required quality in terms of technical specification delivery and commissioning and price requirement as defined in the contract Quality assurance system and requirements The bidder s quality assurance system shall meet the following criteria C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 76 4 3 5 0 6 0 77 a It will be formally accredited by an outside party as to compliance with the requirements of is 0 9001 Copies of all assessment and visit reports related to this accreditation shall be available to the purchaser throughout the duration of the contract b It shall be documented and presented in the form of the company quality manual the associated quality system procedures at each bidder location involved in the project and a quality plan specific to the contract c The first formal issue of the contract specific quality plan shall be agreed between the purchaser and the bidder prior to contract signing This
167. e complete with all components necessary for their effective and trouble free operation such components shall be deemed to be within the scope of bidder s supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not The bidder shall not be eligible for extra charges for such material Further the minimum principal parameters mentioned in the technical specification should be fulfilled Guarantee The Instruments shall be guaranteed for trouble free operation for twelve 12 months from the supply date In case of failure within this period the contractor shall replace the faulty Instruments at no extra costs to the purchaser Operational Life The fibre optic testing instruments shall be designed foran operating life of not less than 15 years with recommended servicing and replacement of parts Such recommended services and replacement of parts shall be brought out in the bid The contractor shall provide technical support and spare parts for a minimum period of 5 years from the date of final acceptance the contractor shall demonstrate a specified level of functionality of the equipment during tests in the factory After the equipment is supplied the contractor shall demonstrate all of the functions and availability characteristics during well structured field tests Bidders Qualifying Requirement C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc
168. e generated and measured for any of the provided bit rates The following test patterns must be available Prbs 215 1 2 a 23 1 231 1 25 1 inv 2 linv 2 1inv 2 _ 1inv 2 1 inv Programmable word 16 bits The receiver must be able to be set to ignore the test pattern for monitoring live systems 9 Clock frequency offset plus or minus 100 ppm in 0 1 ppm steps on Electrical and optical interfaces 10 Power requirements should be capable of being powered from its C Users Mathew Desktop RFO APTRANSCO 1l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 162 11 12 13 14 15 16 163 own Internal batteries or ac line supply Operation from batteries shall be possible for at least 3 hours Weight less weight Display colour display with high resolution Storage capability should be capable of storing results and setup data Serial interface rs 232 or rs 232 c Ethernet interface 10 base t 1j45 for connection to pcs via ethernet Lan Synchronization with an external should be able to generate signals synchronized to signal clock an external clock as the timing ref External reference signal sinusoidal 2048 khz or 2048 kbps data signal 17 Instrument shall support the following features also Auto configuration Generation and analysis of soh and poh Byte capturing Tandem connection monitoring Error insertion detection Alarm insertion detection system shall
169. e materials equipment and testing and may select test samples from the materials going into plant and equipment C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 31 44 45 45 1 32 The supplier will provide the facilities for testing such samples at any time including access to drawings and production data at no charge to Purchaser As soon as the materials are ready the supplier will duly send intimation to APTRANSCO by Regd Post and carry out the tests in the presence of representative of the APTRANSCO ii The APTRANSCO may at its option get the materials inspected by the third party if it feels necessary and all inspection charges in this connection will be borne by the supplier iii The dispatches will be affected only if the test results comply with the specification The dispatches will be made only after the inspection by the APTRANSCO Officer is completed to the APTRANSCO satisfaction or such inspection is waived by the competent authority iv The acceptance of any quantity of materials will in no way relieve the supplier of its responsibility for meeting all the requirements of this specification and will not prevent subsequent rejection if such materials are later found to be defective v The supplier will give 15 days advance intimation to enable the Purchaser depute his representative for witnessing the acceptance and routine tests vi Should any inspected or tested mat
170. e may be represented As many tests as possible shall be arranged together Six copies of the contractor s record of tests shall be supplied to the purchaser Measuring apparatus shall be approved by the purchaser and if required shall be calibrated at the expense of the contractor at an approved laboratory The contractor shall be responsible for the proper testing of the work completed or plant or materials C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 75 4 0 4 1 4 2 76 supplied by a subcontractor to the same extent as if the work plant or material were completed or supplied by the contractor himself All apparatus instruments and connections required for the above tests shall be provided by the contractor but the purchaser will permit the contractor to use for the tests at site any instruments and apparatus which may be provided permanently at site by the purchaser subject to the operation of the system and carrying out of other contracts and with condition upon the contractor accepting liability for any damage which may be sustained by the purchaser s equipment during the test The purchaser will also provide free of charge on site electrical energy if available for the purpose of approved preliminary tests and for the final tests If further preliminary tests are necessary or if further final tests are required due to the contract works not complying with the conditions of this spec
171. e possible by a remote command issued from a centralised fault supervision system Equipment entering the redundant state shall initiate alarm indications and shall also initiate the changeover signal The switching criteria in the automatic mode shall be based on the following fault conditions being detected within the system An alarm initiation signal AIS Loss of incoming signal LIS Bit error rate BER gt 5 x104 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 98 5 7 5 8 99 Both AIS and LIS shall be considered as major fault conditions The status of all signal path switches shall be indicated on the equipment Switching shall be completed within 50 ms from time of detection of fault condition that initiates the protection switch to time of changeover of signal path Engineer order wire telephone In order to facilitate maintenance of the fibre optic communication system an order wire telephone channel shall be provided Selective calling using dual tone multi frequency DTMF signalling shall be provided The engineer order wire telephone signal shall be PCM to produce digital signals at 64 kbits s These signals shall be presented to the service data interface for inclusion in a composite signal to be processed by the code converters for transmission in the service data channel This 64 kbps channel shall be over and above 8MBPS transmission capacity of the equipment
172. e requirement of iso 9001 The bidder will be responsible for the qulity assurance of all goods and services through all phases of the contract from initial furnishing to final acceptance This constitutes the assurance that all such goods and services are in conformity to the required quality in terms of technical specification delivery commissioning and price requirement as defined in the contract QUALITY ASSURANCE SYSTEM AND REQUIREMENTS The bidder s quality assurance system shall meet the following criteria a It will be formally accredited by an outside party as to compliance with the requirements of is0 9001 Copies of all assessment and visit reports related to this accreditation shall be available to the purchaser throughout the duration of the contract b It shall be documented and presented in the form of the company quality manual the associated quality system procedures at each bidder location involved in the project and a quality plan specific to the contract c The first formal issue of the contract specific quality plan shall be agreed between the purchaser and the bidder prior to contract signing This quality plan shall then form part of the contractual documentation and shall not be changed without prior agreement with the purchaser ADDITIONAL QUALITY ASSURANCE REQUIREMENTS A the purchaser shall have access to the supplier s premises at any mutually agreed time and be provided access to inspect and assess the quality
173. e the transport facility is still functional In an event of hardware failure the hardware shall be substituted without affecting the traffic 5 3 2 Cross connect Card Redundancy The SDH equipment shall facilitate the cross connect redundancy by having main and standby cross connect cards Software on each cross connect card decides which cross connect card is the active controller The active cross connect card takes control of all the processor bus signals on the backplane The processor bus is shared across all the tributary cards All the traffic related devices on each cross connect card is always under the control of the active cross connect card 5 4 Power Supply Redundancy The SDH equipment shall have two power supplies to facilitate power supply redundancy The output of both the power supplies are shorted together on the backplane and then in turn given to all the cards SDH equipment shall be powered from DC power sources The power supply card shall support 48 V range 40 8 V to 72 V DC power There shall be two power supply slots located on the chassis for equipping the power supply modules 5 5 Protection and Redundancy SDH equipment shall support multiple layer network protection functions and multiple layer protection escalation The network protection functions supported shall be as follows a MSP 1 1 protection at STM 4 16 Unidirectional or bi directional revertive or non revertive modes in compliance wit
174. ebit with UTI ICICI or HDFC banks b corpus fund the successful bidder shall pay an amount equivalent to 0 04 of ECV estimated contract value with a cap of Rs 10 000 rupees ten thousand only for all contracts with ECV upto rs 50 crores and rs 25000 rupees twenty five thousand only for contracts with ECV above rs 50 00 crores on e procurement platform before entering into agreement issue of purchase orders towards e procurement fund in favour of Managing Director APTS Hyderabad through the agreement authority 7 Income tax certificate furnishing of income tax certificate is dispensed with however the contractor shall furnish their copy of permanent account number pan card and copy of latest income tax returns submitted along with the proof of receipt 8 Insurance the insurance policy is to be taken in favour of employer i e department by the agency at the time of concluding the agreement It should form part of agreement No Agreement will be concluded with out insurance policy C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 9 10 9 The bidder should furnish the proof of registration under value added TAX CST along with tax payers identification number tin from the commercial tax department 10 In case of discrepancy with bid conditions in the bid document and nit the condition in the bid document prevails 11 NOTE
175. ecifications 4 Principal parameters 4 1 digital EPAX system S No Parameter Description 1 Technology type PCM TDM with 32 bit microprocessor based digital technology electronic private automatic telephone exchange Epax on E amp M signaling and DC loop signaling to work with PLC communication system 2 Control Stored Programme Control SPC 3 Back up memory Flash ROM based 4 System capacity 128 universal ports programmable to e amp m loop interrupt trunks and subscribers Required capacity of E amp m trunks 16 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 144 a Lao E amp m trunks Subscriber lines 16 subscribers E1 CARDS 2 NOS 5 Configuration Universal slots for extension trunk interface 6 Priority facility Shall be provided as per clause 4 9 7 Communication links 100 non blocking 8 Architectural design Distributed design 9 System modularity Easy expansion by adding modules 10 Approvals required TEC WITH ISDN BRI AND PRI 11 Trunk interface 4W 2W E amp M interface with led indication with DP DTMF E1 r2 2mbps digital link with BNC connector VOIP interface Co trunk lines ISDN BRI amp PRI trunk lines 12 Alarm on indication Self diagnostics with alarm on fault condition shall be provided 13 Protection All the trunk lines and subscriber lines shall be provided wi
176. ed before and after the test for all the fibres Embrittlement test of loose tube the minimum length of the test sample depends of the outside diameter of the loose tube and should be 85mm for tubes upto 2 5mm outside dia The length of the bigger tubes should be calculated by using the following equation lo gt 100 x d d 4 where lo length of tube under test d outside dia of loose tube d inside dia of loose tube both the ends of a buffer tube test sample may be mounted in a tool which is clamped in jaws of a tensile machine which exert a constant rate of movement The movable jaw may move at a rate of 50 mm per minute toward the fixed jaw Under load the tube will bend so that the tube is subjected to tensile and compressive stresses The fixture for holding the tube should be designed in a manner that the tube might bend in all directions without further loading The tube should not get embrittled No ink should appear on the tube upto the safe bend dia of tube 20 d where d is the outside diameter of the loose tube There should not be any physical damage or mark on the tube surface Kink resistance test on the loose tube a longer length of the loose tube is taken with fibre and gel a loop is made and loop is reduced to the minimum bend radius of loose tube i e 20 d where d is the outside dia of the loose tube This test is to be repeated 4 times on the same sample length of the loose tube No damage or kink s
177. ed breaking strength of the completed OPGW shall be taken as no more than 90 percent of the sum of the rated breaking strengths of the individual wires calculated from their nominal diameter and the specified minimum tensile strength The rated breaking strength shall not include the strength of the optical unit The fibre optic unit shall not be considered a load bearing tension member when determining the total rated breaking strength of the composite conductor 1 1 2 7 3 Electrical and Mechanical Requirements Table 2 2 a provides OPGW Electrical and Mechanical Requirements for the minimum performance characteristics Additionally the OPGW mechanical amp electrical characteristics shall be similar to that of the earthwire being replaced such that there is no or minimal consequential increase in stresses on towers For the purpose of determining the appropriate Max Working Tension limit for the OPGW cable IS 802 1995 and IS 875 1987 shall be applied However the OPGW installation sag amp tension charts shall be based on IS 802 version to which the line is originally designed For the OPGW cable design selection and preparation of sag tension charts the limits specified in this section shall also be satisfied The Bidder shall submit sag tension charts for the above cases with their bids Table 2 2 a OPGW Electrical and Mechanical Requirements 1 Everyday Tension lt 20 of UTS of OPGW 2 D C Resistance at 20 C lt 1 0 ohm K
178. ed on to the base plate This should allow easy cable termination at site sub station without drilling 1 1 features 48v 35a 1 1 smps modular hot pluggable rectifier modules or modules with same capacity to meet total capacity of 35 a in each charger to have 1 1 separation D Should be modular hot swapable I This SMPS base modular dc system should be convenient reliable and suitable for telecom PLCC applications HI The systems are generally built with common control block and display block IV The system should have the configuration of float cum boost chargers These modular system should provide paralleling of modules to each load requirements and redundancy factors V Should be designed to support to sutable for all kinds of batteries like smf lead acid vrla nickle cadmium or modular battery sets of 48v to 54 v dc Vit 48v dc 35 a modular dc supply system comprising of float cum boost charger with 1 1 standby dc distribution switching cubicle The system shall be based on smps modular with two identical float cum boost chargers interconnected through a switching cubicle and 48v dc distribution panel such that in case of fault in any one of the chargers feeding to the load the switching cubicle shall be provided with manual change over automatic change over facility to transfer the load to the other charger The load current shall be shared by all the modules in the charger environmental conditions a o
179. embarkation in order to confirm the capacity of the hoist cranes installed there and the capacity of the access roads to those ports The supplier shall be responsible for the full cost of any repairs or restorations required due to transit damage or otherwise altered due to the transportation of equipment in his supply including the replacement of any posts signs pollards etc which have been damaged or moved and of any overhead wires or structures moved or brought down Insurance The supplier shall insure all shipments and works at his own expenses for not less than the full replacement cost plus any additional cost for accelerated manufacture of the replacement parts Loss of or damage to the equipment during shipping or transportation to the site stores or other wise shall not constitute grounds for claims for extension in time or for extra payment Schedules required to be submitted The tenderer shall fill in the following annexures amp schedules which form part of the tender specification and offer If the schedules are not submitted duly filled in with the offer the offer shall be liable for rejection Statement giving prices for all recommended spares for ten years of satisfactory operation of each equipment Link design calculations power budget amp rise time budget Unless otherwise brought out separately by the bidder in the deviations the offers shall be deemed to conform to the specification scrupulously All
180. ent dated 28 2 2005 B Intending bidders can contact office of the Chief Engineer Lift Irrigation APTRANSCO for any clarification information on any working day during C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 6 7 working hours 6699 C The bidders who are desirous of participating in e procurement shall submit their technical bids price bids etc in the standard formats prescribed in the bid documents displayed at e market place The bidders should invariably upload the statement showing the list of documents etc in the e market place in support of their technical bids The bidder should upload scanned copies of all relevant certificates The bidder shall sign on all the statements documents certificates uploaded by him owning responsibility for their correctness authenticity D Technical bid evaluation of the bidders would be done on the certificates documents uploaded towards qualification criteria furnished by them E Following the G O Ms No 174 dt 1 9 2008 the successful bidder shall invariably furnish the following securities payments before entering into agreement either personally or through courier or by post and the receipt of the same with in the stipulated time shall be responsibility of the bidder Department will not take any responsibility for any delay or non receipt 1 The original bid security either D
181. erials equipment fail to conform to the specification the Purchaser may reject the materials and supplier will either replace the rejected materials or make alterations necessary to meet specifications requirements free of costs to the Purchaser vii Inspection will be conducted on 20 of the quantities offered for inspection Samples will be collected at random to establish that the guaranteed technical parameters are as per the submitted bid by the supplier In the case of non adherence the purchaser may take suitable action on the supplier including cancellation of vendor registration and banning further dealings depending on the gravity of the deviation These random inspections may be entrusted to a third party viii The inspection of the material shall be arranged at the manufacturer premises In case it is of abroad the supplier shall bear the to and fro charges local transport and accommodation at inspection place for the inspecting officer Name Plate Equipment should be provided with name plate giving full details of manufacture capacities and other details as specified in the relevant ISS or other specification stipulated The contract No and date and year of supply and the words APTRANSCO must be etched on the name plate Packing The supplier will provide such packing of the Materials equipment as is required to prevent their damage or deterioration during transit to their final destination as indicated in
182. es and Gigabit Ethernet interface SDH STM 4 16 equipment should be equipped with 1 1 protection for cross connect amp timing module System should provide STM 4 16 interfaces on each of the cross connect cards configurable as 1 1 MSP and SNCP The SDH transmission equipment shall be a next generation optical system capable of transporting both circuit based TDM traffic as well as packet based data traffic and shall be capable of being configurable in linear 1 1 linear and ring configuration The SDH equipment shelf should provide spare slots for equipping STM 16 electrical optical interfaces in future SDH STM 4 equipment shall be up gradable to STM 16 by changing the optical interface SFP without replacing the common control cards The SDH equipment should be multi service provisioning platform with add drop terminal and cross connect functionality for universal installation at all network levels and shall be capable of supporting regeneration in the same platform The SDH equipment shall support GFP F encapsulation for Ethernet data It shall support Status Message Scheme SSM for SDH timing Network protection timing shall be as per ETSIATU 5 2 3 Cross Connection Capability of the SDH Equipment SDH equipment switching matrix shall be provided in 1 1 redundant configuration and shall support for fully non blocking cross connections a Cross connect capability with a granularity of VC 4 VC 3 and VC 12 bit rate b The c
183. f fibres VID Year of manufacturing month amp batch no VIII Name of manufacturer IX Total cable length X Inner end marking and outer end marking Packing list supplied with each drum shall have all the information provided on marking on the respective cable drum and following additional information otdr length measurement of each fibre and ratio of fibre and cable length 2 7 1 optical fibre cable marking A suitable marking shall be applied in order to identify this cable from other cables Marking on the cable shall be indeliable of durable quality shall last long and shall be applied at regular interval of one meter length Marking shall be imprinted and must clearly contrast with the surface and colors used must withstand the environmental influences experienced in the field The accuracy of the sequential marking must be within 0 5 of the actual measured length The sequential length marking must not rub off during normal installation In case laser printing is used the marking shall not exceed 0 15 mm depth The optical fibre cable shall have the following markings in every meter D Type of cable ID Running meter length III Number of fibres IV Type of fibre V Laser symbol amp caution notice C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 64 65 VI Year of manufacture and batch no VII Manufacturer s name VII Aptransco 2 7 2 operating instructions Complete technic
184. f receipt a Railway station Lorry transport b central stores Nn Condition of material 6 Particulars of materials a as per challan b b actually accepted c short receipt d breakages damages 7 Whether the materials are as per specifications 8 Reference to a SRB No amp Date b T Note no amp date 9 Has any railway freight paid to the consignment with weight of the materials as per PO 10 Under charges paid if any 11 Demurrages wharfages paid if any 12 Handling charges paid if any 13 Siding charges paid if any 14 Railways crane charges paid if any 15 Date of check measurement 16 By whom check measures 17 Agency of transport 18 Has the supply been made in time If not indicate the delay in number of days 19 Whether from C issued 20 If so the no amp date for Rs 21 If not why the form C is not issued 22 Bill invoice no amp date for Rs 23 Date of receipt of LR RR in store 24 RR LR received from supplier central office 25 Whether the test certificates was approved by the component authority Remarks of the check measurement officer AE AAE TLC stores Check measured by Counter signed Asst Executive Engineer 243 8 b PROFORMA CERTIFICATE FOR ISSE BY THE PRUCHASER AFTER SUCCESSFUL COMMISSIONING OF COMMUNICATION EQUIPMENT No Date M s Sub Certificate of commissioning of
185. failures planned upgrades and operator requests to take equipment offline for testing d Provide verification testing to support new equipment installation e Provide a database capability to maintain various types of information such as 1 Network equipment assets including manufacturer model number maintenance record and maintenance telephone contact 2 Future data to be defined by Employer after commissioning Fault Management General Requirements Fault management is concerned with detecting diagnosing bypassing directing service restoral and reporting on all the equipments supplied under this tender Specific requirements that shall be satisfied include the following a Display equipment status in a consistent fashion regardless of the source of the data on a graphical topological map type display Status shall be displayed through the use of colours on links and nodes as well as through text b Obtain status and detect faults through periodic polling processing of unsolicited alarms and error events and periodic testing for connectivity c Maintain an alarm summary of unacknowledged alarm events on the management station display and maintain a log of all received alarms The operator shall be able to acknowledge and clear alarms individually and as a group The use of alarm correlation techniques is encouraged to minimize the proliferation of alarms caused by a single common event d Provide the capability to dia
186. fects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract Brief particulars of the Materials equipment and services which will be supplied provided by the Supplier are as under S NO Brief Description of Quantity to Unit Total Delivery Materials Equipment amp be supplied Price Rs Price Rs Terms services TOTAL VALUE Rupees only DELIVERY SCHEDULE IN WITNESS whereof the parties hereto have caused this Agreement to be executed on the day and year first above written Signed Sealed and Delivered by the Sade aaea e a See erie Sawer For the Purchaser Saldia pi a a E E E re dye For the supplier NOTE To be executed on a Rs 100 Non Judicial stamp paper 5a PERFORMANCE SECURITY FORM A A E A E Name of purchaser Whereas aestas n aRt Name of Supplier hereinafter called the supplier has undertaken in pursuance of Contract No Dated sie atic ch 2010 to supply Description of Materials equipment and services Hereinafter called the Contract AND WHEREAS it has been stipulated by you in the said Contract that the Supplier will furnish you with a Bank Guarantee by a recognized Bank for the sum specified therein as security for compliance with the supplier s performance obligations in accordance with the
187. form Undertaking to be given by the company partnership firm contractor along with the tender I representing the company partnership firm contractor responding to the bid invitation by the APTRANSCO APEPDCL APSPDCL APNPDCL APCPDCL vide specification no hereby sincerely and solemnly affirm and state as follows Strike out that which is not applicable a that myself or any of the representatives of my company firm do not have any relatives as defined in the appended annexure iii in the APTRANSCO DISCOMS Or b that the following officers employees of THE APTRANSCO DISCOM are related to me and to the representatives of my company firm and their status in the APTRANSCO DISCOMS is as under Relationship it is certified that the information furnished above is true to the best of my knowledge and belief It is hereby undertaken that in the event of any of the above information found to be false or incorrect at the later dated the APTRANSCO DISCOM is entitled to terminate the contract agreement entered into besides recovering damages as may be found necessary with due notice Signature of the authorised representative 249 Declaration to be given by the company partnership firm contractor at the time of entering into agreement with APTRANSCO DISCOMS Strike out that which is not applicable a I declare that myself o
188. fter the selection of a link or a network element the operator shall have access to the following information a All signals with status between two NEs b All input signals with status to NEs c All output signals with status from NEs d Faults in plug in unit level e Equipped units in subrack f Unequipped units in subrack g Priority levels class Master Level The master level operator shall be able to make the following configuration changes a Increase the number of NEs b Create new or revised connections between two network elements c Decrease the number of NEs d Remove the connections between two network elements Alarm Indications The following types of alarms shall be provided as a minimum in addition to other alarms generated as described above a Transit frame alarms e g input data failed b Receiver frame alarms e g BER gt 10 3 or gt 10 6 c Receiver alarms e g AGC at max d Switch over requested e Power supply alarms f Quality parameter indications according to ITU T recommendation G 821 erroneous seconds highly erroneous seconds degraded minutes Equipment Requirements In general the minimum monitoring and control requirements for the communications equipment are summarized in above Tables Table 2 3 Fibre Optic Transmission Equipment Alarms and Indicators 1 Device Status 2 LED Laser drive current 3 Transmit Output Power Failure 4 Transmit Frame Alarms 5 Recei
189. g Error insertion detection Alarm insertion detection system shall be able to detect and record the following alarm types los lof au lof ms ais ms rdi rs tim au ais au lop au ndf hp rdi hp uneq hp tim hp plm tu ais tu lop tu lom lp rdi lp plm lp uneq lp tim Iss lp rfi Round trip delay measurement of round trip delay of signals sent through networks The measurement shall be possible with sdh and pdh signals Automatic protection switching measurement Pointer analysis shall display the current value of the au and tu pointers Pointer generation shall be able to generate au and tu pointer Vc 12 tributary scanning amp monitoring S w and h w upgrades it shall be possible for the unit to be upgraded with new s w features without the unit being returned to the vendor It shall be possible to upgrade to stm 16 etc Operation of the unit shall be via a graphical user interface Use of menus function keys graphic displays to simplify operation is preferred It shall be possible to operate the unit whilst desk or floor mounted or whilst handheld C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 166 167 Annexure GTP PARTICULARS FOR SDH ANALYSER Description 1 Name amp address of the manufacturer Optical interfaces Wavelength ranges nm Connector Electrical interfaces de ea ee to 6 Clocking 7 Sdh mappings 8 Nx64 kbps channel testing whether possi
190. g of the bid and before award of the contract will be taken into consideration for the purpose of evaluation 30 4 A substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations For this purpose qualification requirement bid security validity delivery payment terms taxes and duties will be deemed to the critical provisions and deviations in any one of these things will be deemed to be a material deviation 31 Contacting the Purchaser 31 1 From the time of the bid opening to the time of contract award if any Bidder wishes to contact the Purchaser on any matter related to the bid it should do so in writing 31 2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation bid comparison or contract award will result in the rejection of the Bidder s bid F Award of Contract 32 Post Qualification C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 28 32 1 33 33 1 33 2 34 34 1 35 35 1 393 2 35 3 36 37 37 1 29 In the absence of pre qualification the Purchaser will determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the contract satisfactorily The determination will take into account the bidder s financial and production capabilities It will be based upon an
191. gnose and isolate failures through analysis of error and event reports and through the use of both on line and off line diagnostic tests and display of monitored data e Bypass failures through the use of automatic failover to redundant equipment where possible and through operator initiated actions where automatic failover is not possible The criteria for failover shall be configurable As an example the NMS shall support the transfer of switching orders to hot standby fibre terminal equipment configurations and drop insert equipment f Track network equipment failure history Power Failure After a power failure all equipment shall return without any manual reset to the same mode as before the failure Performance Management General Requirements Performance management is concerned with evaluation of the use of network equipments and their capability to meet performance objective Specific requirements that shall be satisfied include the following a Monitor point to point and end to end signal quality amp history b Provide operator controls to monitor performance of specified events measures and resources Specifically provide displays to permit the operator to 1 Select deselect network equipments events and threshold parameters to monitor 2 Set monitoring start time and duration or end time 3 Set monitoring sampling frequency C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 105
192. gs and technical literature for battery enclosed yes no ii whether type test reports enclosed yes no iii whether the painting shall be done as per seven tank method Signature of the bidder Place name Date designation signature of manufacturer supplier Name amp Address Name of the company C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 211 a Zee TECHNICAL SPECIFICATION FOR 6 Pair amp 1 Pair Telephone Cables C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 212 213 TECHNICAL SPECIFICATION FOR 6 Pair amp 1 Pair Telephone Cables 1 0 SCOPE 1 1 The scope of the specification covers design manufacture testing Packing forwarding and delivery on fads basis of cables as detailed below i 0 63mm 6 pair un armoured telephone cable ii 0 63mm single pair un armoured telephone cable 1 3 Six pair and single pair telephone cables are intended to interconnect the switching equipment to power line carrier communication terminal and interconnecting the switching equipment to telephone instruments The telephone cables will carry voice and data signals with frequencies below 4 khz The cables are intended for indoor use only 2 0 standards 1 The cables proposed for purchase shall conform to the following i s standards which shall mean latest revisions amendments changes adopted and published unless otherwise specified herein after teleph
193. h ITU T G 783 841 b SNCP at VC 12 VC 3 and VC 4 levels single ended non revertive and revertive in compliance with ITU T G 783 841 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 96 97 c The switching time for above protections in case of failure shall be less than 50 milliseconds d LCAS protection e Rapid Spanning Tree Protocol on cards incorporating layer 2 switching capabilities in compliance with IEEE 802 lw Spanning tree protocol shall prevent against loops at the Ethernet level of the network while providing L2 protection The optical line terminal equipment OLTE shall convert at the send end STM 4 digital signals based on the 2048 kbps hierarchy into optical signal for transmission over an optical fibre media and perform the reciprocal function on the receive side Separate fibres shall be used for transmit and receive Transmit receive on single fibre is not acceptable 5 6 OLTE shall comprise following modular units Transmit unit Code converter transmit Optical transmitter Receive unit Optical receiver Code converter receive Miscellaneous units Alarm control unit Protection switching Order wire unit service data interface unit Power supply unit 5 6 1 Optical transmitter and receiver The type of opto electronic devices proposed shall be stated by the tenderer and shall be to the approval of the APTRANSCO Data concerning the
194. hall also be non hygroscopic The cable sheath design shall permit easy removal without damage to the optical fibres or fibre units The sheath shall be made from good quality of weather resistant polyethylene compound black high density polyethylene HDPE and thickness shall be gt 1 8mm 2 5 5 2 5 6 2 6 a b c D the outer jacket termite protection A circular jacket of not less than 0 65 mm polymide 12 orange nylon 12 material should be applied over the sheath as an outer jacket The outer jacket shall have smooth finish and shall be termite resistant rip cord suitable rip cord s shall be provided which shall be used to open the sheath s and the armour of the cable The rip cord s shall be properly waxed to prevent wicking action and shall not work as a water carrier mechanical parameters amp tests tensile strength the cable shall be of sufficient strength to withstand a load of value t n 9 81x2 5xw newton or 2670n which ever is higher where w is the mass of 1km cable in kg The load shall be sustained for 10 minutes and the strain of the fibre monitored The load shall not produce a strain exceeding 0 25 in the fibre and shall not cause any permanent damage to any constituent part of the cable The change in optical attenuation during or after the application of the rated tensile load in accordance with iec60794 1 2 e1 procedure shall not exceed 0 05db km both for 1310nm and 1550nm wavelength The atte
195. hall be done by using a proper sized mandrel equipped with a transmitting device F Always blow downhill wherever possible G Multiple blowing machines may be used in tandem if so required w 7 qA m Installation by pulling may be permitted by the employer only in specific cases where installation by blowing is not feasible In case pulling is used the pulling speed shall be determined considering the site condition Care must be taken not to violate the minimum bending radius applicable for the fibre optic cable Tension in the cable during laying shall not exceed tension limit given in section 1 and the cable should not be damaged during or after the pulling While installing the cable excess length of about 10 meters shall be stored at each joint location for each side Excess length of 10 m shall be kept at one ends of a road crossing culvert crossing and 20 meters at one end of bridges however exact excess lengths and manhole locations shall be finalised during detailed engineering The excess length shall be housed in manholes Before undertaking the blowing activity the spare duct shall be inspected for any damage and in case the damage is noticed it has to be rectified The rectification work shall be in the scope of the contractor including civil work without any additional cost to APTRANSCO The duct integration test shall be conducted as per APTRANSCO approved norms and practices before taking up the blowing activity
196. hall not exceed the attenuation coefficient at 1550 nm by more than 0 05 db the attenuation coefficient between 1285 nm and 1330 nm shall not exceed the attenuation coefficient at 1310 nm by more than 0 05 db the attenuation of the fibre shall be distributed uniformly throughout its length such that there are no point discontinuities in excess of 0 10 db the fibre attenuation characteristics specified in table 2 1 a shall be guaranteed fibre attenuation of any amp every fibre reel the overall optical fibre path attenuation shall not be more than calculated below maximum attenuation 1550nm 0 21 db km x total km 0 05db splice x no of splices 0 5 db connector x no of connectors maximum attenuation 1310nm 0 35db km x total km 0 05 db splice x no of splices 0 5 db connector x no of connectors C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 128 e T29 Table 2 1 a DWSM OPTICAL FIBRE CHARACTERISTICS Fibre description Dual window single mode Mode field diameter 8 6 to 9 5 um 0 6 um Cladding diameter 125 0 um 1 um Model field concentricity error lt 0 6 um Cladding non circularity lt 1 Cable cut off wavelength Acc lt 1260 nm 1550 nm loss performance As per g 652 d Proof test level gt 0 69 gpa Attenuation coefficient 1310 nm lt 0 35 db km 1550 nm lt 0 21 db km Chromatic dispersion maximum Zero
197. hangeable with each other A specific confirmation of this should be furnished in the bid C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 17 pet 18 SCOPE OF WORK This specification covers design manufacture testing and delivery FADS free at destination stores of the materials described at section iv and technical specification section v for supply erection amp commissioning of under ground unarmoured optical fibre cable OPGW amp OLTE along with associated equipment for providing communication to 220kv amp 132kv SSs in Hyderabad metropolitan area under JICA funding on the following Tx lines Phase I 13 14 15 16 17 18 220kVSS Malkaram 220kV Ss Gunrock 220kVSS Chandrayanagutta 220kVSS Imlibun 132kVSS Osmania Univiersity 132kVSS CHilakalaguda 132kVSS Erragadda 132kVSS Balkampet 132kVSS Balkampet 132kVSS Patigudda 132kVSS Patigudda 132k VSS Hussain Sagar Phase II 19 20 21 22 23 24 6 2 220 kVSS Hayatnagat 400 220kVSS Ghanapur 132kVSS Patigadda 220kVSS Gunrock 220kV 132kV SS Imlibun PTO Miralam Filter bed LILO Overhead line of Ghanapur Imibun to Moosarambagh GIS 132kVSS Narayanaguda 132kVSS Fever Hospital 132kVSS Fever Hospital 132kVSS Osmania Hospital ELIGIBLE BIDDERS Bidders who meet the pre qualification requirements as on the date of tender opening described at Section VI only need quote Bids received from firms
198. hape of Bank Guarantee of the bankers name amp address IT IS HEREBY AGREED AND DECLARED AS FOLLOWS 1 The Bank Guarantee furnished herewith will in the first instance be valid for three 3 years 2 So long as the Bank Guarantee is in force all bids submitted by the bidder in response to notices of APTRANSCO inviting bids will be considered by the APTRANSCO without payment of separate bid security with each bid 3 If there is any default on the part of the bidder in respect of the bid or the contract resulting there from the APTRANSCO will have the unilateral right to call upon the Bank to forthwith pay to the APTRANSCO a sum equivalent to the damages sustained by the APTRANSCO by reason of such default 4 Where any such amounts have been claimed from and paid by the Bank the APTRANSCO will not be bound to consider any bid of the bidder submits thereafter unless the Bank Guarantee is restored to the level of Rs 2 50 000 however in special cases the APTRANSCO may consider any bid before the guarantee is restored to the full amount of Rs 2 50 000 if a separate bid security is given for the short fall and the bidder undertakes in writing to make good the short fall in the bank guarantee within 2 months of opening of the bids Dated this the day of month year STATION Signature of Bidder NOTE The Agreement should be furnished on Rs 50 non judicial stamp paper 234 4 CONTRACT FORM THIS AGREEMENT made the
199. he following factors Delivery schedule offered in the bid a Deviations in payment schedule from that specified in the general terms and conditions of the contract and technical deviations b The cost of components mandatory spare parts and service c The availability of spare parts and after sales services for the equipment offered in the bid d The projected operating and maintenance costs during the life of the equipment e The performance and productivity of the equipment offered f Other specific criteria indicated in the Bidding documents In addition the purchaser s evaluation of a bid will take into account the net landed cost of the material at the final destination for the purpose of evaluation net landed cost is arrived at by adding all elements of the basic price allowable discount excise duty exclusive of CST VAT amp any other levies packing amp forwarding freight charges insurance transit amp storage as quoted by the bidder interest on advance if any unloading at final destination erection servicing and other charges as called for In addition any variation up or down in taxes and duties new levies introduced subsequent to bid opening and before award will be considered for comparison purposes The following criteria may be adopted for taxes and duties for evaluation a It is the responsibility of the bidder to quote all taxes and duties correctly without leaving any column unfilled where taxes
200. he supply of the required programmer example EPROM programmer or console within the scope of supply with a detailed write up of the programming schedule through the operator console programmer the bidders are requested to quote as mandatory for one set of spare pcb modules as stated below i Power supply unit ii Central processing unit iii Line interface card iv E amp m trunk interface card v Switching matrix card Electronic push button telephones A b c d F The electronic push button telephones desk top type shall have the approval of telecom engineering centre of dot and suitable to work with plcc system type electronic push button telephones decadic supporting both Pulse and dtmf signaling and ring led dial speed 10 pps 5 break make ratio 2 1 inter digit pause 800 ms reliability the performance of the instrument should be very reliable and accurate with large mtbf as per tec requirements The telephones shall be provided with the following features C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 147 6 1 6 2 7 1 7 2 148 i Decadic DTMF dialing ii Last number redial iii Redial capacity up to 32 digits iv Ringer with volume control v Interchangeable transducers of electrodynamic type Electronic speech circuitry with regulated speech levels Speaker phone Tests Type acceptance and routine tests shall be carried
201. hese grounds the bidder shall furnish detailed instructions and precautions to be taken during handling at the port of entry local transportation and handling at stores including long storage at purchaser s stores This will in no way relieve the contractor from the overall responsibility of supplying the materials up to purchaser s designated destination store site Standards C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 159 3 2 160 The goods supplied under this contract shall conform to the latest relevant itu t standard and or other standards prescribed in the technical specifications EMC standards Equipment offered under the scope of work shall in general be suitable for working in environment prevalent in and around extra high voltage switch yards The equipment shall meet very high standards of electromagnetic compatibility The following standards as amended up to date may serve as guidelines i en 55022 radiated emission ii en 55022 conducted emission iii iec 801 3 radiated susceptability iv iec 801 4 conducted susceptibility v iec 801 2 electrical discharge vi iec 255 4 high frequency disturbance damped voltage amp current surges vii iec 870 2 voltage amp current surges viii iec 801 5 do X Cispr pub 22 class a The bidder shall enclose proof of the offered equipments performance within the limits specified in the above standards and or any
202. hould appear on the surface of the tube Drainage test for loose tube a tube length to 40 cm shall be cut and filled with filling gel ensuring there are no air bubbles and the tube is completely full The filled tube is placed in a horizontal position on a clean worktop and cut 5 cm from each end so that the finished length of the sample is 30 cm The filled tube shall be left in a horizontal position at an ambient temperature for 24 hrs The sample tube is then suspended vertically in an environment heat oven over a weighed beaker It is left in the oven at a temperature of 70 c for a period of 24 hrs At the end of the 24 hrs Period the beaker is checked and weighed to see if there is any gel in the beaker There shall be no gel or oil in the beaker Check of easy removal of sheath the sheath shall be cut in circular way using a sheath removal tool and the about 300 mm length of the sheath should be removed in one operation C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 63 64 It should be observed during sheath removal process that no undue extra force is applied and no component part of the cable is damaged It shall be possible to remove the sheath easily Easy removal of both the outer jacket and the inner sheath shall be checked separately T Effect of aggressive media on the cable surface acidic and alkaline behaviour the test shall be conducted as per method no Isol175 The two test s
203. i Have complied with the eligibility criteria specified in the NIT are the eligible Bidders Firms Bidders Firms ineligible to Bid i A retired officer of the Govt of AP or Govt of India executing works is disqualified from Biding for a period of two years from the date of retirement without the prior permission of the Government ii The Bidder who has employed any retired officer as mentioned above shall be considered as an ineligible Bidder ii The contractor himself or any of his employee is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor s employment within a period of 2 years from the date of his retirement iv The Contractor or any of his employees is found at any time after award of contract to be such a person who had not obtained the permission of the Government as aforesaid before submission of the Bid or engagement in the Contractor s service v Contractor shall not be eligible to Bid for works in AP Transco where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Assistant Accounts Officer and above on the accounts side The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed He shall also furnish a list of Gazetted Non Gazetted State Government Employees
204. ials equipment and services which the Bidder proposes to supply under the Contract The documentary evidence of conformity of the Materials equipment and the services to bidding documents may be in the form of literature drawings and data and will consist of C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 21 20 20 1 20 2 20 3 20 4 20 5 20 6 22 a A detailed description of the essential technical and performance characteristics of the Materials equipment b The bidder should specifically mention about furnishing the test certificates and a specimen form of test certificate should be furnished along with the bid c A list giving full particulars including available sources and current prices of spare parts special tools etc necessary for the proper and continuing functioning of the Materials equipment following commencement of the use of the Materials equipment by the Purchaser and d An item by item commentary on the Purchaser s Technical Specifications demonstrating substantial responsive ness of the Materials equipment and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications For purposes of the commentary to be furnished pursuant to above the Bidder will note that standards for workmanship materials and equipment as well as references to brand names or catalogue numbers
205. idding documents without material deviations Deviations from or objections or reservations to critical provisions such as those concerning Bid Security and Taxes and Duties will be deemed to be a material deviation The Purchaser s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence If a bid is not substantially responsive it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the nonconformity Evaluation and Comparison of Bids Bid will be evaluated as a Package The purchaser will evaluate and compare the Technical amp Pre qualification bids which have been determined to be substantially responsive In case the Technical amp Pre qualification requirements are found to be adequate and as required after examination of Bids Price Bids of the qualified Bidders will opened The Purchaser s evaluation of a bid will take into consideration one or more of the following factors All the bids which are opened read out and considered for evaluation will be checked for qualification requirements in respect of technical and commercial aspects Such of the bids which do not meet the qualification requirements will not be evaluated further The bid is to be checked for its conformity to the technical specification If it does not meet the technical specification the Bid will not be evaluated further H
206. ies of original documents defining the constitution or legal status place of registration and principle place of business of the company or firm or partnership etc i The bidder should furnish a brief write up backed with adequate data explaining his available capacity and experience both technical and commercial for the manufacture and supply of the required equipment within the specified time of 6 229 completion after meeting all their current commitments iii The bidder should clearly confirm that all the facilities exist in his factory for inspection and testing and these will be made available to the purchaser or his representative for inspection iv Reports on financial standing of the Bidder such as profit and loss statement balance sheets and auditor s report for the past three years bankers certificates etc Even though the bidder meets the above qualifying criteria they are subject to be disqualified if they have a made misleading or false representations in the forms statements and attachments submitted in proof of qualification requirements and or b record of poor performance such as not properly completing the contract inordinate delays in supply completion litigation history or financial failure etc Not withstanding anything stated above the purchaser reserves the right to assess bidder s capability and capacity to perform the contract should circumstances warrant such an assessment in the
207. ification the purchaser may call upon the contractor to pay the costs of providing the additional electrical energy required The contractor shall use his equipment for installation jointing testing and commissioning of OLTE equipment etc And furnish suitable test procedures of all materials as required by the purchaser The contractor shall invariably furnish a detailed document on the type tests routine tests and factory acceptance tests including the test procedures at least 6 weeks prior to the programmed date of factory testing amp inspection by purchaser s representative at the contractor s works and get the same approved by the purchaser who shall not take more than 2 weeks from the date of receipt of the test procedure document for its approval the date for factory testing of the cable equipment by the purchaser s representative at contractor s works shall be communicated by the contractor immediately after approval If required by the purchaser test specimens shall be prepared for check testing and forwarded at the expense of the contractor to an independent testing authority selected by the purchaser The cost of all such tests and or analysis shall be borne by the contractor Waiving of inspection or performing of inspection by the purchaser of work equipment or material whether carried out or supplied by the contractor or subcontractor shall not relieve the contractor from his liability to complete the contract works in accordanc
208. igital protection couplers and other offered equipment against this Specification should be in successful operation since 2 years within 5 years as on the date of opening of the Bid B FINANCIAL TURNOVER 1 3 6 1 4 0 4 1 Financial turnover during any one year of the last five years should have been equal or more than the estimated value of the package reports on financial standing of the bidder such as profit and loss statement balance sheets and auditor s report for the past five years in support of financial turnover and banker s certificates regarding bank limits RESPONSIBILITY OF CORRECTNESS OF THE INFORMATION SUBMITTED IN ONLINE BID LIES WITH BIDDER IF ANY INFORMATION FURNISHED IN THE BID IS PROVED TO BE FALSE AT A LATER DATE THE BID WILL NOT ONLY BE REJECTED BUT THE BIDDER WILL BE BLACKLISTED THE BIDS NOT COMPLYING WITH THE STIPULATED COMPLETION PERIOD WILL BE TREATED AS NON RESPONSIVE While being equal or compatible in other aspects preference will be given to those bidders who have experience in erection of above works similar to that given in the specification or of higher voltages during the last five financial years If a bidder quoting for the bids is having poor performance in the and not commensurate with the agreement in the previous contracts the bid of such bidder will not be considered for award of contract One Bid per Bidder Each bidder shall submit only one bid A bidder who submits
209. ilure rates of the units shall be listed and using these unit failure rates the calculated availabilities of the equipment offered in the bid shall be calculated the contractor s reccommended maintenance and repair philosophy and spare parts inventories shall minimise MTBF and MTTR numbers in support of the calculated availability The calculated system availability for fibre optic system shall be not less than 99 95 Operational stability The fibre optic system shall be designed to operate within specified performance for at least 10 000 hours continuosly without the necessity for manual adjustment or servicing C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 74 2 6 2 7 2 7 1 242 213 2 7 4 3 0 3 1 75 Operational life The equipment shall be designed to have a useful operating life of at least 15 years with reccommended servicing and replacement of parts Such recommended services and replacement of parts shall be brought out in the bid Bidders qualifying requirement Bidders shall meet the specified qualifying requirements The equipment supplied should be suitable for working in a hostile environment with electrostatic discharges EMI EMC compensation shall therefore be provided in the OLTEs and multiplexers in order to meet electro magnetic compatibility EMC requirement The bidder should be capable of integrating the fibre optical system with the existing PL
210. in modules wide input voltage range active current sharing potential free contacts for remote fault annunciation power factor correction input high voltage disconnect HVD amp battery low voltage disconnect LVD analog controller common 0 p voltage control battery current limiting for each battery path presettable to suit battery capacity 2 4 Monitoring amp Metering Display 1 Ac fail 2 Battery low 3 Ac on battery discharged 4 Battery reverse 5 Module fail 6 Load on 7 Battery on 8 System on float 9 System on charge 10 indication of load on main or stand by 2 5 Digital Panel Meters Provided For 1 battery voltage 2 Load voltage 3 Battery current 4 Load current 2 6 AC amp DC distribution board 12 nos of mcbs of 5amps each should be provided at load side 4nos of ac mcbs of 5a each should be provided 3 Switch for isolation of battery from charger should be provided oe 2 7 alarms amp indicators shall be provided for the following features A Fuse failure B Dc output high low beyond limits eov battery low C Over load D A c input failure E Float cum boost charger 1 amp ii fail C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 195 196 2 8 The following protection features shall be provided A Isolation of the load from battery during battery drain level of
211. in supply failure conditions and charger failure conditions B mcb protection provided to ac supply C fuses provided for ac amp dc supply control amp protection 8 Whether monitoring indications amp meetering display provided yes no 1 Ac fail 2 Battery low 3 Ac on battery discharged 4 Battery reverse 5 Module fail 6 Load on 7 Battery on 8 System on float 9 System on charge 10 indication of load on main or stand by signature of the bidder C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 197 1 0 1 1 198 Technical specification for 48v sealed maintenance Free VRLA batteries This specification covers the design manufacture testing inspection and testing before supply and delivery at destination stores basis of following 48v sealed maintenance free vrla battery sets for communication equipment at 132kv substations i 48v 200ah sealed maintenance free vrla battery set It is not intent to specify completely herein all the details of the design and construction of material However the material shall conform in all respects to high standards of engineering design and workmanship and shall be capable of performing in continuous commercial operation up to the bidder s guarantee ina manner acceptable to the purchaser who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which in his ju
212. ing of order and the same will be discharged after the award of contract and acceptance of performance security 20 7 The Bid Security may be forfeited a if a Bidder i Withdraws its bid or alters its prices during the period of bid validity specified by the C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 22 20 8 21 21 1 21 2 22 23 23 1 232 D 23 Bidder on the Bid Form or ii Does not accept the correction of errors pursuant to Clause No 30 2 or iii Offers post Bid rebates revisions or deviations in quoted prices and or conditions or any such offers which will give a benefit to the Bidder over others will not only be rejected outright but the original Bid it self will get disqualified on this account and the Bidder s BID SECURITY will be forfeited b In the case of a successful Bidder if the Bidder fails i To sign the contract in accordance with Clause No 38 ii To furnish performance security in accordance with Clause No 39 In case where the Bidder claims of having furnished Bid Security by way of DD BG but if the same is not received such Bids will be rejected and bidder will run the risk of being banned Period of validity of bids Bids will remain valid for the period of ninety 90 days from the date of bid opening prescribed by the Purchaser A bid valid for a shorter period will be rejected In exceptional circumstances the Purchaser
213. ion on 1310 nm amp 1550 nm with Primary Multiplexer Tele protection equipment and combined NMS for voice data and protection signaling etc on the following 220 132 kv GIS EHT line sections a 220KV SS Malkaram to 220 KVSS Gunrock 23KM b 220 KVSS Chandrayangutta to 220 KVSS Imlibun 16KM c 220 132 KVSS Osmania University to 132 33 KV Chilkalguda GIS 8KM d 132 KVSS Pattigadda to1322 33 KVSS Hussainsagar 9KM e 132 KVSS Erragadda to 132K VSS Balkampet U G SC line 8KM f 132 KVSS Balkampet to 132KVSS Pattigadda U G SC line 12KM g Hayatnagar 220 KVSS to 400 220 KV Ghanapur 33KM h 132KVSS Pattigadda to 132 KVSS Gunrock U G DC XLPE UG cable 1OKM 1 LILO of 220 KVSS Ghanapur to Imlibun to Moosarambagh GIS 36KM j Imlibun to PTO Miralam Filter Bed SKM k Narayanaguda to Fever Hospital SKM 1 Fever Hospital to Osmania University 8KM The digital multiplex equipment shall be designed to operate in electrical high voltage networks and shall be suitable for installations in substations with harsh environment and high electromagnetic interference it shall be highly reliable and provide secure communications for real time signals such as VOICE SCADA TELEPROTECTION DATA including IP ETHERNET and status control signals the equipment offered shall already be working successfully in telecommunication networks operated by power utilities it shall comply with the latest ITU T recommendations and ETSI standards and be able t
214. ith A Cap Of Rs 10000 For All Procurements With ECV Up To Rs 50 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 12 2 1 2 2 2 1 13 Cr And Rs 25000 For procurements with ECV Above Rs 50 Cr And 12 36 On Transaction Fees As Service Tax At The Time Of Bid Submission Through Online Payment Gateway With Any Master Visa Credit Card Issued By Any Bank And Through NET BANKING FACILITY DIRECT DEBIT WITH UTI ICICI OR HDFC BANKS The successful bidder shall pay an amount equivalent to 0 04 of ECV estimated contract value with a cap of Rs 10 000 Rupees ten thousand only for all contracts with ECV upto Rs 50 Crores and Rs 25000 Rupees Twenty Five thousand only for contracts with ECV above Rs 50 00 crores on e Procurement platform before entering into agreement issue of purchase orders towards e Procurement fund in favour of Managing Director APTS Hyderabad through the Agreement authority Bidders shall obtain digital certificates from APTS at a one time cost of Rs 1 200 The successful Bidder is expected to complete the work within the time period specified in the NIT Bidders Firms eligible to Bid The Bidders Firms who 1 Possess the valid registration as mentioned in the NIT and satisfies all the conditions therein ii Are not blacklisted or debarred or suspended by the Government for what ever the reason prohibiting them not to continue in the contracting business ii
215. jected C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 24 25 26 27 27 1 27 2 1 Dd 28 29 29 1 29 2 25 3 The soft copies information uploaded by them are genuine Any incorrectness deviations noticed will be viewed seriously and apart from canceling the work duly forfeiting the Bid security criminal action will be initiated including suspension of business and or black listing Deadline for submission of Bids The purchaser may as its discretion extend this deadline for the submission of bids by amending the bidding documents in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended LATE BIDS Modification and withdrawal of bids No bid may be modified after the deadline for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified withdrawal of a bid during this interval may result in the forfeiture of its bid security Opening and Evaluation of Bids Opening of Bids by the Purchaser The Purchaser will open all the Pre qualification bids After Pre qualification Technical and commercial analysis the Price Bids of the qualified Bidders will be opened on e platform at a later If the Technical Financial amp Pre qualification requirements are fou
216. k Balkampet Pt a 20 KV 5 i Fa a i meS Km Patfyadda nom Errafadda 220 KV Ph phittee Pa P jo Km agti in 5Km ph l Hussainsagar P Ghanapur Fever Hospi Narayanaguda syo lt T E NT 220 KV e mlibun Q a iKi Moosarambagh Ph I LEGEND Miralam 220 KV Ch gutta Ws Existing Sub Stn Filter bed Proposed Sub Stn mennnnnnn UGOFC Proposed Shivaram pally mmuuu UGOFC Proposed X Mamidipally OFC to be laid und replacement wee QFC existing OFC Proposed OFC ADSS now C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 56 57 SECTION V TECHNICAL SPECIFICATION FOR UNDER GROUND OFC OPGW amp ACCESSORIES OLTE amp ASSOCIATED EQUIPMENT C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 57 58 TECHNICAL SPECIFICATIONS FOR UNARMOURED UNDERGROUND FIBRE OPTIC CABLE This section describes the functional requirements major technical parameters and type testing and factory acceptance testing requirements for underground fibre optic cables Marking packaging and transportation requirements have also been described 2 1 General The underground fibre optic cable shall be an unarmoured cable suitable for underground installation in pipes The cable should be of low weight small volume and high flexibility The mechanical design and construction of each unit shall be inherently robust and rigid under all condition of operati
217. l 100 m 5 coil 4 2 14 Overall sheath thickness 6 Pair 1 4mm nominal single pair 1 0 mm nominal 4 2 15 Overall dia Of cable 6 pair 8 0 mm single pair 5 5 mm insulation material pve type a of is 5831 84 4 3 5 Thickness of insulation 1 2mm nominal 4 3 6 Approx Cable outer dia 9 5 mm nominal 4 3 7 Max Cr at 20 deg c 0 95 ohms km 4 3 8 Volume resistivity 1 x 10 ohms cms at 20 deg c 4 3 9 High voltage test 3 0 kv for 5 minutes between conductor and ground 4 3 10 rls type category cl 4 3 10 1 oxygen index as per astmd 2963 4 3 10 2 temperature index not less than 25 c 5 2 6 pair amp single pair telephone cables 5 2 1 The telephone cables shall be made up of 0 63 mm diameter annealed high conductivity copper conductor polythene insulated 2 cores twisted to form pairs all pairs bundled and wrapped together with teflon paper Overall pvc sheathed unarmourmed telephone cable generally conforming to is 1554 part i 5 2 2 Cable shall be designed and manufactured so that damage will not result from transportation installation and operation under any or all the climatic and operating conditions to which they may be subjected The conductor in every single core of the cable shall withstand an external voltage of 300v 6 0 Tests 6 1 The type tests carried out on the offered cables should be in accordance with is 5026 215 6 2 0 6 2 2 6 3 2 6 4 6 4 2 6 5 6 6 1969 is
218. l Parameters C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 181 L822 5 2 4 Smps Input Specifications Nominal Voltage 230 V Ac Single Phase Voltage Range 150 275 V Ac Frequency 47 53 Hz Power Factor 0 98 Min 50 Load To 100 Load Efficiency gt 90 Dielectric Strength 1 5 Kv Ac I P To O P amp Case Input 230v Ac 60 Volts To 70 Volts Single Phase Ie Varying Ac From 160v Ac To 290 Vac 5 2 4 1 Output Specifications Nominal Voltage 54v Dc Output Voltage Adjustment 48v 56v Output Current 50a With Multiple Modules Of Equal Capacity For Each Charger Power Full Load Capacity Of 50a Output Voltage Regulation lt 0 5v Ripple lt 100mv P P Psophometric Noise lt 2mv Audible Noise Battery Current Limit 0 lah Of Battery Battery Protection Lvd 43 44v Efficiency gt 92 In Addition To The Above The Unit Should Have Facility To Charge The 48 V Station Batteries Under Manual Control In Constant Current Mode Of Charging At Any Rate Of Charge Between 20 And 60 Of The Rated Charging Current From A Terminal Voltage Of 58v 2 4v Cell To A Terminal Voltage Of 65v Upto 2 7v Cell Under All The Battery Charging Voltage Conditions Load Voltage Shall Be Maintained Between 49v To 53 V Through Suitable Number Of Dropper Diodes 5 2 4 2 Output Constant Voltage Mode Constant Voltage In The Range Of 50 To 56 V Dc At Any Value Of Load Current From 0
219. l other equipment offered b technical standards manufacturing technology and quality assurance system for the OLTE multiplexers etc c Detailed description of the OLTE multiplexers including block diagrams section view circuit diagrams and dimensions of overall equipment d Technical standards of all other main elements used in the equipment offered e Technical measures for ensuring the lifetime of 15 years with recommended servicing and replacement of parts f Schematic diagrams g Mounting drawings h Test reports and certificates showing compliance with all required tests i Specific instructions for installation of the OLTE multiplexers etc J Description of quality control assurance programme k Details of packing The supplier shall within 4 weeks of placement of order submit three sets of final versions of all the above said drawings for purchaser s approval The purchaser shall communicate his comments approval on the drawings to the supplier within two three weeks The supplier shall if necessary modify the drawings and resubmit three copies of the modified drawings for purchaser s approval within two weeks from the date of purchaser s comments After receipt of purchaser s approval the supplier shall within three weeks submit 10 prints one set of good quality reproducible one set of micro films of the approved drawings for purchaser s use Three 3 copies of acceptance and routine test certificates duly
220. l samples shall be checked for any termite attack over the nylone 12 jacket The outer jacket shall be demonstrated to be termite resistant Attack by termites shall be C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 62 L M N O P Q R S 63 disregarded but termite should not penetrate or damage the nylone 12 jacket of any sample Observation on any damage of the cable shall be recorded Abrasion test to be conducted as per iec 60794 1 e2 or equivalent international test method Flexure rigidity test to be conducted as per astm d 790 The test shall not cause any permanent damage to any constituent part of the cable The change in optical attenuation after the test shall not exceed 0 05db km The attenuation shall be noted before and after the test for all the fibres Figure of eight test 1000m of cable shall be uncoiled from the drum and arranged in figure of eight each loop having a maximum dimension of 2m It shall be possible to arrange cable in figure of 8 with relative ease and the cable shall not show any visible damages Cable ageing test after environmental test the cable shall be subjected to a temperature of 85 2 c for 168 hours Cable shall then be brought to ambient temperature and stabilised for 24 hours The change in optical attenuation after the test shall not exceed 0 05db km for 1310 as well as 1550 nm wavelengths The attenuation shall be not
221. laterally inside the joint box The internal structure shall be metallic made of stainless steel to support and hold the cables and strength members etc The metallic parts for making connections shall be made of brass or nickle chromium plated steel and the total assembly shall be corrosion proof 3 1 3 fibre organiser fibre splice trays Fibre organiser shall be non metallic made of abs material having following characteristic i specific gravity 1 01 1 21 gm cc astm d 792 ii tensile strength 0 002kg sqmm 0 005kg mm astm d 638 iii elongation lt 50 astm d 638 iv water absorption0 3 0 4 astm d 57 59 v rock well hardness r81 r111 astm d785a Contractor shall furnish test certificates in conformity to the above parameters of the abs material Fibre organiser cassettes shall be provided on which the fibre splice and service loops of fibres may be placed by making fibre coils Slots on the splice tray for fixing splice protection sleeve shall be in such a way that they will not cause any stress or strain on sleeve or fibre and shall not shift loose or move inside the tray or come into conflict with the fibre coils once fixed It shall be possible to fix a minimum of 4 secondary tubes at the entry port of each tray No pve or any other type of adhesive tape is permitted to hold fibres and loose tube inside the tray To the extent possible all fibres of a tube shall be spliced in a single tray for better tube identity and fibre looping In ca
222. lation of the unarmoured underground optic fibre cable The cable shall be installed inside HDPE green duct already installed earlier The cable shall be installed by compressed air blowing technique The cable blowing machine shall be capable of blowing the fibre optic cable length of at least 1 km or more It shall be possible to blow more than 8 km per day using the blowing machine The contractor shall propose the exact methods and procedures for installation taking into consideration the following guidelines for approval by the employer A The optical fibre cable drums shall be handled with utmost care The drum shall not be subjected to shocks by dropping etc They shall not be normally rolled along the ground for long distance and when rolled shall in the direction indicated by the arrow The battens shall be removed only at the time of actual laying A blowing machine in association with an appropriate compressor shall be used for blowing Temporary blowing chambers if required shall be constructed and then backfilled after blowing operation is completed Locations along the route which provide easy access points for blowing machine and compressor shall be determined Before starting the cable blowing both HDPE pipes installed under this package shall be checked for obstacles or damage The already installed HDPE pipe wherein cable are to be installed under this package shall also be checked for obstacles or damage Checking s
223. lause No 62 if the supplier fails to deliver any or all of the Materials equipment or to perform the Services within the period s specified in the Contract the Purchaser will without prejudice to its other remedies under the Contract deduct from the Contract Price as liquidated damages a sum equivalent to 0 5 per week on the undelivered portion subject to a maximum of 5 of the total value of the contract Once the maximum is reached the Purchaser may consider termination of the contract The date of Form 13 i e the date of receipt of materials at destination stores in good condition will be taken as the date of delivery Materials Equipment which are not of acceptable quality or are not confirming to the specification would be deemed to be not delivered For penalty the number of days would be rounded of to the nearest week and penalty calculated accordingly The penalty specified above will be levied and would be adjusted against subsequent pending bills Any failure on the part of new vendors for a second time would cause them to be removed from the list of registered vendors Termination for Default The purchaser without prejudice to any other remedy for breach of contract by written notice of default sent to the Supplier may terminate this Contract in whole or in part i If the supplier fails to deliver any or all of the Materials equipment within the period s specified in the Contract or within any extension thereof
224. le fibres 4 Average fusion loss 5 Storage of splice result 6 Working mode 7 Splicing time 8 Return loss 9 No Of splice modes 10 Splice loss estimating function 11 Attenuation splicing function 12 Fibre magnification 13 Tension test 14 Tube heater heater modes 15 Power supply 16 Battery backup capacity 17 Carrying case 18 Dimensions 19 Weight 20 Operating condition 21 Storage condition 22 No Of splice cycles with battery C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 169 170 23 Electrode life 24 Accessories Signature of the bidder OPTICAL POWER METER TECHNICAL SPECIFICATION the optical power meter offered should be operatable in windows used in telecommunication system and shall be suitable for measuring the power of optical signal sources and the attenuation of optical cables the equipment shall be suitable for installation and maintenance of optical links and for component characterization TECHNICAL SPECIFICATION WAVELENGTH RANGE 850 TO 1550 NM ACCURACY 5 1 NW MEASUREMENT RANGE 70 TO 10 DBM OPERATING TEMPERATURE 10 TO 50 C STORAGE TEMPERATURE 20 TO 70 C OPTICAL CONNECTOR TYPE FC OPERATING TIME WITH BATTERY AT LEAST 10 HOURS OPTICAL POWER METER SHOULD BE OPERATED ON DC VOLTAGE SUITABLE AC DC ADAPTER AND BATTERY SHALL BE PROVIDED ACCESSORIES ALONG WITH POWER METRE 1 FC PC SC PC ST PC IN
225. ling up the certificates a he has adhered to the time schedule specified in the contract in dispatching the documents drawings pursuant to technical specification B He has supervised the commissioning of the GIS in time i e within the period specified in the contract from the date of intimation by the purchaser in respect of the installation of the plant C Training of personnel has been done by the supplier as specified in the contract D In the event of documents drawings having not been supplied or installation and commissioning of the plant have been delayed on account of the supplier the extent of delay should always be mentioned 245 8 C FROM OF COMPLETION CERTIFICATE Date Name of contract Contract no To Name and address of the contractor Dear ladies and or gentlemen Pursuant to relevant conditions of the contract entered into between yourselves and the employer dated relating to the brief description of the facilities we hereby notify you that the following part s of the facilities was were complete on the date specified below in accordance with the terms of the contract 1 description of the facilities or part thereof 2 Date of completion This letter does not relive you of your obligation to complete the execution of the facilities in accordance with the contract of your obligations during the defects liability pe
226. logues or literature submitted as part of the offer shall not be considered as valid deviations unless specifically brought out in the schedule of deviations For any deviation from the specification which is not specifically brought out in the schedule of deviation the offer may be liable for rejection the deviations brought out in the schedule shall be supported by authentic documents standards and clarifications otherwise the offer may be liable for rejection Information to be filled invariably by the tenderer For ready reference of the tenderer the items of information required to be invariably furnished by the bidder in his offer are listed below i four copies of the authentic English translation of each of the standards to which the offered equipment conforms in case those are other than the standards specified in this specification ii all annexures and schedules iii drawing listed in clause no 7 0 training of purchaser staff The supplier shall be required to provide training at no extra cost to APTRANSCO engineers at the site An important objective of training is to increase the ability to control supervise and carry out maintenance work on plant and equipment supplied by the contractor C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 157 158 The supplier shall be required to provide facilities for imparting training at no extra cost to 2 two engineers to be nominated
227. m 3 Short Circuit Current gt 6 32 kA for 1 0 second 1 1 2 7 4 Operating conditions Since OPGW shall be located at the top of the EHV transmission line support structure it will be subjected to Aeolian vibration Galloping and Lightning strikes It will also carry ground fault currents Therefore is electrical and mechanical properties shall be same as those required of conventional ground conductors 1 1 2 7 5 Installation C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 134 S13 OPGW installed under live line condition i e with all circuits charged to the rated line voltage as specified in this section shall be generally in accordance with the IEEE Guide to the Installation of Overhead Transmission Line Conductors IEEE STD 524 with latest revisions with additional instructions and precautions for live line working and fibre optic cable handling The stringing procedure shall be submitted by the Contractor prior to stringing for Employer s approval A tower structural analysis shall be carried out by the Contractor based on the relevant data to be provided by Employer to ensure that with the replacement of existing earthwire with the OPGW cabel the tower members remain within the statutory safety limits as per Indian Electricity rules and if required the Contractor shall carry out the tower strengthening as necessary The OPGW cable sections shall normally be terminated
228. m tentative to arrive the cost of OPGW per km However the hardware accessories to be supplied erected amp commissioned shall be as per field requirements as per survey C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 48 WON Ayquend eol ka Od 9 N Aussaaiun ejuewso MAZEL IEHdSOH 19494 AJXZEL Ajissanlun elueWISEQ SSAMZEL JedsoH 19A94 SSANZEL 9S D N leudsop 13434 NAZEL epnbeueAesen AAZEL 1e dSOH 19494 SSANZEL epnbeueAeien SSANZEL ull 9S 9 N SID yBequeiesoop ANZEL 0 Sul unqu Andeueys AJZEL H O 10 O1NT SID yubequeiesoow ZEL unq jW SSA ZEL indeuey5 SSA ZEL 0zz aull Od Y N paq 1 4 4 Wed O Ld unqu AXZEL SID Peg 1914 Ween Old uNq W SSAAZE L aull Od D N yo1uunyH NAZEL eppebyed AAZEL yOOuUNy SSAM ZEL eppebijed SSAM ZEL oul PS AMIN HO eul 5 N Og 4ebeujeAepy Mozz ANdeueys A407Z 00r seBeujeAeH SSA 022 indeuey5 SSAM0z2z 00r 49 aUul DS 5 N sebesuressny NAZEL eppepned AAZEL seBesuressny SSANZEL eppebijed SSANZEL aull O S D N eppebued MAZEL oduieyyjeg AAZEL eppebiijed SSANZEL yodweyleg SS ANZEL aul e buls 5 N yodweyjeg NAZEL eppebewy NAZEL y dweyjeg SSAAZEL eppe eng SSAAZEL DETAILS OF SUB STATION EQUIPMENT LINEWISE oull S D N epnbeyeyeyiyd AAZEL SISIN PIUBWSO AXNZEL epnbeyeyeyiyd SSAM ZEL Ayissaajup el
229. may solicit the Bidder s consent to an extension of the period of validity The request and the responses there to will be made in writing or by cable The Bid Security provided under Clause No 18 will also be suitably extended A Bidder may refuse the request without forfeiting its Bid Security Tax clearance certificates Copies of Income Tax Sales Tax and Turnover Tax certificates for the latest period from the appropriate authority will invariably be submitted In the case of proprietary or partnership firm it will be necessary to produce the certificate certificates for the proprietor or proprietors and for each of the partners as the case may be If the Bidder has already produced the certificate during the calendar year in which the bid is made it will be sufficient if particulars are given 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 temperature35 deg C d Maximum yearly average ambient air temperature30 deg C e Maximum humidity 100 f Maximum Wind Pressure 150kg Sq m 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
230. mended range of float boost charging voltage start finish per cell and permissible variations 11 Float boost charger current a e T E wxeisdass pants 12 Amount of gas h2 evolved during boost charging 13 Internal resistance of each cell ohm i fully charged C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 201 202 14 Maximum temperature that cell deg C shall withstand continuously without affecting the service life of cell over ambient temp Of ee 50 15 Loss of life when battery operated various temperature corresponding to ambient temp Of 2c 50 c 16 Average life of cell in years EEEE EEE 17 Overall dimension of each cell mm x mm x mm 18 Distance between the centres of cell when erected E N eck a 19 Weight of complete cell kg Peesi reri EET TRE E Ra ITR 20 Size and material of connectors with Method of connection between cells nosussnsnssnsenseseusersrssrserrrsrrsereen installation amp connection diagrams to be enclosed 21 Capacity of battery at amp hour D ten hour discharge rate to 1 85v per cell at 27 deg c ii five hour discharge rate to 1 85v i scosssnsssssssssssseserereereeeerresesssssssr per cell at 27 deg c iii one hour discharge rate to 1 85v per cell at 27 deg c iv one minute discharge rate to 1 85v ssssssesesurereeesssssrsssssrersrererereres per cell at 27 deg c 22 Max Recommended period of
231. ment to the 3 party Network Management system during the execution of the project or after The supplier shall show demonstration on how he is going to integrate his equipment to the one of the existing NMS available with C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 99 1001 2 APTRANSCO The bidder can view the existing NMS at APTRANSCO with a prior intimation and approval before bidding b Technical specifications for multiplexer MUX equipment The telecommunication system to be offered shall comprise of optical fibre system which is intended to be used for Voice communication Tele protection signalling Data transmission Facsimile communication Video conferences 5 3 Multiplex equipment MUX PCM The equipment shall be designed and tested in accordance with ITU T G 742 and G 823 recommendations The 2 MBPS multiplexer shall be standard PCM multiplexer providing 30 digital and or analogue channels with associated signalling in accordance with ITU T G 711 G 712 and G 732 recommendations The equipment shall be provided with redundant power supply module At each station the PCM MUX shall be provided suitable for 120 channels so that in future the channel capacity can be increased by just inserting the interface modules PCM multiplexer should take one clock input of 2 MHz for synchronization and shall able to give at least one clock outputs for synchronization of othe
232. mp commissioning of 48 fibre 116 Kms underground OFC through 40 33 mm 40 dia HDPE duct including end termination in FDMS with splicing and testing of 48 Fibre OFC from end to end stations 41 Erection and commissioning of OLTE 30 Locatio MUX DTP and associated equipment ns 42 Erection amp commissioning of OFAC 1500 Mtrs Erection amp commissioning of fibre 26 Nos 43 distribution panels for termination of fibres of 48 F capacity 44 Erection and commissioning of EPAX 12 Nos 16 16 45 Erection and commissioning of 48V 8 Nos charger 46 Erection and commissioning of 48V 8 Nos SMF VRLA battery set Erection and commissioning of 1 5 ton 15 Nos Note C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 45 1 All the above items are given in the commercial form under mechanical accessories with respective quantities Bidder shall quote unit Ex works prices for all these items under mechanical accessories form shall be the total Ex works price of all items except at Items 39 to 47 multiplied by the respective quantity Where as the Total Ex works cost of Items 39 to 47 shall be indicated against Erection amp Commissioning Column in the Commercial Evaluation Form 2 The details of equipment to be erected and commissioned are at Annexure I A amp Annexure I B Basic price per unit in the commercial 46 ANNEXURE I A Station wise details of the Sub S
233. n presentation etc of its proceedings as also the fees and expenses paid to the Arbitrator appointed by such party or on its behalf will be borne by each party itself Where the value of the Contract is Rs One Crore and below the disputes or differences arising will be referred to the Sole Arbitrator The Sole Arbitrator should be appointed by agreement between the parties failing such agreement by the appointing authority namely The Institution of Engineers India Not withstanding any reference to arbitration herein The parties will continue to perform their respective obligations under the Contract unless they otherwise agree and The Purchaser will pay the Supplier any monies due to the Supplier 64 Jurisdiction 64 1 All and any disputes or differences arising out of or touching this contract will be decided by the Courts or Tribunals situated in Purchaser s Headquarters only No suit or other legal proceedings will be instituted elsewhere 65 Notices 65 1 Any notice given by one party to the other pursuant to this Contract will be sent to the C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 41 42 other party in writing or by cable telex or facsimile and confirmed in writing to the other party s address 65 2 A notice will be effective when delivered or on the notice s effective date whichever is later 66 Foreign Exchange 66 1 No Foreign Exchange is available or expected
234. n of fibre optic testing instruments in his supply including the replacement of any posts signs C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 156 9 0 10 0 11 0 12 0 157 pollards etc which have been damaged or moved and of any overhead wires or structures moved or brought down Insurance The supplier shall insure all shipments and works at his own expenses for not less than the full replacement cost plus any additional cost for accelerated manufacture of the replacement parts Loss of or damage to testing instruments during shipping or transportation to the site stores or other wise shall not constitute grounds for claims for extension in time or for extra payment schedules required to be submitted The tenderes shall fill in the following annexures amp schedules which form part of the tender specification and offer If the schedules are not submitted duly filled in with the offer the offer shall be liable for rejection Bidders are requested to refer to schedules Statement giving prices for all recommended spares for ten years of satisfactory operation of each equipment Unless otherwise brought out separately by the bidder in the schedules of deviations the offers shall be deemed to confirm to the specification scrupulously All deviations from the specification shall be brought out in the schedule of deviation The discrepancies between the specification and the cata
235. n table 2 1 Dwsm fibres shall conform to the requirements specified in table 2 1 below Table 2 1 Dwsm optical fibre characteristics G 652 Fibre description Dual window single mode Mode field diameter 8 6 to 9 5 um 10 of the nominal value Cladding diameter 125 0 um 2um C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 58 59 Mode field concentricity error lt 1 0um Cladding non circularity lt 2 Cable cut off wavelength lt 1260 nm 1550 loss performance As per g 652 Proof test level gt 0 35 gpa Attenuation coefficient 1310nm lt 0 35 db km 1550nm lt 0 23 db km Attenuation at water peak 1383nm lt 2 1 db km Chromatic dispersion maximum zero dispersion wavelength zero dispersion slope 20 ps nm x km 1550 nm 3 5 ps nm x km 1288 1339nm 5 3 ps nm x km 1271 1360nm 1300 to 1324nm 0 093 ps nm xkm maximum Polarization mode dispersion coefficient lt 0 5 ps km Temperature dependence Induced attenuation lt 0 05 db 60 c 85 c Bend performance 1310nm 75 2 mm dia mandrel 100 turns Attenuation rise lt 0 05 db 1550nm 75 2 mm dia mandrel 100 turns Attenuation rise lt 0 10 db 1550nm 37 0 5 mm dia mandrel 100 turn Attenuation rise lt 0 50 db G 655 Fibre description Dual window single mode Mode field diameter 8
236. nclosed with the bid ii Before dispatch of the equipment at least six 6 copies along with one original shall be submitted One copy shall be returned duly certified by the purchaser only after which the material will be dispatched b Record of routine test reports shall be maintained by the bidder at his works for periodic inspection or as and when desired by the purchaser s representative C Test certificates of tests conducted during manufacture shall be maintained by the bidder These shall be produced for verification as and when desired by the purchaser C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 149 150 5 Annexure I Guaranteed technical particulars for EPAX to be filled by the bidder S Parameters Description No 1 Technology type 2 Control 3 Back up memory 4 System capacity 1 Full capacity of trunks 2 Initially required capacity Required capacity of E amp m trunks subscribers 5 Configuration 6 Priority facility 7 Communication links 8 Architectural design 9 System modularity 10 Approvals required 11 Trunk interface with led indication for all trunks 12 El interface 13 Alarm on indication 14 Protection 15 Extension interface 16 Redundancy 17 System voltage 18 Power consumption 19 Emi EMC 20 The EPAX shall be compatible to the
237. ncluding inter cell inter row and inter bank connectors and bolts nuts amp washers 5 1 8 The battery shall be offered complete with all parts that are necessary or useful for their efficient operation Such parts shall deemed to be within the scope of this specification 5 1 9 The guaranteed technical particulars to be ensured is enclosed in annexure i Bidders are requested to indicate gtp separately in the same format C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 208 209 ANNEXURE SCHEDULE OF GUARANTEED AND OTHER TECHNICAL PARTICULRS FOR SEALED MAINTENANCE FREE VRLA BATTERIES Sealed maintenance free VRLA batteries 48V 250AH 1 Manufacturer s name address and conoi a EA L N TE 2 Supplier s name and address PAETE TE EEE E E OA 3 Governing standard T E E ET 4 Cell designation E EEE EE E E E N 6 Plates thickness and material part aE aA r A E E A I type of positive plate t ins coy deeq saute svexed pase EEE EEEE dott ARR tans Thickness and material li type of negative plate Seige beat oii pede eeu oti pee NRE Iii number of plates per cell C ciGhen Guia ue de aie au eh siee uta okie as eKauinauee sss 6 Separators II type Pca s ab eta naibabighde dita E tase 11 material S dacs otutes Rodan don a a e a dca 111 thickness lchughidd ee o O T E ARETO STE OE DE TREES iv governing standard sssssessssrresessrresrsserrrrrrrrrerersreene 7 Vent plug V c
238. nd to be inadequate the Price Bid of such unqualified bidders will not be opened Pre bid meeting will be arranged before opening of the bids Any clarification sought on the bid should reach this office before pre bid meeting But not applicable for this Bid Clarification of Bids During evaluation of the bids the Purchaser may at its discretion ask the Bidder for a clarification of its bid The request for clarification and the response will be in writing and no change in the prices or substance of the bid will be sought offered or permitted Preliminary Examination The Purchaser will examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether the documents have been properly signed and whether the bids are generally in order The Purchaser may waive any minor informality nonconformity or irregularity in bid which does not constitute a material deviation provided such waiver doesn t prejudice or affect the relative ranking of any Bidder C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 25 29 3 29 4 30 30 1 30 2 26 Prior to the detailed evaluation the Purchaser will determine the substantial responsiveness of each bid to the bidding documents For purposes of these clauses a substantially responsive bid is one which conforms to all the terms and conditions of the b
239. ndards as amended up to date may serve as guidelines i EN 55022 radiated emission ii EN 55022 conducted emission ii IEC 801 3 radiated susceptibility iv IEC 801 4 conducted susceptibility v IEC801 2 electrical discharge vi IEC255 4 high frequency disturbance damped voltage amp current surges vii IEC 870 2 voltage amp current surges viii IEC 801 5 do ix CISPER pub 22 class a The bidder shall enclose proof of the offered equipments performance within the limits specified in the above standards and or any other international standards A copy of the each of the other standard in English version shall be enclosed with the bid C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 89 90 4 0 General technical requirements of OLTE amp hardware 4 1 1 4 1 8 4 1 9 4 1 10 4 1 11 4 1 12 The equipment shall be modular in design compact and composite construction including power supply switching and control units The equipment shall be fully solid state field proven and adopt state of art technology The mechanical design and construction of each unit sub assembly shall be inherently robust and rigid under all conditions of operation adjustment replacement storage and transport The equipment shall have self cooling arrangement No forced cooling using fans etc Is envisaged The equipment shall operate from a nominal 48VDC or 60VDC battery positive grounde
240. nding when tested in accordance with eia 455 104 and shall not cause any permanent damage to any constituent part of the cable The cable sample shall be at least 5 meters or more The change in optical attenuation during or after the application of the repeated bending test shall not exceed 0 05db The attenuation shall be noted before and after the test for all the fibres The test requirement shall be as mentioned below weight 5kg minimum distance from pulley centre to holding device 216mm minimum distance from weight to pulley centre 457mm pulley diameter 20 times to the cable dia angle of turning 90 number of cycles 30 time required for 30 cycles 2 min C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 61 f g h D J K 62 Impact test the cable shall withstand at least 10 impacts of 50n load from a 0 5 metre height with impacting surface radius of 12 5mm The 10 impacts when applied at the same place in accordance with iec60794 1 2 e4 shall not cause any permanent damage to any constituent part of the cable The change in optical attenuation during or after the application of the impact load shall not exceed 0 05db the attenuation shall be noted before during and after the test for all fibres torsion test the cable shall withstand 10 cycles of 180 torsion with 400n load applied on a 2m sample This load cycle applied in accordance with iec60794 1 2 e7
241. ng Care shall be taken that spare part holding and servicing will be similar for the whole system as far as practicable 5 2 SDH Type Optical Line Terminal Equipment OLTE Unidirectional OLTEs 10 Nos Unidirectional Managed Synchronous Digital Hierarchy SDH type short haul that can drive upto 60 Km Optical Line Terminal Eqpt Operating on 1310nm and 1550nm with a capacity of STM 4 up gradable to STM 16 having 1 1 loop amp path protection at optical level redundant control unit hot standby power supply with Primary MUX Digital Tele protection eqpt 2nos with the following configuration E1 Elec I F 63 Nos Initially h w provided for 32 Els and wired for full capacity so that in future by adding E1s card full capacity can be utilised High speed Ethernet 10 100 base ports 8 Nos with Layer 2 switching capability Digital Cross Connect 40 x Els Digital Distribution Frame MDF Engineering Order Wire Telephone C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 91 pee 92 as Two directional OLTEs 8 Nos Two directional Managed Synchronous Digital Hierarchy SDH type short haul that can drive upto 60 Km Optical Line Terminal Eqpt Operating on 1310nm and 1550nm with a capacity of STM 4 up gradable to STM 16 having 1 1 loop amp path protection at optical level redundant control unit hot standby power supply with Primary MUX Digital Tele protection eqpt 2nos with
242. ng or not non reversible If a path has switched to its standby route because the main route is disturbed this shall be indicated with an alarm the switching shall be done within the multiplexer without using the network management system 5 2 9 1 1 1 section protection The equipment shall provide means to protect STM 4 MSP It shall be possible to use two independent links one as the main and the other as the standby The system shall automatically switch to the standby connection and generate an alarm if the main connection is disturbed The switching shall be done within the multiplexer without using the network management system 5 2 9 2 Synchronization and Timing C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 95 9 6 i SDH equipment shall derive its clock from the following source Line timed mode In this mode SDH equipment shall derive its clock from any one of the E1 DS1 tributaries or STM 4 16 OC 3 12 signals Externally timed mode In this mode an external 2048 KHz or 2 048 Mbps signal shall be used as the clock source Holdover mode In this mode SDH equipment shall use the stored timing data to control the output frequency for a short duration of around 24 hrs Beyond this it shall use its own internal oscillator in a free running mode 5 3 Protection 5 3 1 Equipment Protection Switching Equipment protection switching shall accommodate various hardware failures whil
243. ng Instruments EE EE OOT teste Voltmeter Range And Accuracy Class Ammeter Range And Accuracy Class Scale Details EEEE EKE Ea AKAAERE RAEE tetas ees Scale Cramping If Any Xi Mebs Mccbs Continuous Current Rating Wire Size Which The Terminal Can Accommodate ccc cece ec eeeeeeeeeeeeeees Padlocking Facility Provided Yes No Signature Of Manufacturer Supplier Signature Of The Bidder Name amp Address Place Name Date Designation Name Of The Company C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 189 creel hao 0 TECHNICAL SPECIFICATION FOR SUPPLY OF 48V 35A 1 1 SMPS MODULAR POWER SYSTEM C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 190 O 1 0 GENERAL A CABINET I The complete system should be designed such that it should provide 1 1 redundancy with DCDB distribution ii with high level of corrosion resistant in warm and humid climates including out door and long term use And coating should resist to mineral oils lubricants solvents alkaline Etc iii all ms stainless sheets and components should be carefully selected for out door application for power and thermal management iv door stopper and ip gasket seal door switch and inside lamp V with high security locking facility system Vi various types of input output cables are pre specified and provision for connectors should be install
244. nications systems shall be subjected to a Two hundred 200 hours Guaranteed System Availability Test after installation at site and before being put into commercial service The purpose of this test is to ensure in advance the in service availability of the system and its component parts Successful completion of this test with no more than an agreed number of unscheduled errors to be agreed between the Contractor and the Purchaser will constitute the hardware and software acceptance of the system 22 1 GSAT Duration and Acceptance Deadline The duration of the GSAT test shall be 200 hrs If the Contractor is unable to demonstrate to APTRANSCO s satisfaction that the system has attained the acceptance conditions during an initial period of nine 9 days then the acceptance period shall continue on a rolling basis up to an acceptance deadline of 18 days 22 2 General Conditions for GSAT The duration of the availability test shall be 200 hours During the availability test time no adjustment shall be made to any equipment unless specifically agreed with the Purchaser During this period in the event of failure of a unit component the defective item shall be replaced by a spare unit component without C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 84 85 interruption of the test if possible and the damaged item shall be repaired and returned to its original position as quickly as possible By m
245. nsation for any loss resulting from the Supplier s failure to complete its obligations under the Contract The performance security will be a A bank guarantee issued by a scheduled bank acceptable to the Purchaser in the form provided in the bidding documents The Bank guarantees may be obtained from the state Bank of India or its associate Banks Nationalised Banks b A banker s Cheque or crossed DD or Pay Order payable at the Head quarter of the Purchaser in favour of the Purchaser drawn on any scheduled bank The performance security will be discharged by the Purchaser and returned to the Supplier not later than sixty 60 days after the expiry date Failure of the successful Bidder to comply with the above requirement will entail cancellation of the award and forfeiture of the Bid Security In cases where the performance security is not yet paid the bid security will be forfeited and the balance to make up the performance security deposit will be deducted from pending payments if any due to the Tenderer from APTransco on other orders In addition the company will also become liable for being black listed by APTransco Corrupt or Fraudulent Practices It is essential that the Purchaser as well as Bidder Supplier Contractor for the purposes of this provision the terms set forth below as follows 1 Corrupt practice means the offering giving receiving or soliciting of any thing of value to influence the action of
246. nt steel drums sutiable for long periods of storage and re transport amp handling There shall be no factory splices allowed within a continuous length of cable Only one continuous cable length shall be provided on each drum The lengths of cable to be supplied on each drum shall be determined by a schedule prepared by the Contractor 1 1 2 6 OPGW cable Installation requirements Most of the OPGW fibre optic cables to be installed under this project shall be installed under live line conditions i e with all the circuits of the transmission line charged to their rated voltage However some of OPGW cables may be installed in off line conditions The tentative bill of quantities for both live line as well as off line OPGW cable system installations have been specified in the appendices and the actual quantities for both types shall be finalized during project execution after detailed survey Under live line installation the OPGW cable shall be installed on transmission lines under live line conditions i e with all the circuits of the transmission line charged to their rated voltage C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 132 131330 The OPGW cable shall be installed at the top of the tower by replacing the existing ground wire The contractor shall carry out re tensioning of existing earth wire wherever required to maintain the adequate clearances for live line stringing of fibre
247. ntainer to avoid any damages in transit amp during installation particularly outer sides of the container where name plate and other details are pressed i proposed method of working float charge and boost charge j mounting rack mounted stack k type of installation in door Note each cell should be properly packed in separate insulated metal container stack 5 0 5 1 Technical requirements battery 5 1 2 The batteries required under this specification are for supplying dc supply to power line carrier communication equipment The battery shall be capable of withstanding large discharge currents for operating various equipments It shall be of rugged construction designed for long life and for working satisfactorily C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 199 200 without much alteration under the severest operating conditions and shall conform to the relevant standards 5 1 3 The battery shall be supplied complete with all accessories including inter cell inter row and inter bank connectors and bolts nuts amp washers 5 1 4 The battery shall be offered complete with all parts that are necessary or useful for their efficient operation Such parts shall deemed to be within the scope of this specification 5 1 5 The guaranteed technical particulars to be ensured is enclosed in annexure i Bidders are requested to indicate gtp separately in the same format C Users
248. ntinuously without cable cutting The slip strength shall be rated not less than 95 of the rated tensile strength of the OPGW c Clamp Assembly Earthing Wire Earthing wire consisting of a 1500 mm length of aluminium or aluminium alloy conductor equivalent in size to the OPGW shall be used to earth suspension and dead end clamp assemblies to the tower structure The earthing wire shall be permanently fitted with lugs at each end The lugs shall be attached to the clamp assembly at one end and the tower structure at the other d Structure Attachment Clamp Assemblies Clamp assemblies used to attach the OPGW to the structures shall have two parallel grooves for the OPGW one on either side of the connecting bolt The clamps shall be such that clamping characteristics do not alter adversely when only one OPGW is installed The tower attachment plates shall locate the OPGW on the inside of the tower and shall be attached directly to the tower legs cross members without drilling or any other structural modifications e Vibration Dampers Vibration dampers type 4R Stockbridge or equivalent having four 4 different frequencies spread within the Aeolian frequency bandwidth shall be used for suspension and tension points in each span The Contractor shall determine the exact numbers and placement s of vibration dampers through a detailed vibration analysis as specified in technical specifications Vibration damper clamps shall be made of alumini
249. nuation shall be noted before strain during strain and after release of strain for all the fibres crush test compressive strength the cable shall withstand a compressive force of at least 4000 n applied for at least 60 seconds between two plates of 100mm x 100mm in accordance with iec60794 1 2 e3 procedure This compressive load applied in accordance with iec60794 1 2 e3 shall not cause any permanent damage to any constituent part of the cable The change in optical attenuation during or after the application of the compressive load shall not exceed 0 05db both for 1310nm and 1550nm wavelength The attenuation shall be noted before during and after the test for all fibres bend radius the cable bend radius under no load shall be less than or equal to 20 times the cable diameter The test method shall be according to the iec60794 1 2 e11 procedure 1 The fibres and component parts of the cable shall not suffer permanent damage when the cable is subjected to 10 cycles of wrapping and unwrapping of 4 complete turns around a mandrel of dia equal to 20 times the cable diameter The change in optical attenuation after the test shall not exceed 0 05db both for 1310nm and 1550nm wavelength The attenuation shall be noted before and after the test for all fibres Outer jacket shall not show any cracks visible to the naked eye when examined whilst still wrapped on the mandrel Cable bending test repeated bending the cable shall withstand repeated be
250. o The Level Of 44 4 V LE 1 85 Per Cell 5 2 4 7 Equipment Over Voltage The Smps Charger Should Trip And Give An Eov Indication By Led Flash On And An Alarm When The Load Voltage Exceeds 55v It Can Be Switched On Only After Manual Resetting Of The Eov Reset Push Button 5 2 4 8 Supervision And Alarms The Following Visual Led Indications Should Be Provided On Units With Marking Monitoring amp Metering Display Ac Fail Battery Low Ac On Battery Discharged Battery Reverse Module Fail Load On Battery On System On Float System On Charge OANNNMNHPWNH 5 2 4 9 Fault Alarms Should Be Actuated In Any One Or More Of The Following Conditions I Charger Failure li Dc Output High Low Beyond Limits Eov Battery Low Iii Over Load Iv A C Input Failure 5 2 4 10 D Digital Dc Voltmeter 0 75v Range To Be Connected Across The Battery And Load Through A Switch li Digital Dc Ammeter 0 50a Range For 48v 50a Smps lii Battery Ammeter 50 0 50a Range For 48v 50a Smps Central Zero 5 2 5 D C Distribution amp Switching Cubicle 523 1 Dc Distribution Arrangement Should Be Essentially Provided For C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 183 5 2 5 2 A B C D E F 184 A Termination Of Plec Loads B Termination Of 48v Stationery Battery Smf Batteries Adequately Rated Insulated Copper Bus Bars Should Be Provided For Ch
251. o be interconnected with legacy multiplex and other telecommunication equipment 1 1 The successful bidder shall co operate with the contractors for interfacing with any other optical fibre system for overall system integration 1 2 Training for Six purchaser Engineers at the manufacturer s site for one week 1 3 Arrangement for shipment safe delivery on FOB port of shipment and CIF Indian port for equipment of non Indian origin Safe onward inland transport and delivery of equipment at the purchaser s designated store destination for equipments of both Indian and non Indian origin 1 4 1 Putting the equipment to regular operation after testing and commissioning and guaranteeing its performance for a period of 12 months from the date of final testing and commissioning It is not the intent of this specification to specify completely herein C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 88 1 5 1 6 2 0 89 all details of the design and construction of the equipment or materials to be supplied or services to be rendered However the equipment shall conform in all respects to high standards of engineering design and workmanship and shall be capable of performing in continuous operation as per latest international standards in hostile electrical environments prevailing near extra high voltage grid substations in absence of any air conditioning environment The purchaser will interpret the
252. o ensure only one authorized user has write capability for a selected domain of the network It shall be possible to define multiple domains for purposes of monitoring and control Human error and conflict detection are also required Such errors and access violations shall be reported to the offending user as error messages amp warnings Repetitive violation of security measures shall generate an intrusion alarm which shall be logged and displayed at all authorized operator management stations Physical intrusion detected should be reported as an alarm condition Operator Authorization Levels Two levels of operator authorization as a minimum shall be provided a Monitoring Level Monitoring Level operators are authorized to supervise the network but should not be able to change the configuration of the network b Master Level Master Level operators can supervise the network and carry out protected functions such as change network configuration amp other functions such as database maintenance functions Authorization at the master level may encompass the whole network or only a part of it Monitoring Level A monitoring level operator shall have access to at least the following items or features a Diagram of the network b Name of network elements NE c Connections between NEs d Faults in NEs e Faults in lines C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 106 107 A
253. o supply to the purchaser under the contract The services means those services ancillary to the supply of the materials equipment such as transportation and insurance and any other incidental services such as installation commissioning provision of technical assistance training and other such obligations of the supplier covered under the contract GCC means the general terms and conditions of contract contained in the section The purchaser means the organization purchasing the materials equipment Vendor is a supplier who has registered with the purchaser for supply of materials equipment The supplier means the firm supplying the materials equipment and services under this contract day means calendar day APPLICABILITY These General Conditions of contract will apply to the extent that they are not superseded by provisions of salient features of the bid STANDARDS The materials equipment supplied under this contract will conform to the standards mentioned in the technical specifications and when no applicable standard is mentioned the authoritative standards appropriate to the materials equipment i e BIS such standards will be the latest all materials will be of best class and will be capable of satisfactory operation under tropical conditions without distortion or deterioration INTERCHANGEABILITY All similar materials and removable parts of similar equipment will be interc
254. of India herein after referred to as borrower and APTRANSCO herein after referred to as executing agency has received on ODA Loan from JICA JAPAN INTERNATIONAL COOPERTION AGENCY formerly JBIC for Transmission system modernisation and strengthening project in Hyderabad vide loan no ID P 178 dt 26 3 2007 and intends to apply a portion of the proceeds of the loan to payments under the contract for supply erection supervision testing and commissioning of 132kV 33kV gas insulated metal enclosed switchgear including providing communication equipment Disbursement of an ODA Loan by JICA will be subject in all respects to the terms and conditions of the loan agreement including the disbursement procedures and the Guidelines for procurement under JICA ODA loans No party other than Government of India and APTRANSCO shall derive any rights from the loan agreement or have any claim to loan proceeds The above loan agreement will cover only a part of the project cost and for the remaining portion through PFC funding 2 The APTRANSCO invites sealed bids from eligible bidders for supply erection amp commissioning of under ground optical fibre cable OPGW amp OLTE along with associated equipment for providing communication to 220kv amp 132kv SSs in Hyderabad metropolitan area under JICA funding in a single Lot against specification no e LIPT 15 2012 JB JICA Lot I amp II 3 3 as indicated in this section DEPARTMENT TRANSMISSION C
255. oltage Voltage Range Frequency Power Factor Efficiency Dielectric Strength Output Specifications Nominal Voltage Output Voltage Adjustment Output Current Per Module No Of Modules For Each 50a Capacity Power Output Voltage Regulation Ripple Psophometric Audible Noise Battery Current Limit Battery Protection General Specifications Weight Approx Dimensions Enclosure Operating Temperature Storage Temperature Cooling Humidity Alarms amp Indicators Protections Provided Annexure Signature Of The Bidder Schedule Of Guaranteed And Other Technical Particulars Dc Distribution amp Switching Cubicle General C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 185 186 l Manufacturer s Name amp Address 2 Supplier s Name amp Address EE E easy eas ate eGet ass 3 Governing Standard 4 Capacity Rating A Rated Voltage Volts 5 Symmetrical Short Circuit Withstand Current Ka And Duration 6 Degree Of Protection As Per Is 2147 A Dc Distribution amp Switching Cubicle Front Rear Sides And Top 8 Painting Shade As Per Is 5 A External Surface BS ahem Sati ak bet ahaa AT tna ae dash day B Internal Surface Seth Rose es Ba E ad ie eR en ioe aes 9 Standard Height Width amp Depth Mm Dc Distribution Switching Cubicle 10 Width Of Cable Alley Mm Foundation Design 13 Approximate Weight Of De Kg Distribution amp Switching
256. on adjustment replacement storage and transport 2 2 Applicable standards The following standards and codes shall be generally applicable to the equipment and works supplied under this contract i ITU T CCITT recommendations G 652 and G 655 ii Electronic Industries Association EIA TIA 455 78A 455 3A 455 62A 455 164A 167A 174 455 168A 169A 175A 455 176 455 59 EIA TIA 598 EIA 455 104 iii International Electrotechnical Commission Standards TEC60304 IEC60794 1 2 TEC60811 5 1 iv Bellcore Gr 20 2 3 Fibre Type S And Counts The cable shall contain 48 nos Of dual window single mode DWSM fibres conforming to G 652 and G 655 as per the technical parameters stipulated in this document 2 4 optical characteristics The attenuation coefficient for wavelength between 1525nm and 1575nm shall not exceed the attenuation coefficient at 1550nm by more than 0 05db km The attenuation coefficient between 1285nm and 1330nm shall not exceed the attenuation coefficient at 1310nm by more than 0 05db km The attenuation of the fibre shall be distributed uniformly throughout its length such that there are no point discontinuities in excess of 0 1db The fibre attenuation characteristics specified in table 2 1 shall be guaranteed fibre attenuation of any amp every fibre reel Further the average cabled fibre attenuation averaged over 100kms of cabled fibre as measured during the factory acceptance testing shall be as specified i
257. on Shall Comply With The Following Indian Standards Unless Other Wise Specified In The Specification Indian Standards Title Battery Charger Is 7204 Part 1 1974 1991 Stabilized Power Supplies Dc Output Part Terms And Definitions Is 7204 Part 2 1990 1991 Stabilized Power Supplies Dc Output Part 2 Rating And Performance Is 7204 Part 3 1980 1991 Stabilized Power Supplies Dc Output Part 3 Radio Frequency Interference Test Is 7204 Part 4 1980 1991 Stabilized Power Supplies Dc Output Part 4 Tests Other Than For Radio Frequency Interference Is 3895 1961 Monocrytalline Semiconductor Rectifier C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 179 180 2 Cells And Stacks 1s4540 1968 1991 Monocrytalline Semiconductor Rectifier Assemblies And Equipment Dc Distribution Is5039 1983 1991 Distribution Feeders For Voltages Not Exceeding 1000v Ac And 1200 V Dc First Revision Amendment I Is2675 1983 1991 Enclosed Distribution Fuse Board And Second Revision Output For Voltages Not Exceed 1000v Ac Or 1200v De Fuses 1s9224 Part 4 1980 1991 Low Voltage Fuses Part 4 Supplementary Requirement For Fuse Link For The Production Of Semi Conductor Devices Is13703 Part 1 1993 Low Voltage Fuses For Voltages Not Tec 269 1 1986 Exceeding 1000v Ac Or 1500v De Part 1 General Requirement Superseding Is9224 Part 1 1979 Material Conforming To Other Internationally
258. one cables 1s10579 polythene insulation and sheath of 1s583 1 84 pvc insulation and sheath of electrical cables Equipment meeting with the requirement of other authoritative standards including is which ensure equal or better performance than the standards mentioned above shall also be considered When the equipment offered by the bidder conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule Four copies of such standards with authentic translation in english shall be furnished along with the offer 3 0 climatic condition 31 The cables called in this specification are required to operate satisfactorily as per the service conditions setout in the annexure of this specification 4 0 Principal parameters 4 2 Six pair single pair cable 214 4 2 1 Type of cable telephone cable 4 2 2 Voltage grade 300v 4 2 3 conductor material annealed tin copper 4 2 4 Conductor size gt 0 63mm 0 1mm 4 2 5 Conductor resistance 57 ohms km 4 2 6 Conductor elongation 20 0 min ADT Insulation material solid medium density polythene 4 2 8 Insulation thickness 0 25 mm nominal 4 2 9 Max Dia of insulation core 1 2 mm 4 2 10 Overall sheath material extruded pvc st 1 1s 583 1 84 4 2 11 High voltage 2 kv rms for 1 minute 4 2 12 Capacitance unbalanced 250 pf max 4 2 13 Packing length coi
259. onstructional details AEE EE EN biadey aohuusduat laemes eubeawaes VI Material ES AR E E VII Operating pressure range Aa a a eet REAS AE AOS OIEA ETEA VIII Governing standard E EET E E E REEE SG 8 Container IV Type E ee V Material E E E E VD Governing standard T E E EA EE CE AEAEE SS 9 Open circuit voltage of each cell gts when completely discharged at 27 c D At 10 h discharge rate O e cet Guat S a AEE IV At 1 h discharge rate E E E 10 Recommended range of float boost charging voltage start finish per cell and permissible variations 11 Float boost charger current a E OAA EE ATOA E E ARTENA 12 Amount of gas h2 evolved during boost charging 13 Internal resistance of each cell ohm C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 209 ZL aS i fully charged 14 Maximum temperature that cell deg C shall withstand continuously without affecting the service life of cell over ambient temp Of XIc 50 c 15 Loss of life when battery operated various temperature corresponding to ambient temp Of 27 50 c 16 Average life of cell in years EEE ae eta ea aga bens Sasa apeeu nas 17 Overall dimension of each cell mm x mm x mm 18 Distance between the centres of cell when erected Blas Bh Fas tea RN AET 19 Weight of complete cell Kg Bec tevees ca techn be bacauices ce EEE dese desans 20 Size and material of connectors with Method of connection
260. ontract will have no defect arising from a design and or materials as required by the Purchaser s specifications or from any act of omission of the Supplier that may develop under normal use of the supplied Materials equipment All the material will be of the best class and will be capable of satisfactory operation in the tropics under service conditions indicated in clause 21 without distortion or deterioration no welding filling or plugging of defective parts will be permitted unless otherwise specified they will conform to the requirements of the appropriate Indian British or American standards where a standard specification covering the material in question has not been published the standards of the American society for testing of materials should be followed The entire designs and construction will be capable of withstanding the severest stress likely to occur in actual service and of resisting rough handling during transport Unless otherwise specified the warranty period will be 18 months from the date of acceptance of the Materials equipment The Supplier will in addition comply with the performance guarantees specified under the contract If for reasons attributable to the Supplier these guarantees are not attained in whole or in part the supplier will at its discretion either Make such changes modifications and or additions to the Materials equipment or any part thereof as may be necessary in order to attain the
261. optic cables However in exceptional cases installation of OPGW cable below conductor may also be considered on low voltage lines which shall be decided during detailed engineering For new Transmission line the stringing of OPGW cable shall be carried out by Transmission Line Tower Package Contractor s as per the stringing chart procedure submitted by them and approved by Employer The splicing work shall be carried out by Communication system Package Contractor All hardware amp fitting needed to tie the OPGW to the towers gantries shall be provided by Communication system Package Contractor to the transmission line tower contractor While handing over the OPGW drums the testing fibre loss and length measurement using OTDR of OPGW in each drum shall be carried out by Communication system Package Contractor in presence of Tower package contractor s and Employer representative After installation of OPGW cable the testing of each section shall be carried out again by the Communication system Package contractor in presence of Tower package contractor s and Employer representative In case of any damage high loss in the fibre the total length of that particular section of OPGW cable shall be replaced by Tower package contractor s Communication system Package Contractor shall supply new OPGW cable in place of damaged cable The Contract price shall be adjusted accordingly Supervision of Installation The Contractor shall supervise the s
262. or each fibre at 1310 amp 1550 nm by power meter amp laser source 3 Average splice loss bi directional for each splices and average splice loss for the link by otdr at 1550 nm as per section 4 11 4 end of table 4 5 1 SAT for joint box 20 joint box shall be tested for water penetration Installed joint box shall be completely immersed in water for 1 hour under 1 meter head then opened and observed for water moisture ingress The joint box shall then be sealed and installed again In case any water moisture is detected test shall be declared failed and all the joint boxes shall be tested all failed joint boxes shall have to be re spliced and resealed 4 6 Interconnection The contractor shall interconnect their fibre optic cable system at both ends with existing underground Fibre optic and or OPGW system through splicing in joint boxes or through connection by patch cords at permanent manholes FODPS as required C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 72 73 TECHNICAL SPECIFICATION FOR OPTICAL LINE TERMINAL EQUIPMENT AND MUX SECTION I 1 0 GENERAL 2 0 It is intended to provide a communication and protection system for 220 KV GIS Substations a 220KV SS Malkaram to 220 KVSS Gunrock 23KM b 220 KVSS Chandrayangutta to 220 KVSS Imlibun 16KM c 220 132 KVSS Osmania University to 132 33 KV Chilkalguda GIS 8KM d 132 KVSS Pattigadda to13
263. owever if in the opinion of the purchaser the bidder has offered equipment material better than the technical specification the same may be considered The bid may be rejected for the following reasons 1 Not in the prescribed form 2 Insufficient bid security or bid not accompanied by the required bid security or proof of permanent bid security exemption and not accompanied by Transaction fee 3 The bidder is a vendor who is banned from further business transactions and the period of ban is still in force 4 Bid received after the due date and time 5 The bid is through telegram or fax Further the purchaser may enquire from the bidder in writing for any clarification of the bid The response of the bidder will also be in writing Bids will be examined for completeness and for any computational errors Arithmetical errors will be rectified on the following basis O Where there is a discrepancy between the unit price and total price the unit price will prevail and the total price will be corrected accordingly O Where there is a discrepancy between words and figures the amount in words C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 26 27 will prevail O Failure on the part of the bidder to agree to the above corrections will result in rejection of his offer and forfeiture of his bid security The purchaser s evaluation of a bid shall take into consideration one or more of t
264. pc the Teleprotection equipment shall have a visual contains 2 0 Protection signalling equipment design The Tele protection equipment shall be of modular construction and shall be an integral part of the optical terminal multiplexer eqpt and shall be completely solid state using semiconductors micro processors and self supervision providing alarms in the case of equipment failure TX RX absence of the guard frequency signal power supply failure etc The input output interface to the protection equipment shall be by means of relays and the input output rack wiring shall be carefully segregated from other shelf cubicle wiring The isolation requirements of the protection interface shall be for 2 kv rms 2 1 each tele protection equipment shall be supplied with redundant power supply unit all command channels are operationally independent from each other and they meet the following performance characteristics equipment operating time lt 6 ms 8 channels probability of missing command pme at ber lt 10 lt 10 mean time between unwanted commands C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 111 cette bel ae at tses lt 0 005 and tes lt 0 1 100000 a The error control procedure in the 64 kbit s channel is based on the use of a block code specifically developed to be used for tele protection signaling via telecommunication networks based on the ITU T recommend
265. perating temparature 5 to 55 deg celcius b type of cooling natural air cooling c relative humidity 5 to 95 e colour silver ash should be designed with over temperature protection and auto re cover C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 191 LOZ Technical Requirements FLOAT cum boost charger The battery charging system consists of 1 float cum boost chargers with manual auto change over facility 2 d c distribution switching cubicle Requirements of battery charging system The battery charging plant shall ensure 48v dc supply to PLCC equipment and telephone switching equipment and should be able to charge the battery floating across the dc output terminals Equipment ratings and electrical parameters Float cum boost chargers input 230v ac 60 volts to 70 volts single phase ie Varying ac from 160v ac to 290 vac mie In addition to the above the unit should have facility to boost charge the 48v station batteries under manual control in constant current mode of charging at any rate of charge between 20 and 60 of the rated charging current from a terminal voltage of 58v 2 4v cell to a terminal voltage of 65v upto 2 7v cell ii Under all the battery charging voltage conditions load voltage shall be maintained between 49v to 53 v through suitable number of dropper diodes output constant voltage mode constant voltage in the range of 50 to 56 v dc at
266. plier a Such spare parts as the Purchaser may choose to purchase from the supplier provided that this selection will not relieve the supplier of any warranty obligations under the contract and b In the event of termination of production of the spare parts c Advance notification to the Purchaser of the impending termination C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 34 51 51 1 51 2 51 3 51 4 51 5 51 6 51 7 51 8 35 d Time to permit the Purchase to procure needed requirement and following such termination furnishing at no cost to the Purchaser the blueprints drawings and specifications of the spare parts if requested Warranty The supplier will warrant for the satisfactory functioning of the material equipment as per specification for a minimum period of 18 months from the date of receipt of the material equipment in good condition or one year 12 months from the date of successful erection amp commissioning of the equipment indicated at section IV SOR in full shape whichever period concludes later The supplier warrants that the Materials equipment supplied under the Contract are new unused of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract The supplier further warrants that all Materials equipment supplied under this c
267. presenting the amount of the advance payment and denominated either in the currency es of the advance payment as specified in the contract or in a freely convertible currency acceptable to the purchaser This guarantee shall remain valid and in full effect from the date of the advance payment under the contract valid until the purchaser received the goods in good condition i e acceptance of material by the purchaser from the bidder Yours faithfully SIGNATURE AND SEAL Name of Bank Final Institute Note This shall executed on Rs 100 non judocoa stamp paper by domestic bidders only The Bank guarantee shall be issue by a scheduled Indian Bank or a Foreign Bank located in India The Bank guarantee issued by the banks should be confirmed by a scheduled Indian Bank or a Foreign Bank 6 MANUFACTURER S AUTHORISATION FORM NO Dated To Dear Sir SPECIFICATION NO WE coretpitaceesroiiwdee who are established and reputable manufacturers of pee eth EA MA aaa Sith ae tte name amp descriptions of Materials equipment offered having factories at ccc eee eee address of factory do hereby authorize M s Name and address of Agent to submit a bid and sign the contract with you for the above Materials equipment manufactured by us against the above Specification No We hereby extend our full guarantee and warranty as per
268. r against submission of Bank guarantee for the value with a validly period of guarantee period All statutory taxes and duties shall be paid by the supplier initially as per the prevailing rates during the delivery of the entire consignments Such taxes will be reimbursed to contractor with in thirty days on submission of proof of payment by PFC directly and on receipt of materials at APTRANSCO Stores Site The Prices indicated in contract order will be paid in the regular bills The price variation bills shall be paid separately after approval of relevant price variation claims and after deduction of recoveries penalties if any against supplies B for Works Ten 10 percent of and total unit price of schedule B shall be paid from JICA through transfer procedure as initial advance on submission of a bank guarantee valid for 30 days beyond completion of works in format given in the document Eighty 80 percent_ of the Total unit price of Schedule B completed shall be paid from JICA through transfer procedure on actual completion of installation at site and after due inspection and approval of the purchaser with in 30 days from such inspection On Completion of Total Work Five 5 percent of the total unit price of schedule B shall be paid to the contractor within 30 days after the date of the completion certificate through transfer procedure for the respective work issued by the purchaser On completion of Performance Guarantee Period
269. r any one of the representative of my company firm do not have any relatives as defined in the appended annexure ii in the APTRANSCO DISCOM Or b That the following officers employees of the APTRANSCO DISCOMS are related to me and to the representatives of my company firm as mentioned hereunder Sl no Nam e of the officer Designation and APTRANSCO Relationship employee place of working DISCOM it is certified that the information furnished above is true to the best of my knowledge and belief It is hereby undertaken that in the event of any of the above information found to be false at the later dated the APTRANSCO DISCOM is entitled to terminate the contract agreement entered into besides recovering damages as may be found necessary with due notice SIGNATURE OF THE AUTHORISED REPRESENTATIVE LIST OF RELATIVES l Father 2 Mother including step mother 3 Son including step son 4 Son s wife 5 Daughter including step daughter 6 Father s father J Father s mother 8 Mother s mother 9 Mother s father 10 Son s son 11 Son s son s wife 12 Son s daughter 13 Son s daughter s husband 14 15 16 17 18 19 20 21 22 23 24 25 26 Daughter s husband Daughter s son Daughter s son s wife Daughter s daughter Daughter s daughter s husband Brother including step brother Brother s wife Sister including step sis
270. r consent of the APTRANSCO in writing Not withstanding anything contained in the foregoing our liability under this guarantee is restricted to Rs 2 50 000 Rupees Two lakh fifty thousand only Our guarantee will remain in force until Unless a claim under this guarantee is made against us within six 6 months from this date all the rights under this guarantee will be forfeited and we will be relieved and discharged from all liability hereunder Dated this the day of month year From Bank Ltd STATION for Bank Ltd Authorized signatories Note aBank Guarantee should be furnished on Rs 100 non judicial stamp paper b The B G should be valid for a period of 3 years in the first instance The date of the agreement will be earlier to or the same as the date of Bank Guarantee Whereas the APTRANSCO has afforded a facility to persons submitting bids in response to notice of the ATRANSCO calling for bids for supply of materials or rendering of services permitting bidders who furnish a permanent bid security for Rs 2 50 000 Rupees Two Lakhs fifty thousand only in the shape of cash Govt securities Bank Guarantee in lieu of cash to have their bids considered without separate payment of bid security with each bid Whereas we name amp full address of bidder herein after called the bidder intend to avail of the said facility and do hereby furnish the fixed permanent bid security of Rs 2 50 000 in the s
271. r equipment in a station The equipment shall serve as the basic system for the higher digital hierarchy levels in accordance with ITU T G 702 recommendation Digital interfaces at 64 kbits s and 2 048 kbits s shall be provided in accordance with ITU T G 703 recommendation PCM transmission shall be based on a sampling rate of 8 000 samples s of each incoming VF element The encoding law used shall be a law using 8 binary digits per sample thus generating a 64 kbits s signal in accordance with ITU T g 711 recommendation 32 channels of 64 kbits s each transmitted in 32 time slots of 8 bits per frame shall build up to a digital bit stream of 2 048 kbits s 30 channels corresponding to 30 time slots shall be for speech data channels Time slot 0 shall be used for frame alignment and remote supervision whilst the remaining timeslot timeslot 16 shall be used for channel associated telephone signalling Signalling units shall be provided at both subscriber and exchange ends of the system for PCM line working The type of signalling unit shall be as stated in the technical specifications The rated supply voltage shall be 48 to 60V DC however the equipment shall be able to work in the range of 48 V 15 To 20 C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 100 Eo A The multiplex and signalling equipment shall be equipped with circuits to detect at least the following Loss of incoming
272. ract Disclosure to any such employed person will be made in confidence and will extend only so far as may be necessary for purposes of such performance The supplier will not without the Purchaser s prior written consent make use of any document or information except for purposes of performing the Contract Any document other than the Contract itself will remain the property of the Purchaser and will be returned in all copies to the Purchaser on completion of the supplier s performance under the Contract if so required by the Purchaser The Supplier will permit the Purchaser or his authorized representative to inspect the Supplier s accounts and records relating to the performance of the and to have them audited by auditors appointed by the Supplier Patent Rights The supplier will indemnify the Purchaser against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Materials equipment or any part thereof Places Locations Particulars of site location and nearest rail heads to which the equipments material have to be supplied will be given to successful Bidders However it may please be noted that the destinations for supply of materials will be any where in Andhra Pradesh Delivery Delivery period will be reckoned from the date of issue of LOI The delivery quoted will be firm definite unconditional and on the basis of receipt of materials at destination in
273. re on the gantry tower forming the termination of the fibre cable on the power line and the Fibre Optic Distribution Panel FODP installed within the building The estimated fibre optic approach cabling length requirements are indicated in the appendices However the Contractor shall supply amp install the optical fibre approach cable as required based on detailed site survey to be carried out by the Contractor during the project execution and the Contract price shall be adjusted accordingly 1 1 4 1 Basic Construction The cable shall be suitable for direct burial laying in trenches amp PVC Hume ducts laying under false flooring and on indoor or outdoor cable raceways 1 1 4 2 Jacket Construction amp Material The approach cable shall be a UV resistant rodent proof armoured cable with metallic type of armoring The outer cable jacket for approach cable shall consist of carbon black polyethylene resin to prevent damage from exposure to ultra violet light weathering and high levels of pollution The jacket shall confirm to ASTM D1248 for density 1 1 4 3 Optical Electrical and Mechanical Requirements Approach cable shall contain fibres with identical optical physical characteristics a those in the OPGW cables The cable core shall comprise of tensile strength member s fibre support bedding structure core wrap bedding and an overall impervious jacket 1 1 5 Installation of Approach cable The existing cable trenches cable race
274. re organizer without removing or modifying the joint box but only by replacing the sealing V The addition of new cables shall be possible in the same joint box if required C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 66 67 VDIt shall be possible to terminate all cables having outer diameter from 8mm to 18mm VIDThe size of the joint box shall be minimum 450mm x 135mm height x dia VU1 The size of fibre organizer cassette shall be gt 300mm x 95mm length x width The joint box shall be complete in all respect and shall consist of following main parts 3 1 1 main box The main box shall be sturdy durable box having a base and dome shaped body The dome shall be fixed on the base The domed shaped body shall cover the entire junction while the base shall enable the entries of the optical fibre cable The base and dome shall be made of thermoplastic high density polypropylene material The joint box should be suitable for opening and reentry frequently without impairing its properties The body may have ribs as strength member if required 3 1 2 cable organizer strength member and cable termination Cable organizer shall be suitable to secure extra length of fibre tubes with safe bending radius It should not cause any strain or tension on the fibre It shall be possible to fix the strength member s and the optical fibre cable firmly so that the cable arrangement will not shift or move
275. reliability of the opto electronic devices accelerated tests of device life time and mean time between failure MTBF calculations etc shall be submitted for approval Full automatic gain control AGC shall be provided for the optical receiver to cover a wide range of input levels due to various cable lengths and to provide temperature compensation of the detecting device The output power of the transmitter optical device and optical power at the receiver shall be designed such as to provide the same mean BER in each section as specified in this tender Bidder shall submit power budget calculation along with the offer 5 6 2 Code converter transmitter The code converter transmitter shall regenerate and equalise the ITU T standard coded signal received from the digital multiplexer equipment and convert this to binary bit C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 97 98 stream Overhead bits for the service data channel shall be inserted into the aggregate data stream before conversion to the chosen optical signal code 5 6 3Code converter receiver The code converter receiver shall convert the received optical signal to binary form and extract the overhead bits for the service data channel before further conversion to the ITU T standard code used at the remote transmitter The standard coded signal shall then be passed to the digital multiplexer equipment 5 6 4Alarm control unit
276. requirements 12 Weight 13 Display 14 Storage capability 15 Serial interface 16 Ethernet interface 17 Synchronization with an external signal clock 18 External reference signal 19 Whether all specified features supported y n Signature of the bidder with official seal C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT 15 2012 JB JICA doc 164 165 SDH ANALYZER STM 4 16 The equipment shall be suitable for used during installation commissioning and maintenance of PDH SDH and equipment The equipment should support stm 4 620 mbps and el lines electrical and optical interfaces Technical specification 1 Optical interfaces STM 4 16 2 Wavelength ranges nm 1310 1550 3 Connector FC PC 4 Electrical interfaces shall provide the following electrical interfaces Stm 4 bnc 140 mbps e4 bnc 45 mbps ds3 bnc 34 mbps e3 bnc 2 mbps el unbalanced 75 ohm bnc 2 mbps el balanced 120 ohm rj48 2 mbps el balanced high z 1j48 on rx 1 544 mbps ds 1 balanced 00 ohm bantam ecl nrz input monitor for 622 mbps 5 Clocking internal loop timed external mts sets 2 mhz inter module Sdh mappings c12 mapping 2 mbits in stm 4 au 4 Asynchronous mode c3 mapping 34 mbits in stm 4 au 4 c3 mapping 45 mbits in stm 4 au 4 c4 mapping 140 mbits in stm 4 7 Nx64 kbps channel testing shall be capable of generating and measuring Signals in the 64 kbps or nx
277. requiring the termination of at least one fibre within a cable all fibres within that cable shall be connectorized and terminated in Fibre Optic Distribution Panels in a manner consistent with the following a All fibre optic terminations shall be housed using FODPs provisioned with splice organizers and splice trays All fibres within a cable shall be fusion spliced to preconnectorized pigtails and fitted to the Back side of the provided fibre optic couplings b FODPs shall be suitable for use with each of the cable types provided as part of this contract FODPs shall accommodate pass through splicing and fibre terminations c FODPs for indoor use shall be supplied in suitable cabinets racks with locking arrangement d ALL FODPs shall be of corrosion resistant robust construction and shall allow both top or bottom entry for access to the splice trays Ground lugs shall be provided on all FODPs and the Contractor shall ensure that all FODPs are properly grounded The FODP shall meet or exceed ingress protection class IP55 specifications e Flexible protection shall be provided to the patch cord bunches going out from FODP to other equipment 1 1 6 2 Optical Fibre Connectors Optical fibres shall be connectorised with FC PC type connectors preferably Alternatively connector with matching patch cord shall also be acceptable Fibre optic couplings supplied with FODPs shall be appropriate for the fibre connectors to be supported
278. riod Very truly yours Employers representative 246 9 CHECK LIST FOR BID Even though the bidding done on e procurement flat form the bidders shall invariable furnish the following information and records before opening of technical bid either personally or through courier or by post and the receipt of the same with in the stipulated time shall be responsibility of the bidder and confirm furnishing of their enclosed checklist as under 1 Whether original bid security either DD BG is uploaded Yes no 2 Whether transaction fee to M s C1 India is paid on online Yes no 3 Guaranteed technical particulars enclosed Yes no 4 Whether financial turnover signed by auditors are furnished or not Yes no X Whether meeting qualifying requirements or not Yes no 6 Letter of authorization from manufacturer for the offered type of Yes no equipment 7 Whether sample of the offered type of cable is enclosed Yes no SIGNATURE OF THE BIDDER WITH SEAL 247 10 SCHEDULE OF DEVIATION TECHNICAL SR NO EQUIPMENT ITEM NO DEVIATIONS REMARKS IF ANY It is hereby confirmed that except for deviations mentioned above the offer conforms to all the other features in technical specification in section vil Place signature of the bidder Date name and address Schedule of deviation Commercial Sr no Terms and conditions Deviations if any Remarks item clauses Place signature of the bidder Date name and address 248 11 Declaration
279. ritten approval of the purchaser All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawings shall be at the supplier s risk 6 sets of nicely printed and bound volumes of operation maintenance in English language for each instrument shall be submitted by the supplier for distribution prior to the despatch of the fibre optic testing instruments The manual shall contain all the drawings and information required for testing trouble shooting operation and maintenance of the fibre optic cable and equipments The manual shall also contain a set of all the approved drawings type test reports and calibration reports etc Transportation The supplier shall be responsible for transportation of all the fibre optic testing instruments to The purchaser s site stores including overseas and inland transportation as well as for loading and unloading of the fibre optic cables and equipment The supplier shall make a careful examination of access rail roadways to each of the site s stores in order to confirm the practical maximum transport weight and dimensions as well as a careful examination of the ports of disembarkation in order to confirm the capacity of the hoist cranes installed there and the capacity of the access roads to those ports The supplier shall be responsible for the full cost of any repairs or restorations required due to transit damage or otherwise altered due to the transportatio
280. rom JICA PFC APTRANSCO funds BANK C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 37 52 2 52 3 38 funding The contractor ha to furnish requisite details for establishing RTGS in proforma as per Schedule X Once RTGS system is established the bank account details submitted are final and cannot be changed till completion of the contract An amount of Rs 50 will be recovered from the bill amount for each disbursement on LOA raised by unit offered towards RTGS The 100 payment mentioned above is subject to on submission of performance security in advance as per Clause 35 by the supplier The supplier should invariably submit test certificates and other documents the purchaser specifies as soon as dispatch is made so that they can be checked and approved well in advance 52 4 The performance guarantee to be executed in accordance with this specification will be 52 5 52 6 53 53 1 54 54 1 55 55 1 56 56 1 furnished on a stamp paper of value Rs 100 The Bank Guarantee will be extended if required suitably In accordance with the provisions of clause No 35 If the supplier has received any over payments by mistake or if any amounts are due to the APTRANSCO due to any other reason when it is not possible to recover such amounts under the contract resulting out of this specification the APTRANSCO reserves the right to collect the same from any other amount and or
281. ross connects are non blocking and can be created dynamically between STM rings terminating on the SDH network elements c It should allow direct mapping of any 2 Mbps into any STM 4 aggregate The equipment shall be equipped with redundant decentralized cross connection functions The cross connect capacity shall be at least 40x 2Mbit s i e 1200x 64kbit s and non blocking For high density applications the cross connect capacity shall be upgradeable up to 128x 2Mbit s with a granularity of 64kbit s Cross connection shall be possible at line to line line to tributary tributary to line tributary to tributary C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 93 a 94 an 5 2 4 Optical Aggregate Interfaces The multi service SDH transport system shall support multiple optical interfaces in the same platform The interface should be compliant with ITU T G 957 SDH specifications It should support for 1 1 MSP on STM 4 16 level and SNCP on VC 12 VC 3 VC 4 level Access Interfaces The offered SDH STM 4 16 equipment shall support following service interface modules A Cross connect and timing and control system redundancy cards b STM 4 Optical Interface card c 32x Elelectrical interface card d 8 port FE Layer 2 Ethernet interface card 5 2 5 E1 Interface Card 32xE1 DS1 The E1 interface card shall provide line interfaces to 32 E1 channels respectively in both add and drop directions The E1
282. rovide display of faults for complete equipments under this contract at central location 220 KVSS Malkaram Following types of faults management shall be provided by NMS 1 Real Time alarm monitoring 2 Alarm acknowledgement 3 History of alarms storage amp retrieval The NMS supplied by Contractor shall be capable of upgrading to support an Integrated TNMS Technical Characteristics General The management system should follow the ITU T Recommendations Management Framework IS 7498 4 which defines the following management facilities needed by the Employer as follows a Configuration management b Fault management c Performance management d Security management CONFIGURATION MANAGEMENT General Requirements Configuration management is concerned with management display and control of the network configuration Specific requirements that shall be satisfied include the following a Provide tools to establish and maintain the backbone topology and configuration information and provide graphical maps depicting the configurations b Gather descriptive information about the current configuration of the equipment provide operator displays and prepare report c Provide tools for planning establishing and changing the static equipment configuration Provide for changes to the equipment configuration in response to C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 104 I equipment
283. s Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 71 72 Upon completion of a continuous cable path all fibres within the cable path shall be demonstrated for acceptance of the cable path Test requirements are indicated in table 4 3 and in no case losses attributed due to other factors viz Extra splice kinks will be acceptable to the limit determine by the following formula Max attenuation 1550nm 0 23db km 0 05db x total no of splices 0 5db x connector Max attenuation 1310nm 0 35db km 0 05db x total no of splices 0 5db x connector As averaged over 100 km of fibre Table 4 1 Fibre optic cable pre installation testing Item Description 1 Physical inspection of the cable assembly for damage 2 Optical fibre continuity and fibre attenuation with OTDR at 1550 nm Table 4 2 Fibre optic cable splice testing Item Description 1 Per splice attenuation with otdr bi directional average 2 Physical inspection of joint box for proper fibre routing techniques 3 Physical inspection of sealing techniques weatherproofing etc Table 4 3 Fibre optic cable commissioning testing Item Description 1 Fibre continuity and link attenuation bi directional between fodp connectors at two ends for each fibre at 1310 amp 1550 nm by otdr 2 Fibre continuity and link attenuation bi directional between fodp connectors at two ends f
284. s and rate applicable 3 Quantity so far supplied to the stores and the rate applied 4 Quantity now supplied and the rate applied 5 Total quantity supplied under the contract with rates applied 6 Programme for supplying the balance quantity to the stores Delivery Documents Delivery of the Materials equipment will be made by the supplier in accordance with the terms specified in the contract The latest test certificates containing the result of the tests as per the relevant ISS or other specification stipulated must be submitted to the Chief Engineer and got approved by him Documents to be submitted by the Supplier are specified as under i Insurance certificate ii Supplier s certificate certifying that the defects if any pointed out during inspection have been rectified 3 copies iii Manuals in Six sets and one set of reproducible drawings The purchaser will receive the above documents soon after the dispatch of materials and if not receive the supplier will be responsible for any consequent expenses Insurance The Materials equipment supplied under the contract will be fully insured against loss or damage incidental to manufacture or acquisition transportation and delivery and also storage for 45 days at destination site stores before taking into stock The insurance will be in an amount equal to 100 FADS value of C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 33 47
285. s clearance certificates VI Schedule of Deviations i Commercial ii Technical All the schedules will be duly filled online with full details as called for in the schedules required for evaluation of bids Bidders are required to duly fill in all the schedules and sample forms and enclosed upload them to the bid COMMERCIAL FORM The bidder shall complete the commercial form appropriately Bidder shall quote unit ex works prices for all the items under mechanical accessories in commercial form basic price per unit in the commercial form shall be the total ex works price of all items except erection and commissioning multiplied by the respective quantity Where as the total ex works cost of erection and commissioning items shall be indicated against erection amp commissioning column in the commercial evaluation form BID PRICES The prices quoted will be firm and in Indian rupees only Bids will be called for with prices FADS inclusive of packing and forwarding E D amp S T and other legally permissible duties and levies wherever applicable handling charges to cover the transport by road from destination railway station to site stores unloading at destination and insurance transit and storage at site for 45 days Even though composite price is given the break up for all the duties taxes freight insurance packing and forwarding etc will be furnished It is the responsibility of the bidder to inform himself of the corre
286. s shall be available at bidder s works a various testing and measuring equipment shall be provided b standard resistance for calibration of resistance bridges POON Ode Re 10 11 12 13 14 guaranteed technical particulars for battery cable to be filled by the bidder Manufacturers name amp address f Suppliers name amp address Governing standards Type of cable Category of cable Oxygen index reference standard _ Temperature index reference standarsd no Of core Voltage rating Conductor strands a material b diameter c no Of strands Insulation a material b thickness c tolerance on thickness d colour of core Approx cable outer dia Construction details Other constructional details Min Installation radius Electrical test a max cr at 20 deg c b volume resistivity at 27 deg c 224 c high voltage Packing length Whether type test certificates enclosed yes no Signature of manufacturer supplier signature of the bidder Name amp address name Whether authorised attorney of the Tendering company Name of the tendering company with seal 1 0 1 1 2 0 225 Technical specification for 1 5ton split air conditioner Climatic conditions the material called in this specification are required to operate satisfactorily under the following climatic conditions I Location andhra pradesh li Max ambient air temperature deg c 50 Ti Minimum ambient temperature deg c ae Iv A
287. s shall be provided with surge protection Invariably suitable surge protectors in the form of gas discharge tubes and fuses are to be provided to protect electronic circuitry of the exchange from the damages due to external surges spikes Minimum maintenance and free workability on the equipment is to be ensured The EPAX should be provided with self checking diagnostic facility to monitor the exchange continuously through software controlled program The status of the call being established is to be visually displayed suitably as the call is progressing and faults by audible and visual indications Reliability security and quality of service must be the main features of the EPAX The EPAX shall have the priority feature for a particular subscriber The following state of art facilities are also to be provided i Priority cut in into an engaged extension tie line ii Automatic cut off on forced release condition iii Barred access to tie lines iv Call transfer v Call consult Vi Call forward etc The priority cut in facility shall be provided in three hierarchies as stated below i Priority cut in into two busy local extensions li Priority cut in into one busy local extension and one local E amp M tie trunk Tu Priority cut in into two busy E amp M trunks in the same epax on transit call Subscriber access to the E amp M trunks shall be controlled through barred access facility Specific trunk access if more than one
288. se it is not possible to splice all fibres of a tube in a single tray the remaining fibres of the tube shall be looped back to the adjacent tray with transport tube supplied with joint box The quantity of splice trays in the joint box shall be as per the number of fibres in a particular cable as mentioned below Type of cable splice trays fibre organiser fibre splices tray 48 fibre 4x2 8 6 The fibre organiser shall be fixed inside the joint box in such a way that this shall not loosen once fixed or to shift or move in any way C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 67 68 3 1 4 Holding arrangements The box shall provide the following D aD IIT IV 3 1 5 Holding arrangement and framework for properly securing cable organizers with splice trays Securing arrangement for holding fibres Holding device to hold strength member of fibre optic cable securely Any other extra component required for providing strength and reliability to the joint box compatibility All the component and parts used shall be compatible with the optical fibre cable fibre splices and cable components Their use for long should not result in increase in transmission loss or deterioration in other properties 3 1 6 marking on body of the joint box The following information by marking on joint box shall be provided D dD D IV V Manufacturer s name amp date Type of joint box
289. ser a bank guarantee to guarantee his proper and faithful performance under the said clause of the contract in an amount of amount of guarantee in figures and words We the a bank or financial institution as instructed by the supplier agree unconditionally and irrevocable to guarantee as primary obligator and not as surety merely the payment to name of purchaser on his first demand without whatsoever right of objection on our part and without his first claim to the supplier in the amount not exceeding amount of guarantee We further agree that no change or addition to or other modification of the terms of the contract or of works to be performed there under or of any of the contract documents which may be made between name of purchaser and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change addition or modification An amount is to be inserted by the bank or financial institution representing the amount of the Advance payment and denominated either in the currency ies of the advance payment as specified in the contract or in a freely convertible currency acceptable to the purchaser An amount is to be inserted by the bank or financial institution re
290. shall be properly fixed Silica gel shall be placed inside the joint box before closing the box The sealing portion of the cable and joint box shall be filled before placing heat shrinkable sleeves Rubber gaskets may be placed according to the instruction manual if any C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 68 69 V The heat shrinkable sleeves shall be sealed with very low flame of hot gun till sealing liquid properly melt and gripped The cable entry ports being used for cable entry into the joint box shall be sealed by heat shrink sleeves only for ease of installation and reentry The length of the sleeve shall cover the full length of the cable entry port and at least 30mm length of the cable Heat shrink tube shall have wall thickness of at least 1 5mm before shrinkage and gt 2 5 mm after recovery For sealing of base with dome contractor may use mechanical sealing or heat shrink sleeve system In case of mechanical sealing contractor shall indicate the exact method The gasket or the o ring required for sealing shall be made of neoprene rubber and after sealing it shall be air tight VI The joint box shall be housed inside the manhole horizontally or vertically by suitable means 3 4 tests and inspection 3 5 type tests The joint box offered for supply shall have been type tested as per tec specification mandatory The bidder shall submit along with their bid the earlier
291. shall not cause any permanent damage to any constituent part of the cable The change in optical attenuation during or after the application of the torsion load shall not exceed 0 05db for all fibres The attenuation shall be noted before during and after the test kink test resistance when a cable of sample length 10 times the minimum bend radius as defined above is subjected to kinking it shall not result in any fibre breakage and the kink shall disappear after normalising the cable The change in optical attenuation after the application of the kink in accordance with iec60794 1 2 e10 shall not exceed 0 05db for all the fibres water ingress test resistance to water penetration the water ingress test of the cable shall meet or exceed the test performance criteria as per iec60794 1 2 f5 method b Before applying the water tight seal at one end the outer jacket shall be stripped A water soluble fluorescent dye shall be used for testing The duration of test shall be 24 hours In addition after the test the cable shall be ripped open and the distance up to which water has seeped shall be noted Drip test seepage of filling compound For testing a sample of 30 cm length of the cable with one end sealed by the end cap will be taken and outer jacket sheath binder tapes shall be removed by 5cms from open end of the sample The filling compound will be wiped thoroughly and the sample be kept vertically with open end down ward in the oven for
292. signal 2 048 kbit s Loss of frame alignment Bit error rate BER greater than 10 Alarm indication signal AIS detection Failure of 64 kbits s interface signalling only Failure of power supply The speech companding law employed in encoding and decoding shall follow the logarithmic A law with the value of A 87 6 and approximated by 13 segments Single channel code structure is preferred The MTBF shall be lt 10 hours at operating temperature conditions The tenderer shall indicate the MTBF at standard temperature conditions The PCM multiplexers shall be installed in same distribution rack as that for OLTE Digital interfaces at 2 048 kbits s shall be provided in accordance with ITU T G 703 recommendation Signal bit rates shall be 2 048 kbits s 50ppm and signal code format shall be HDB3 The impedance shall be 75 ohm unbalanced Loss of frame alignment shall be considered to have occurred when 4 consecutive frame alignment signals are incorrectly received in their predicted positions When 3 successive frame alignment signals are correctly detected the system may be deemed to have regained frame alignment In a given frame the status of the cyclic bit contained in the justifiable digit time slot associated with a particular tributary shall be indicated by means of 3 relevant justification control bits in accordance with table 1 of ITU T G 742 recommendation Positive justification shall be indicated by
293. storage before refreshing charge 23 Battery racks D Type of material II Out line dimensions 24 Insulator material for isolating battery stack from ground and cell C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 202 2 03395 25 Short circuit current at battery terminals terminals 27 Recommended maximum rating of fuse for protection of battery 28 Size of cable recommended for connections of battery to battery charger dc distribution board 29 Recommended interval at which battery should be discharged at 10 hour discharge rate and boost charged 30 Efficiency a ah efficiency 31 Inter connectors a type of inter cell to cell and tier to tier connectors 32 Total shipping weight of one battery unit kg yes no 33 Charging characteristics enclosed yes no 34 capacity retention characteristics enclosed 35 enclosures i whether all the drawings and technical literature for battery enclosed yes no ii whether type test reports enclosed yes no iii whether the painting shall be done as per seven tank method Signature of the bidder Place name Date designation signature of manufacturer supplier Name amp address name of the company C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 203 204 ANNEXURE I GUARANTEED TECHNICAL PARTICULARS FOR 48V 200AH SEALED MAINTENANCE FREE VRLA BATTERY SETS TO BE FILLED BY BIDDE
294. successful Bidder and will discharge its Bid Security Signing of Contract The Purchaser notifies the successful Bidder that its bid has been accepted Within 30 thirty days of receipt of notification of award of Contract the successful Bidder will sign and date the contract Failure to comply with this stipulation will entail cancellation of the contract besides forfeiture of the bid security Performance Security Within Fifteen 15 days of receipt of the notification of Contract award The successful Bidder will furnish to the Purchaser the performance security for an amount 10 of the contract value for proper fulfillment of the contract which will include the warranty period and completion of performance obligations including watranty obligations The performance security will cover 60 days beyond the date of completion of performance obligations including warranty obligations In the event of any correction of defects or replacement of defective material during the warranty period the warranty for the corrected replaced material will be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value will be extended 60 days over and above the extended warranty period C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 29 Dede 37 3 37 4 37 5 37 6 38 30 The proceeds of the performance security will be payable to the Purchaser as compe
295. t Contractor shall supply equipment mentioned in the annexure errection testing and commissioning of the fibre optic communication system with proteciton equipment on the above line sections It is not intent to specify completely herein all the details of the design and construction of equipment However the equipment shall confirm in all respects to high standards of engineering design and workman ship and shall be capable of performing in continuous commercial operation upto the bidder s guarantee in a manner acceptable to the purchaser who will interpret the meanings of drawings and specification and shall have final authority to accept any work or equipment Not C Users Mathew Desktop RFO APTRANSCO l RFO OPG W Spec e LIPT 15 2012 JB JICA doc 73 2 2 2 3 2 4 2 5 74 withstanding to any thing contained above the offered equipment shall be complete with all components necessary for thier effective and trouble free operation Such components shall be deemed to be within the scope of bidder s supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not Further the minimum principal parameters mentioned in the technical specification should be fulfilled It should be noted that all preliminary design information such as distance between stations are provided for bidding purposes only The Contractor is responsible for the final design AND SYSTEM PER
296. t value with a cap of Rs 10000 for all works supplies with ECV up to Rs 50 cr and Rs 25000 for works supplies with ECV above Rs 50 cr at the time of bid submission electronically transaction fee amp other charges to C 1 INDIA amp APTS shall be paid by either credit card or debit card bidders have to pay service tax as levied by Government of India on transaction fee electronic payment gateway charges successful bidders shall pay another 0 04 of ECV to APTS towards e procurement fund Bidders shall obtain digital certificates from APTS at a one time cost of Rs 1 200 DOCUMENTS CONSTITUTING THE BID C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 19 12 13 13 1 13 2 pet 2 as The bid prepared by the bidder will comprise the following components I The bid comprises the bid document and price bid Schedule A available online at www eprocurement gov in and Qualification information and supporting documents to be uploaded by the Bidder Il Documentary evidence establishing in accordance with clause no 19 that the bidder is eligible to bid and is qualified to perform the contract if its bid is accepted IIL Documentary evidence establishing that the materials equipment and ancillary services to be supplied by the bidder are as per the technical specification of the bidding documents and IV Bid security in accordance with clause no 20 V Taxes and dutie
297. t DC U G 132 pies UOM line OH Moosarambagh y Multi circuit GIS U G SC line line Qty Qty Spares of OFC OPGW Accessories 1 Suspension Assembly for OPGW 1 1 2 Nos Grounding clamps are part of suspension assembly 2 Tension Assembly for OPGW Dead end 6 8 14 Nos Clamps and Grounding clamps are part of Tension Assembly 3 Vibration Dampers for OPGW 14 18 32 Nos 4 Splice Boxes OPGW OPGW 1 1 2 Nos 5 Splice Boxes OPGW OFAC 1 1 2 Nos 6 Down Lead Clamps 10 10 20 Nos Spares of OLTE amp Associated equipment 7 Mandatory Spare set for OLTE MUX 1 1 2 Nos 8 EPAX spare set 1 1 2 Nos 9 Mandatory Spare set One module for 1 1 2 Nos each type for Digital Teleprotection 10 Spare set of 48V 50A SMPS Float cum 1 0 1 No Boost Charger 11 Spare set of 48V 35A SMPS Float cum 0 1 1 No Boost Charger C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 53 54 Annexure Under Ground OF Cable Communication routing Diagram Sh Nagar 9Km i cae Malkaram Qaret ki Gunrock l Conventional Moulali Gachibowli S39 KV SANS 5km ve 8 Km i 2 Boas tee Patigadda a 11Km Erragadda 220 KV 3 on i OU 220 KV ___ Ghanapur Imlibun 220 KV w NO Km Ch gutta LEGEND Wy Existing Sub Stn Proposed Sub Stn auans UGOFC Proposed OFC to be laid under replacement OFC existing
298. t and location shall be finalized after Survey Contractor shall be responsible for splicing of fibres and installation of splice enclosures 1 1 3 1 Optical Fibre Splices C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 136 137 Splicing of the optical fibre cabling shall be minimized through careful contractor planning There shall be no mid span splices allowed All required splices shall be planned to occur on tower structures All optical fibre splicing shall comply with the following a All fibre splices shall be accomplished through fusion splicing b Each fibre splice shall be fitted with a splice protection sheath fitted over the final splice c All splices and bare fibre shall be neatly installed in covered splice trays No more than six 6 fibres shall be installed in each splice tray d For each link bi directional attenuation of single mode fusion splices shall not average more than 0 05 dB and no single splice loss shall exceed 0 1 dB when measured at 1550 nm e For splicing fibre optic cable service loops of adequate length shall be provided so that all splices occurring at tower structures can be performed at ground level 1 1 4 Fibre Optic Approach Cables For purposes of this specification a fibre optic approach cable is defined as the Armoured underground fibre optic cable required to connect Overhead Fibre Optic Cable OPGW between the final in line splice enclosu
299. t by the Contractor during the project execution The Contract price shall be adjusted accordingly For the purpose of payment the optical fibre link lengths are defined as transmission line route lengths from Gantry at one terminating station to the Gantry in the other terminating station The actual cable lengths to be delivered shall take into account various factors such as sag service loops splicing working lengths amp wastage etc and no additional payment shell be payable in this regard The unit rate for FO cable quoted in the Bid price Schedules shall take into account all such factors 1 1 2 3 Optical Fibre Identification Individual optical fibres within a fibre unit and fibre units shall be identifiable in accordance with EIA TIA 598 OR IEC 60304 or Bellcore GR 20 colour coding scheme Colouring utilized for colour coding optical fibres shall be integrated into the fibre coating and shall be homogenous The colour shall not bleed from one fibre to another and shall not fade during fibre preparation for termination or splicing Each cable shall have traceability of each fibre back to the original fibre manufacturer s fibre number and parameters of the fibre If more than the specified number of fibres are included in any cable the spare fibres shall be tested by the cable manufacturer and any defective fibres shall be suitably bundled tagged and identified at the factory by the vendor 1 1 2 4 Buffer Tube Loose tube constru
300. t site can be performed During this testing actual link measurements should be made on each fibre optic link to verify compliance with designed system performance specifications This phase of testing shall be conducted by the Contractor and witnessed by The Employer Field adjustments should be made to meet established standards However if the field adjustments fail to correct the defects the equipments may be returned to the Contractor with no obligation to the Employer The exact content of the pre commissioning tests shall be determined jointly by the Contractor and The Employer Table 2 summarises the minimum requirements for pre commissioning testing of the wideband communications network Table 3 Fibre Optic Network Field Communications Testing Item Requirement Description 1 Verification of margins and link performance 2 Bit error rate measurements 3 Measurement of error seconds 4 Confirmation of channel assignments 5 Point to point checkout of each new VF data channel installed 6 Verification of predicted link margins C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 83 84 The above tests shall be performed after final alignments correction for test Equipment calibration and with measured transmit power adjusted attenuated if necessary to reflect guaranteed performance as noted in the Contractor s documentation 21 2 2 Phase 2 SAT Field Integrated System Test The tests for
301. table surge protectors in the form of Gas discharge tubes and fuses are to be provided to protect electronic circuitry of the MUX equipment from the damages due to external surges spikes Minimum maintenance and free workability on the equipment is to be ensured Network Management System The Network Management System shall be common for primary OLTE multiplexer and Digital Tele protection equipment The hardware platform shall be PC based The man machine interface shall use mouse and window technique The software of MIB file of OLTEs MUX and Digital Tele protection equipment should be provided to interface with existing NMS of APTRANSCO The network manager shall be able to address any of the primary multiplexer and second order multiplexer The network manager shall have four levels of interaction with password protection limiting the access to the users From the software it shall be possible to program the multiplexers do the level settings etc without any necessity of hardware settings It shall be possible to do the monitoring and configuration of remote network element from NMS station The necessary embedded operation channel for the NMS shall be provided by the bidder This embedded operation channel shall be in addition to the engineer order wire mentioned elsewhere in the specification It shall be possible to remotely configure the system from the master station upto 64 kbps level thus obviating the need for any handheld terminals
302. tation equipment to be commissioned SI No Particulars 220K VSS Malkaram 220 KVSS Gunrock 220K VSS Chandrayangutta 220 KVSS Imlibun 132KV Osmania University 132 KVSS Chilakalaguda 132KVSS Erragadda 132KVSS Balkampet 132KVSS Patigadda 132KVSS Hussainsagar 220 KVSS Hayatnagar PTO Miralam Filter Bed GIS 132 Moosarambagh GIS 132K VSS Narayanagud 132KVSS Fever Hospital Total Qty UOM Erection and commissioning of OLTE MUX DTP and associated equipment W Oo KK j N 400 220K VSS Ghanapur Oo 30 Loca tion Erection amp Commissioning of OFAC 0 5 1 5 Km Erection amp commissioning of Fibre distribution panels for termination of Fibres of 48 F capacity 26 Nos Erection and commissioning of EPAX 16 16 12 Nos Erection and commissioning of 48V Charger Nos Erection and commissioning of 48V SMF VRLA Battery set Nos Erection and commissioning of AC Units along with electrical wiring 15 Nos C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 46 47 ANNEXURE I B in in Overhead and UG OFCable Works ion icat OFC Commun Hyderabad Metropolitan area under JICA funding iding Details of prov
303. teams for on line correction rectifications of the splices 5 Average bi directional splice loss at any particular splice shall not exceed 0 1db but total bi directional average of all splices in a link shall not exceed 0 05db 6 Fibre optic cable service loops as indicated in section 4 4 service loops shall be provided Ne 4 4 service loops For purposes of this specification cable and fibre service loops are defined as slack excess cable and fibre provided for facilitating the installation maintenance and repair of the optical fibre cable system A Outdoor cable service loops at manhole chambers splices are installed with sufficient fibre optic cable service loops as provided in section 4 1 such that the recommended minimum bend radius is maintained while allowing for installation or maintenance of the cable to be performed in a controlled environment at ground level Optical cable service loops excess cable shall also be provided at all crossings in manholes as provided in section 4 1 B Fibre units service loops for all fibre optic cable splicing the cable shall be stripped back a sufficient length such that the fan out of fibre units shall provide for at least one 1 metre of fibre unit service loop between the stripped cable and the bare fibre fan out C FIBRE SERVICE LOOPS At least 0 5 metre of bare fibre service loop shall be provided on each side of all fibre splices The bare fibre service loops shall be nea
304. tent to specify completely herein all the details of the design and construction of material However the material shall conform in all respects to high standards of engineering design and workmanship and shall be capable of performing in continuous commercial operation up to the bidder s guarantee ina manner acceptable to the purchaser who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which in his judgment is not in accordance therewith The offered material shall be complete will all components necessary for their effective and trouble free operation Such components shall be deemed to be within the scope of bidder s supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not 2 0 standards 2 1 the design manufacture and testing of various equipments covered by this specification shall comply with the following indian standards unless other wise specified in the specification Indian standards title Battery sets Iss1885 1986 part viii electro technical vocabulary Iss 1651 1991 secondary cells and batteries Stationary third revision cells and batteries lead acid type with is1652 1984 tubular positive plates sealed maintenance free batteries Iec 896 2 part ii valve regulated type bsen 60896 2 material conforming to other internationally accepted standards which ensure equal or higher quality
305. ter Sister s husband Son s wife s father Son s wife s mother and their siblings Daughter s husband s father Daughter s husband s mother 10 FORM 12 BANK ACCOUNT DETAILS FOR RTGS Name of the bank Name of the branch Branch code city Account no MICR no IFSC no Income tax pan number Vat registration number Date of vat registration Place of vat registration Signature of the Bidder 251 252 FORM 13 BANKERS CERTIFICATE TO WHOM SO EVER IT MAY CONCERN certify that m s having their plant at is our customers and have They are having the credit limits of SIGNATURE OF THE MANAGER This is to satisfactory record of transactions Rs lakhs in our bank PLACE DATE NAME BANK ADDRESS AND SEAL
306. ternal alarms say air conditioned failure etc COMPATIBILITY OF EQUIPMENT Testing instruments are such that it will be best compatible with existing system s viz foc olte for testing and maintenance of the system C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 161 162 SDH ANALYZER The equipment shall be suitable for used during installation commissioning and maintenance of pdh sdh and equipment The equipment should support stm 1 155 mbps and el lines electrical and optical interfaces Technical specification 1 Optical interfaces STM 1 2 Wavelength ranges nm 1310 1550 3 Connector FC PC 4 Electrical interfaces shall provide the following electrical interfaces STM 1 bnc 140 mbps e4 bnc 45 mbps ds3 bnc 34 mbps e3 bnc 2 mbps el unbalanced 75 ohm bnc 2 mbps el balanced 120 ohm rj48 2 mbps E1 balanced high z RJ48 on rx 1 544 mbps ds 1 balanced 00 ohm bantam ECL NRZ input monitor for 155 622 mbps 5 Clocking internal loop timed external mts sets 2 mhz inter module SDH mappings c12 mapping 2 mbits in stm 1 au 4 Asynchronous mode c3 mapping 34 mbits in stm 1 au 4 c3 mapping 45 mbits in stm 1 au 4 c4 mapping 140 mbits in stm 1 7 Nx64 kbps channel testing shall be capable of generating and measuring Signals in the 64 kbps or nx64kbps channels carried within an el frame 8 Test patterns test patterns may b
307. th surge arresters on the MDF 14 Extension interface Station interface for normal analog PBT Digital extension interface for key phones Hybrid station interface for PBT key phones 15 Redundancy System should have redundancy for PSU amp CPU 16 System voltage 48v dc positive ground 15 10 with MCB protection 17 Power consumption Less than 300w 18 Emi emc As per iec 17025 2000 standard 19 Programming Programming of the EPAX should be done using console laptop that should be part of the exchange at no extra cost 42 4 3 The microprocessor based EPAX should directly interface with communication transmission systems like power line carrier communication optical fiber satellite and microwave radio communication links The subscribers must be able to communicate with local subscribers and far end subscribers through trunk lines The EPAX should form a part of communication system and should be capable of switching speech paths on trunk routes The exchange should be compatible with the existing switching systems for its operation in conjunction with electronic four wire group selectors and EPAXS of any other make at far end stations It would be the sole responsibility of the successful bidder to guarantee the compatibility of the EPAX with the existing switching systems The exchanges shall be manufactured to the state of art technology and employ the stored program technique by utilizing the principles of TDM PC
308. the battery in main supply failure conditions and charger failure conditions B Mcb protection provided to ac supply and dc supply C Fuses provided for ac amp dc supply control amp protection Annexure i Guaranteed technical particulars for 48v 35a 1 1 smps modular power system which uses hot pluggable rectification modules of equal capacity for total capacity of 35 amps to be filled by bidder S no Description Manufacturer s type designation Manufacturer s address ae 3 Input specifications Nominal voltage Voltage range Frequency Power factor Efficiency Dielectric strength 4 Output specifications Nominal voltage Output voltage adjustment Output current per module No Of modules for each 35a capacity Power Output voltage regulation Ripple Psophometric Audible noise Battery current limit Battery protection 5 General specifications Weight approx Dimensions Enclosure Operating temperature Storage temperature Cooling Humidity 6 alarms amp indicators provided yes no C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 196 197 A Fuse failure B Dc output high low beyond limits eov battery low C Over load D A c input failure E Float cum boost charger i amp ii fail 7 protections provided battery system yes no and specify voltage a isolation of the load from battery during battery drain level of the battery in ma
309. the following configuration E1 Elec I F 63 Nos Initially h w provided for 32 Els and wired for full capacity so that in future by adding E1s card full capacity can be utilised High speed Ethernet 10 100 base ports 8 Nos with Layer 2 switching capability Digital Cross Connect 40 x Els Digital Distribution Frame MDF Engineering Order Wire Telephone 5 2 1 GENERAL The fiber optic equipment supplied under this project shall be based on the Synchronous Digital Hierarchy SDH technology The SDH system shall be designed for digital transmission using single mode fiber optics and shall comply with ITU T G 707 The telecommunication network shall mainly use fiber optic system including optical SDH equipment and associated accessories The SDH equipment shall be an ultra compact carrier class and cost effective bandwidth provisioning equipment designed to manage and deliver services from the optical core to the access The SDH equipment shall be configured as a Terminal Multiplexer TMUX Add Drop Multiplexer ADM and In Line Amplifier or as stand alone Cross Connect SDH equipment shall be a STM 4 16 platform has been envisaged to address the growing demand for an ultra compact STM 4 16 Add drop Multiplexer ADM and provide Ethernet over SDH SONET mapping functions including Link Capacity Adjustment Scheme LCAS with Virtual Concatenation VCAT The SDH equipment shall support the following interfaces STM lo e STM
310. the forms statements and annexure submitted in proof of the qualification requirements and or Not turned up for entering into agreement when called upon with in the time specified in the letter of acceptance Record of poor progress such as abandoning the work not properly completing the contract inordinate delays in completion litigation history or financial failures etc and or A history of criminal record in which the bidder is involved if any History of litigation with govt during the last 5 years in which the bidder is involved ELIGIBILITY CRITERIA A PHYSICAL EXPERIENCE The bidder must have successfully supplied and executed on turnkey basis at least 40 of the tendered quantity of the OPGW Under ground 48F unarmoured Optical Fibre Cable OLTE amp digital protection couplers of same or higher class indicated in the Schedule of Requirement in one continuous period of 12 months and its C Users Mathew Desktop RFO APTRANSCO I RFO OPG W Spec e LIPT 15 2012 JB JICA doc 14 15 financial turnover during any one year of the last five years should have been equal or more than 100 value of the package now quoted The offered make of the equipment of the package shall also be erected amp commissioned and in successful operation for at least two years as on the date of bid opening At least 20 of the quantity of similar material higher grade OPGW Under ground 48F unarmoured Optical Fibre Cable OLTE amp d
311. the signal 111 and no justification by the signal 000 The maximum permissible limits of jitters at the 2 048 kbits s interfaces shall be in accordance with table 1 of ITU T G 823 recommendation With the following input signals encoded in hdb3 format at a bit rate of 2 048 kbits s 50ppm connected to any 2 048 kbits s input port the error rate introduced at the corresponding 2 048k bits s output port shall be less 5 10 arated aggregate signal arepetitive signal having a block length of 8 bits an all binary zeros signal an all binary ones signal This requirement shall be met for all signal conditions on the remaining 2 048 kbits s input ports The output tributary bit rates of all tributary outputs shall remain within 2 048 kbits s 50 ppm when any 2 048 kbits s input tributary signal is lost C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 101 a1 O22 With the following conditions at one or more input ports the remaining tributaries shall continue to function within their specified limits no input signal input signal outside the limits of this specification removal or insertion of any of the tributary cards other than those cards appropriate to the tributary under test The following fault conditions shall be detected and alarm indications provided in accordance with clause 10 of ITU T G 742 recommendation failure of power supply loss of incoming 2 04
312. tion No for this item Not applicable 4 Quantity to be procured 5 Last date and time for submission of Bid 6 Date and time for opening of Bid 7 State whether Bid guarantee is enclosed towards Bid Security 8 State whether the quotation is in two part 9 State whether quoted for entire quantity 10 Whether willing to furnish performance B G 10 if order is placed 11 Details of remittance of Specification cost Not applicable 12 Whether a local SSI Unit Local Unit 13 Whether month wise delivery schedule indicated 14 Prices whether variable Firm 15 Whether any other tax duty payable If so give details and the same is included Not included 16 State whether APTRANSCO terms of payment are accepted 17 Quantity offered for supply 18 State whether 90 days validity offered 19 Whether sample is enclosed for offered type of 24F ADSS OFC cable 20 Whether the material equipment offered conforms to the relevan APTRANSCO Specification 21 Whether you have executed orders of the APTRANSCO previously for these items Please give details 22 Similar details in respect of supplies made to other utilities 23 Whether sales tax clearance certificate enclosed 24 Whether Income tax clearance certificate enclosed Signature of the bidder 8 a PROFORMA FOR REPORT OF RECEIPT OF MATERIALS IN STORES SLNo Description 1 P O No and Date 2 Name of the supplier 3 Company s reference no 4 Date o
313. tions to perform under this Contract except with the Purchaser s prior written consent C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 38 57 57 1 57 2 57 3 58 59 59 1 39 Delays in Supplier s Performance Delivery of the Materials equipment will be made by the Supplier in accordance with the time schedule prescribed by the Purchaser in the Schedule of Requirements If at any time during performance of the contract the supplier should encounter conditions impending timely delivery of the Materials equipment the Supplier will promptly notify the Purchaser in writing of the fact of the delay its likely duration and its cause s As soon as practicable after receipt of the Supplier s notice the Purchaser will evaluate the situation and may at its discretion extend the Supplier s time for performance with or without liquidated damages in which case the extension will be ratified by the parties by amendment of the Contract Except as provided under force majeure clause a delay by the Supplier in the performance of its delivery obligations will render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages Penalty for delay in supplies The time for and the dates for delivery mentioned in the contract will be deemed to be the essence of the contract Subject to force majeure c
314. tly and safely installed inside covered splice trays 4 5 SITE ACCEPTANCE TESTING SAT FOR UNDERGROUND FIBRE OPTIC CABLE Sat for optical fibre cable shall be carried out link by link from permanent manhole to permanent manhole Prior to installation every spooled fibre optic cable segment shall be tested for compliance with the pre shipment data previously received from the manufacturer This requirement will preclude the installation of cable segments that may have been damaged during shipment Test requirements are as per table 4 1 Optical fibre attenuation shall be measured after installation and before splicing Any increase in attenuation or step discontinuity in attenuation shall not be acceptable and shall constitute a cable failure The contractor shall have to either replace the concerned cable span at its own cost or provide additional splicing joint box and manholes required to rectify the fault at its own cost The fibre attenuation shall be tested again after replacement or rectification of fault During the installation spliced cable segments shall be tested and documented In case it is found that the splices are bad loss is unacceptable as per approved test procedures the contractor shall have to do re splicing and provide new joint box wherever required at no additional cost to the employer After re splicing the end to end testing shall be repeated The splice testing requirements are indicated in table 4 2 C User
315. to 11 um 10 of the nominal value 1550 nm Cladding diameter 125 0 um 2 um Mode field concentricity error lt 1 0 um Cladding non circularity lt 2 Cable cut off wavelength lt 1470 nm 1550 loss performance As per g 655 Proof test level gt 0 7 gpa 1310nm lt 0 40 db km 1550nm lt 0 25 db km 1383nm lt 1 0 db km Chromatic dispersion maximum zero dispersion wavelength zero dispersion slope gt 0 1 ps nm x km 1440 nm 5 5 to 10 ps nm x km 1530 1565 nm 7 5 to 13 4 ps nm x km 1565 1625nm 10 0 to 3 0 ps nm x km 1285 1330nm lt 1440 nm 1550nm 0 052 ps nm xkm maximum Polarization mode dispersion lt 0 5 ps km C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 59 60 Temperature dependence Induced attenuation lt 0 05 db 60 c 85 c Bend performance 1310nm 75 2 mm dia mandrel 100 turns Attenuation rise lt 0 05 db 1550nm 75 2 mm dia mandrel 100 turns Attenuation rise lt 0 10 db 1550nm 37 0 5 mm dia mandrel 1 turn Attenuation rise lt 0 50 db End of table 2 5 General construction The optical cable shall consists of a central fibre optic unit protected by one or more layers of helically wound anti hygroscopic tape or yarn The central fibre optic unit shall be designed to house and protect the fibres from damage due to forces such
316. to stand the rigors of field work while providing precise measurements on single mode or multimode optical fiber systems Technical characteristics Optical characteristics Dynamic and measurement range 1310 1550 nm Readout resolution horizontal Distance measurements Otdr distance range settings System measurement accuracy Distance resolution Measurement points horizontal Vertical scale Read out resolution vertical Reflectance range vertical Distance accuracy Reflectance range Measurement time intelli trace technology Dead zone for 1310 amp 1550 nm single mode Display Selectable pulse widths Memory capacity Output ports event dead zone 1550 nm optical output 1550 20 nm loss threshold 0 02 db minimum loss resolution 0 001 d b dynamic range measurement range 5 35 d b 28 28 d b 0 1m minimum kilometres feet miles single mode 1 to 240 km multi mode 1 to 40 km distance 4m loss 0 01 db 25 cm to 40 m upto 160000 0 1 to 10 0 db div 0 001 db 14db to 60db 1 25 m 14db to 60 db less than 3 minutes 20 d b accumulated loss attenuation dead zone 10 12 m color screen vga lcd 10ns 30ns 100ns 300ns lus 3us and 10 us 100 traces in internal memory with 3 5 Inch floppy disk drive With internal Memory 2mb rs 232 serial centronics parallel port keyboard ps2 min din C Users Mathew Desktop RFO APTRANSCO 1 RFO OPG W Spec e LIPT
317. tringing at site as per the approved stringing procedure Site visit for supervision shall be carried out as per instruction of Employer The mandays for site supervision is identified in Appendix However the contract price shall be adjusted as per the actual requirement The Supervision Inspection work in Contractor s scope shall mainly include inspection as per stringing procedure proper location of drum site installation of stringing blocks pulleys proper sagging proper installation of hardware proper tension as per Sag Tension chart provision of service loops of OPGW in jointing locations etc 1 1 2 7 Optical Ground Wire OPGW OPGW cable construction shall comply with IEEE 1138 1994 The cable provided shall meet both the construction and performance requirements such that the ground wire function the optical fibre integrity and optical transmission characteristics are suitable for the intended purpose The cable shall consist of optical fibre units as defined in this specification There shall be no factory splices within the cable structure of a continuous cable length The composite fibre optic overhead ground wire shall be made up of buffered optical fibre units fibres in the buffer tube embedded in a water tight aluminimum aluminium alloy stainless steel protective central fibre optic unit surrounded by concentric lay stranded metallic wires in single or multiple layers The dual purpose of the composite cable is to provi
318. uewsC AXZEL sull 90 9 N SS unq AX0 7 eynbeuekeipueyo Ax0ZZ unqu SSAA 0c2 eynbuekeipueyd SSAAOZZ aull d 9 N SS yOuuNH AMOTZ WEILHCW AAOZZ ysoiUNyd SSAA 022 Weeen SSAAOZZ Description of Equipment S l N o S 12 0 10 0 O0JOJO 0 0 00 0 2 0 0 1000 O 2 0 0 1 C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 49 Uni directional Managed that can drive upto 60 Km STM 4 upgradable to Synchronous STM 16 Digital Hierarchy SDH type short Haul OLTE with Primary Multiplexer 2 Digital Protection Signalling Equipment 1 50 Two directional Managed Synchronous Digital Hierarchy SDH type short haul that can drive upto 60 Km STM 4 upgradable to STM 16 OLTE with Primary Multiplexer Network Management system for SDH amp MUX along with software and configuration tool and furniture PC 1 No Chair 01 No Table 1 No Printer 1 No Fibre distribution panels for termination of Fibres of 48 F capacity 26 Fibre approach cable DWSM of 24 Fibre capacity with HDPE pipe 1 5 EPAX 16 16 with 2 El cards wired for 128 ports 12 EPB Telephones 40 48V S50A 14 1 SMPS Float cum Boost Charger 10 48V 35A 1 1 SMPS Float cum Boost Charger 11 48V 250AH SMF VRLA Battery set 0 0
319. ufacture and services at manufacturing place as well as transportation to destination stores packing and forwarding insurance and all taxes amp other legally permissible duties amp levies payable delivery schedule offered in the bid deviations in payment schedule from that specified in the general terms and conditions of the contract the cost of components mandatory spare parts and service the availability of spare parts and after sales services for the equipment offered in the bid the projected operating and maintenance costs during the life of the equipment the performance and productivity of the equipment offered and or e OTHER SPECIFIC CRITERIA INDICATED IN THE BID SPECIFICATION i cost of recommendatory spares if any indicated in the relevant price schedule will not be considered for bid evaluation 30 3 a The Purchaser s evaluation of a bid will take into account the Net Landed Cost of the Material at destination stores EXCLUSIVE of CST VAT and INCLUSIVE of duties quoted by the Bidder It is the responsibility of the bidder to quote all Taxes and Duties Freight Insurance correctly without leaving any column unfilled Where not applicable the column may be filled as NA If no duty tax is leviable the same may be filled as NIL If any column is left blank the same is loaded with maximum of other eligible Bids b Any statutory variations of taxes and duties and new levies imposed after openin
320. uired to operate satisfactorily Under the following climatic conditions C Users Mathew Desktop RFO APTRANSCO 1 RFO OPGW Spec e LIPT 15 2012 JB JICA doc 198 4 0 SLO ee i Location andhra pradesh ii Max ambient air temperature deg c a Tao ill Minimum ambient temperature deg c ae iv Average daily ambient air temp deg c 3 39 v Maximum relative humidity 74 vi Average annual rainfall mm 925 vii Maximum wind measure kg m2 200 Viii Max attitude above mean see level m 1000 ix Ceraunic level days year 40 to 50 x Seismic level horizontal acceleration 0 10g Principal parameters 4 1 1 1 battery sets ie two sets Each set consisting of following specifications A no Of cells per battery bank 24 nos B nominal voltage of each cell 2 volts C nominal voltage of the complete bank 48 volts D type of plates in each cell positive plates low corrosion and low self Discharge alloy negative plates low corrosion amp maintenance free alloy E terminals integral solid copper core F Connectors lead plated copper connectors g Capacity of batteries in amp 200ah at 27 deg c for 48v 200ah battery set Hours at 10 hour rate to at 27 deg an end voltage Of 1 85v per cell h cell dimensions and designation designation to be specified In accordance with the standard by the bidder and maximum over all dimensions as per relevant standards The bidder shall provide adequate thickness for the co
321. um or aluminium alloy shall support the dampers during installation and shall maintain the dampers in position without damage to the OPGW and without causing fatigue Armour or patch rods made of aluminium or aluminium alloy shall be provided as required to reduce clamping stress on the OPGW The vibration damper body shall be hot dip galvanized mild steel cast iron or shall be permanent mould cast zinc alloy 1 1 3 Fibre Optic Splice Enclosures Joint Box All splices shall be encased in Fibre Optic Splice Enclosures Suitable splice enclosures shall be provided to encase the optical cable splices in protective moisture and dust fre environment Splice enclosures shall comply to ingress protection class IP 66 or better The splice enclosures shall be designed for the storage and protection of required number of optical fibre splices and equipped with sufficient number of splice trays for splice trays for splicing all fibres in the cable No more than 6 fibres shall be terminated in a single splice tray They shall be filled with suitable encapsulate that is easily removable should re entry be required into the enclosures Splice enclosures shall be suitable for outdoor use with each of the cable types provided under this contract Splice enclosures shall be appropriate for mounting on transmission line towers above anti climb guard levels at about 10 metres from top of the tower and shall accommodate pass through splicing The actual mounting heigh
322. umbers dimensions and tolerances bolt tightening torques amp shear strength and ratings such as UTS slip strength etc shall be marked on the drawings The fittings and accessories described herein are indicative of installation hardware typically used for OPGW installations and shall not necessarily be limited to the following a Suspension Assemblies Preformed armour grid suspension clamps and aluminium alloy armour rods reinforcing rods shall be used The suspension clamps shall be designed to carry a vertical load of not less than 25 KN The suspension clamps slippage shall occur between 12kN and 17kKN as measured in accordance with type test procedures specified in Appendix VoL II The Contractor shall supply all the components of the suspension assembly including shackles bolts nuts washers split pins etc The total drop of the suspension assembly shall not exceed 150 mm measured from the center point of attachment to the center point of the OPGW The design of the assembly shall be such that the direction of run of the OPGW shall be the same as that of the conductor C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 135 13 654 b Dead End Clamp Assemblies All dead end clamp assemblies shall preferably be of performed armoured grip type and shall include all necessary hardware for attaching the assembly to the tower strain plates Dead end clamps shall allow the OPGW to pass through co
323. utual agreement any period of running with faulty equipment may be regarded as not part of the test If the break of the test occurs due to errors in excess of those defined the test will be deemed as failed and the Purchaser may require the test to be repeated from the beginning Prior to the commencement of the tests the behavior of the system to errors which are monitored by the software shall be demonstrated to the Purchaser as required A schedule of alarm failure printout and display messages will be required before such a demonstration No additional program or data shall be read into the system except with the approval of the Purchaser Following any such changes a printout may be requested to be made of the contents of specified memory locations In the case of standby equipment no automatic switchover to any alternative standby unit will be permitted except when the switchover itself is being tested either manually or automatically Internal checking routines which cause the equipment to correct an error automatically will be accepted providing that no hardware switchover or disconnection occurs and that the test is otherwise correct in all details 22 3 Test Program for GSAT A test program or set of test programs shall be submitted for approval to the Purchaser before the commencement of the test The program shall be sufficient to demonstrate compliance with the Test Procedure Specification and the program shall be designed to frequently
324. ver Frame Alarms 6 Receiver Alarms 7 Quality Parameter Indicators 8 Loopback Actuated Indicator 9 Configuration Status 10 Power Supply Converter Alarms Table 2 4 Higher Order Multiplex Equipment Alarms and Indicators 1 Device Status 2 Clock Supply Failure 3 Loss of Frame Alignment 4 Frame Parity Check Failure 5 Quality Parameter Indicators C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 107 108 gt 6 Configuration Status 7 Tributary Alarms 8 Loopback Actuated Indicator 9 Power Supply Alarms Table 2 5 Station Alarms Indicators and Controls 1 Intrusion Detection alarms 2 Power Failure 3 Fire and Smoke Detection 4 Environmental Control temperature humidity etc NMS Configuration Each node on the backbone network shall include provision for connecting a laptop PC to support local commissioning and maintenance activities Through the use of this PC and local displays controls the local operator shall be able to a Change the configuration of the station b Perform tests c Get detailed fault information The Laptop P C shall be connected to Ethernet Management interface available at terminal and repeater stations Four identical portable Laptop computers each complete with necessary system and application software to support the functions listed above shall be provided Interfaces The NMS shall be equipped with graphic workstations in the stations which
325. verage daily ambient air temp deg c 35 V Maximum relative humidity 74 Vi Average annual rainfall mm 925 Vii Maximum wind measure kg m2 200 Viii Max attitude above mean see level m 1000 Ix Ceraunic level days year 40 to 50 X Seismic level horizontal acceleration 0 10g essential features The ac units supplied should be provided with the following essential features 1 Capacity 1 5 ton 4500kcal hr split air conditioner of standard company make 2 Stabilizer of capacity 4kva of standard company make 3 Ac supply source for above ac unit 1 no Mdb with 32a mcb with electrical wiring using 2 5sqmm control cable approximate distance of 10 to 15 mtrs from ac distribution panel to communication room and complete erection and commissioning of the unit On off timer Auto restart Operation control electronic Capcity oo POR Annexure 1 Guaranteed technical particulars For split air conditioner units to be filled by bidder 226 7 l Make amp type o d O 2 4 5 6 Fanmotorrating Kwas o O i refrigerant gt Gwelen of retigerane changes mote ma 9 Cabinet dimensions mm S O Noise level of air conditioners indoor db 13 Confirm whether testing facilities as per is 1391 yes no part i 1992 are available at the bidders s premises If the answer is no indicate the address of the location with details where the tests are proposed to be conducted
326. ways proposed to be used shall be identified in the survey report The Contractor shall make its best effort to route the cable through the existing available cable trenches Where suitable existing cable trenches are not available suitable alternatives shall be provided after Employer approval However the approach cable shall be laid in the HDPE pipe in all condition C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 137 138 Suitable provisions shall be made by the contractor to ensure adequate safety earthing and insulated protection for the approach cable All required fittings supports accessories ducts inner ducts conduits risers and any item not specially mentioned but required for laying and installtion of approach cables shall be supplied and installed by the Contractor 1 1 6 Optical Fibre Termination and Splicing Optical fibre terminations shall be installed in Fibre Optical Distribution Panels FODP designed to provide protection for fibre splicing of preconnectorized pigtails and to accommodate connectorized termination and coupling of the fibre cables The contractor shall provide rack wall mounted fibre optic distribution panels FODPs sized as indicated in the appendices and shall terminate the fibre optic cabling up to the FODPs The location of FODP rack shall be fixed by the Contractor with the Employer s approval 1 1 6 1 Fibre Optic Distribution Panel At each location
327. y acceptance tests shall be carried out to the satisfaction of the purchaser and in his presence at such reasonable times as he may require Not less than three weeks notice of all tests shall be given to the purchaser in order that he may be represented As many tests as possible shall be arranged together Six copies of the contractor s record of tests shall be supplied to the purchaser Measuring instruments shall be approved by the purchaser and if required shall be calibrated at the expense of the contractor at an approved laboratory All apparatus instruments and connections required for the above tests shall be provided by the contractor but the purchaser will permit the contractor to use for the tests at site any instruments and apparatus which may be provided permanently at site by the purchaser subject to the operation of the system and carrying out of other contracts and with condition upon the contractor accepting liability for any damage which may be sustained by the purchaser s equipment during the test The purchaser will also provide free of charge on site electrical energy if available for the purpose of approved preliminary tests and for the final tests If further preliminary tests are necessary or if further final tests are required due to the contract works not complying with the conditions of this specification the purchaser may call upon the contractor to pay the costs of providing the additional electrical energy required
328. y test c Satisfactory results of functional tests d No series of errors faults on a particular item indicating a design weakness C Users Mathew Desktop RFO APTRANSCO l RFO OPGW Spec e LIPT 15 2012 JB JICA doc 85 86 Should any equipment or part of it fail under test to give the required performance further tests which are considered necessary by the Purchaser shall be carried out by the Contractor and the whole cost of the completed tests shall be borne by the Contractor These requirements shall apply equally for tests on Subcontractor s equipment After satisfactory completion of the witnessed tests at the Contractor s factory the equipment shall be submitted for approval during dismantling prior to shipping No item of equipment shall be despatched to site until the APTRANSCO has given it s approval in writing C Users Mathew Desktop RFO APTRANSCO I RFO OPGW Spec e LIPT 15 2012 JB JICA doc 86 87 TECHNICAL SPECIFICATION FOR OPTICAL LINE TERMINAL EQUIPMENT Standards OLTE AND MUX Section I The material shall conform to the following Indian international standards specified under and published unless otherwise specified in these specifications Reference Abbreviation Name amp addresses Bs British standards British standards institution 101 Pentonville road n 190 ND UK TEC CISPR International electrotechnical commission bureu central de la commission electro

Download Pdf Manuals

image

Related Search

Related Contents

Clique aqui e faça o do manual de instruções da bomba  専用ハーネス 。PG-ー ー 0(3Pヵプラ一仕様)  ` _ _ _ _ UPC 94350194351 ` Richell® Instructlon  Exhibitor`s Manual  Boretti Abbinato GS  LUBRISIL MULTIFONCTIONS  Mode d`emploi du CC.pub    La finance ser encore l`écono La finance sert  MTD LT31S User's Manual  

Copyright © All rights reserved.
Failed to retrieve file