You are on page 1of 155

Internet Information Network Expansion (Info Bahan Project)

‡`k I gvby‡mi
‡mevq

Bangladesh Telecommunications Company Limited

Office of the Director (Procurement)


Sher-e-Bangla Nagar Telephone Exchange Annex Bldg.
( 2nd Floor ), BTCL, Sher-e-Bangla Nagar, Dhaka.

TENDER DOCUMENT

FOR
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
OPTICAL FIBRE CABLE NETWORKS FOR CHUADANGA TO
DARSHANA

Invitation for Tender No:


Issued on:
Tender Package No:
Table of Contents
Section 1. Instructions to Tenderers.................................................................1
A. General..................................................................................................1
1. Scope of Tender..........................................................................1
2. Source of Funds..........................................................................1
3. Corrupt, Fraudulent, Collusive or Coercive Practices.................1
4. Eligible Tenderers.......................................................................3
5. Eligible Materials, Equipment and Services................................4
6. Site Visit.......................................................................................4
B. Tender Document.................................................................................4
7. Tender Document: Sections........................................................4
8. Tender Document: Clarification...................................................5
9. Tender Document: Pre-Tender Meeting.....................................5
10. Tender Document: Amendment..................................................6
C. Evaluation and Qualification Criteria.................................................6
11. Evaluation Criteria.......................................................................6
12. Experience Criteria......................................................................6
13. Financial Criteria..........................................................................7
14. Personnel Capacity.....................................................................7
15. Equipment Capacity....................................................................7
16. Joint Venture, Consortium or Association (JVCA)......................7
D. Tender Preparation...............................................................................8
17. Tender: Only one......................................................................8
18. Tender: Preparation Costs..........................................................8
19. Tender: Language.......................................................................8
20. Tender: Contents of Tender........................................................8
21. Tender: Submission Sheet and Bill of Quantities........................9
22. Tender: Alternatives....................................................................9
23. Tender: Prices and Discounts.....................................................9
24. Tender: Currency......................................................................10
25. Documents Establishing Eligibility of the Tenderer...................10
26. Documents Establishing the Eligibility and Conformity of Materials,
Equipment and Services...................................................................11
27. Documents Establishing the Conformity of the Technical
Specification.....................................................................................11
28. Documents Establishing the Tenderer’s Qualifications............12
29. Tenderer: Disqualification..........................................................13
30. Tender: Validity..........................................................................13
31. Tender: Security........................................................................13
32. Tender: Format and Signing.....................................................15
E. Tender Submission............................................................................15
33. Tender: Sealing and Marking....................................................15
34. Tender: Submission Deadline...................................................15
35. Tender: Submitted Late.............................................................16
36. Tender: Modification, Substitution or Withdrawal......................16
F. Tender Opening and Evaluation.......................................................16
37. Tender: Opening.......................................................................17
38. Tender: Confidentiality..............................................................17

i
39. Tender: Clarification..................................................................17
40. Tenderer: Contacting the Employer..........................................18
41. Tender: Responsive ness..........................................................18
42. Tender: Non-conformities,Errors, and Omissions....................19
43. Tender: Correction of Arithmetical Errors.................................19
44. Tender: Preliminary Examination..............................................19
45. Tender: Technical Evaluation....................................................20
46. Tender: Financial Evaluation.....................................................20
47. Tender: No Negotiation.............................................................21
48. Tender: Comparison..................................................................21
49. Tenderer: Post-qualification......................................................22
50. Tenders: Employer’s Right to Accept or to Reject Any or All....22

G. Contract Award...................................................................................22
51. Award Criteria............................................................................22
52. Notification of Award.................................................................22
53. Performance Security................................................................23
54. Contract Signing........................................................................23
55. Advising Unsuccessful Tenderers.............................................23
56. Adjudicator.................................................................................24
57. Tenderer’s Right to Complain....................................................24
Section 2. Tender Data Sheet.......................................................................25
A. General.....................................................................................25
B. Tender Document....................................................................25
C. Evaluation and Qualification Criteria....................................25
D. Preparation of Tender.............................................................27
E. Submission of Tender............................................................28
F. Opening and Evaluation of Tender.......................................29
G. Award of Contract...................................................................29
Section 3. General Conditions of Contract.................................................30
A. General................................................................................................30
1. Definitions..................................................................................30
2. Contract Documents..................................................................32
3. Corrupt, Fraudulent, Collusive or Coercive Practices...............32
4. Interpretation.............................................................................34
5. Documents Forming the Contract and Priority of Documents. .35
6. Eligibility.....................................................................................36
7. Governing Language.................................................................36
8. Governing Law........................................................................36
9. Gratuties / Agency fees.............................................................36
10. Joint Venture, Consortium or Association (JVCA)....................36
11. Confidential Information............................................................37
12. Communic ations and Notices..................................................37
13. Copyright...................................................................................38
14. Assignment................................................................................38
15. Sub-Contracting........................................................................38

ii
16. Other Contractors......................................................................38
17. Contractor’s Responsibil- ities...................................................38
18. Employer’s Responsibil- ities....................................................38
19. Scope of Works.........................................................................39
20. Contract Price............................................................................39
21. Engineer’s Decisions.................................................................39
22. Queries about the Contract conditions......................................39
23. Delegation.................................................................................39
24. Contractor’s Personnel..............................................................39
25. Approval of the Contractor’s Temporary Works........................40
26. Instructions................................................................................40
27. Site Investigation Reports.........................................................40
28. Possession of the Site...............................................................40
29. Access to the Site......................................................................40
30. Safety, Security and Protection of the Environment.................40
31. Discoveries................................................................................41
32. Welfare of Labour......................................................................41
33. Child Labour..............................................................................41
34. No Night and Friday Work.........................................................41
35. Employer’s and Contractor’s Risks...........................................41
36. Employer’s Risks.......................................................................42
37. Contractor’s Risks.....................................................................42
38. Insurance...................................................................................43
39. Taxes and Duties......................................................................43
40. Limitation of Liability..................................................................43
41. Force Majeure...........................................................................44

B. Time Control........................................................................................44
42. The Works to Be Completed by the Intended Completion Date44
43. Programme of Works................................................................44
44. Pro Rata Progress.....................................................................45
45. Early Warning............................................................................45
46. Extension of the Intended Completion Date.............................45
47. Acceleration...............................................................................46
48. Delays Ordered by the Engineer...............................................46
49. Management Meetings..............................................................46
C. Quality Control....................................................................................47
50. Contractor to Construct the Works............................................47
51. Works open to Inspection..........................................................47
52. Identifying Defects.....................................................................47
53. Tests..........................................................................................47
54. Examination of Work before covering up..................................47
55. Correction of Defects.................................................................47
56. Uncorrected Defects..................................................................47
D. Cost Control........................................................................................48
57. Bill of Quantities.........................................................................48
58. Changes in the Quantities.........................................................48
59. Variations...................................................................................48
60. Payments for Variations............................................................48

iii
61. Cash Flow Forecasts.................................................................49
62. Payment Certificates.................................................................49
63. Payments...................................................................................49
64. Compensation Events...............................................................51
65. Change in Laws and Regulations.............................................52
66. Price Adjustment.......................................................................53
67. Retention...................................................................................53
68. Liquidated Damages.................................................................54
69. Bonus........................................................................................54
70. Advance Payment.....................................................................54
71. Performance Security................................................................55
72. Dayworks...................................................................................55
73. Cost of Repairs..........................................................................55

E. Completion of the Contract...............................................................55


74. Completion................................................................................55
75. Taking Over...............................................................................56
76. Final Account.............................................................................56
77. As-built Drawings and Manuals.................................................56
F. Termination and Settlement of Disputes....................................... 56
78. Termination................................................................................57
79. Payment upon Termination.......................................................58
80. Property.....................................................................................59
81. Frustration.................................................................................59
82. Settlement of Disputes 59
Section 4. Particular Conditions of Contract ............................................... 61
Section 5. Tender and Contract Form.............................................................65
Tender Submission Sheet (Form W-1)..........................................66
Tenderer Information Sheet (Form W-2)......................................68
Bank Guarantee for Tender Security (Form W-3).......................72
Notification of Award (Form W-4).................................................73
Contract Agreement (Form W-5)...................................................74
Bank Guarantee for Performance Security (Form W-6).............76
Bank Guarantee for Advance Payment (Form W-7)....................77

Section 6. Bill of Quantities..............................................................................78

Section 7. General Specifications for Perfomance, Objectives & Cable


Works .........................................................................................84
Chapter-1 General Specification..........................................84
1.1 Scope..................................................................................84
1.2 General................................................................................84
1.3 Scope of Project..................................................................84
1.4 Demarcation of Provisions works.........................................86
1.5 Contractor's Implementation Time Schedule.......................87
1.6 ITU-T Recommendation......................................................87

iv
1.7 Bill of Quantities for outside Plant........................................87
1.8 The detailed design & drawings of outside plant 88
1.9 Ordering of Materials...........................................................89
1.10 Deviation from specifications...............................................89
1.11 Modification of the specifications.........................................89
1.12 Work Priority........................................................................89
1.13 Interim Inspection/Test & Provisional Acceptance Test......89
1.14 As-built Drawings................................................................90
1.15 Guarantee Period................................................................90
1.16 Compensation ....................................................................90
Chapter-2 Design Principle..............................................91
2.1 General...............................................................................91
2.2 Design principle of civil work..............................................91
2.2.1 Manhole.............................................................................91
2.2.2 Handhole...........................................................................93
2.2.3 Underground Conduit.........................................................93
2.3 Design principle of subscriber cable network.....................94
2.3.1 Structure of subscriber cable network................................94
2.3.2 Transmission requirement for subscriber lines..................94
2.3.3 Application of cond. diameter for subscriber network........95
2.3.4 Primary cable design.........................................................95
2.3.5 Secondary cable design....................................................96
2.3.6 Cross-connection Cabinet & distribution area...................97
2.3.7 Coding systems for cables, cabinets and DPs..................98
2.3.8 Pair assignment to cabinet & distribution point.................98
2.3.9 Direct service area............................................................98
2.3.10 Distribution point( DP )....................................................98
2.3.11 Design of DP and cabinet areas.....................................99
2.3.12 Application of Distribution point......................................100
2.3.13 Splicing & Branching of buried and Conduit cable.........100
2.4 Determining of direction of cable placing........................100
2.5 Splicing............................................................................101
2.6 MDF Cable termination....................................................101

Chapter-3 Manual and Drawings.................................102


3.1 General............................................................................102
3.2 Detailed drawings and/or Plans......................................102
3.2.1 Description & requirements of Drawings and/or Plan.....102

3.2.2 Size of Detailed Drawings and/or Plans..........................104


3.2.3 Preparation of W. drawings /Plan & approval of BTTB....104
3.3 As-built Drawings.............................................................104
Chapter-4 Factory Test and Inspection...................107
4.1 General............................................................................107
4.2 Factory Test Procedure....................................................107
Chapter-5 Maintenance Sets & Spares ..................108
5.1 General............................................................................108
5.2 Maintenance Equipment & Tools....................................108

v
Section 8 Technical Specification for Cable Work........................109

Chapter-1 Installation and Construction Standard..109


1.1 General ............................................................................109
1.2 Area Log Book..................................................................111
1.3 Conduit cable installation standard...................................111
1.4 Direct buried cable installation standard...........................112
1.5 Pole installation standard..................................................117
1.6 MDF cable termination standard.......................................118
1.7 Cross-connection cabinet installation standard.................118
1.8 Distribution point ( DP ) installation standard....................119
1.9 Splicing Standard..............................................................120
1.10 Cable transfer standard.....................................................120
1.11 Installation standard for protection of Buried cable risers.121
1.12 Ground Resistance...........................................................121

Chapter-2 Technical Specification for Cable Materials ....122


2.1 General............................................................................122
2.2 Filled telephone cable for subscriber cable network...... 122
2.2.1 General...........................................................................122
2.2.2 Conductor ......................................................................124
2.2.3 Insulation.........................................................................124
2.2.4 Twisting...........................................................................124
2.2.5 Stranding.........................................................................125
2.2.6 Filling...............................................................................125
2.2.7 Core Covering.................................................................125
2.2.8 Identification Tape...........................................................125
2.2.9 Laminate Tape................................................................125
2.2.10 Polyethylene Sheath......................................................125
2.2.11 Armor.............................................................................126
2.2.12 Over sheath...................................................................127
2.2.13 Length Marking..............................................................127
2.2.14 Spare Pairs....................................................................127
2.2.15 Electrical requirements at 20 degree Centigrade...........127
2.2.16 Physical & Mechanical requirement...............................129
2.2.17 Pulling Eye.....................................................................130
2.2.18 Packing...........................................................................130
2.3 TIP cable........................................................................131
2.3.1 General...........................................................................131
2.3.2 Conductor....................................................................... 131
2.3.3 Insulation.........................................................................131
2.3.4 Twisting and binding.......................................................131
2.3.5 Spare Pairs.....................................................................132
2.3.6 Core Covering.................................................................132
2.3.7 Identification Tape...........................................................132
2.3.8 Laminate Tape................................................................132
2.3.9 Sheath.............................................................................132
2.3.10 Cable Size.......................................................................133
2.3.11 Electrical requirement at 20 deg. Centigrade..................133
2.3.12 Packing...........................................................................134

vi
2.4 Terminal Block..............................................................134
2. 4.1 Size.................................................................................134
2.4.2 Jumper Terminations......................................................134
2.4.3 Protection........................................................................134
2.4.4 Push testing facilities.......................................................134
2.5 Jumper Wire..................................................................135
2.5.1 Conductor........................................................................135
2.5.2 Insulation.........................................................................135
2.5.3 Twisting...........................................................................135
2.5.4 Electrical requirement.....................................................135
2.5.5 Packing...........................................................................135
2.6 Cross-Connection Cabinet...........................................135
2.6.1 General...........................................................................135
2.6.2 Cabinet Housing..............................................................136
2.6.3 Expected Life..................................................................137
2.6.4 Termination Module of CCC...........................................137
2.6.5 Test.................................................................................139
2.6.6 Foundation......................................................................139
2.6.7 Identification....................................................................140
2.6.8 Cabinet Card...................................................................140
2.6.9 Packing...........................................................................140
2.7 Distribution Point..........................................................140
2.7.1 General...........................................................................140
2.7.2 Type & Capacity..............................................................141
2.7.3 Construction of Distribution Point....................................141
2.7.4 Requirement of Materials................................................142
2.7.5 Testing............................................................................142
2.7.6 Drop wire rings................................................................143
2.7.7 Packing...........................................................................143
2.8 Galvanized Steel Pipe...................................................143
2.8.1 General..........................................................................143
2.8.2 Galvanizing.....................................................................143
2.8.3 Structure..........................................................................143
2.8.4 Size & Load strengths.....................................................144
2.8.5 Other treatment...............................................................144
2.9 Splicing Closure & Connector for Metallic Cable......145
2.9.1 Splicing Closure..............................................................145
2.9.2 25-pair Modular connector..............................................149
2.9.3 2-wire Connector.............................................................151
2.10 Warning Tape................................................................153
2.11 Drop Wire ......................................................................154
2.11.1 General .........................................................................154
2.11.2 Conductors......................................................................154
2.11.3 Insulation.........................................................................154
2.11.4 Electrical requirement.....................................................154
2.12 Grounding Materials.....................................................154
2.12.1 General...........................................................................154
2.12.2 Groundings Rods ( Electrodes )......................................154
2.12.3 Grounding Wire...............................................................155
2.12.4 Grounding Clamps..........................................................155

vii
2.12.5 Packing.......................................................................... 155

Chapter-3 Inspection & Acceptance Test.........................156


3.1 General...........................................................................156
3.2 Test Procedure...............................................................156
3.2.1 Visual Inspection Test.....................................................156
3.2.2 Electrical Performance test procedure........................... 156
3.3 Testing & Measuring eqpt. for elect. performance test...157
3.4 Interim inspection and/or test for cable work...................157
3.4.1 General............................................................................157
3.4.2 Visual inspection, Continuity and insulation tests...........157
3.4.3 Repair, Replacement and/or correction..........................158
3.4.4 Relationship with civil work.............................................158
3.4.5 Sequential work to interim inspection and/or Tests.........158
3.5 Provisional Acceptance Test for Cable work...................158
3.5.1 General...........................................................................158
3.5.2 Minimum cable section and/or segment of PAT.............158
3.5.3 Preparation of Provisional Acceptance Test...................159
3.5.4 Provisional Acceptance Test Performance.....................159
3.5.5 Unacceptable matters in PAT.........................................159
3.5.6 Sequential work to Interim Inspection/Tests (IIT)............160
3.5.7 Electrical Performance Test In PAT................................160
3.5.8 Repair, Replacement and/or Correction..........................161
3.6 Electrical Performance Test............................................161
3.6.1 General...........................................................................161
3.6.2 Continuity Test................................................................161
3.6.3 Insulation Resistance test...............................................161
3.6.4 DC Loop Resistance Measurement................................162
3.6.5 Resistance unbalance measurement..............................162
3.6.6 Insertion Loss at 1KHz....................................................163

Section 9 Technical Specification for Civil Works.........................164

Chapter-1 Construction & Installation standard of civil work 164

1.1 General...........................................................................164
1.2 Manholes........................................................................166
1.3 Excavation for Manhole and/or Conduit..........................168
1.4 Excavation in Water........................................................170
1.5 Demolition and Rebuilding of existing manhole..............170
1.6 Installation of Conduit......................................................171
1.6.1 General...........................................................................171
1.6.2 Laying practice for rigid PVC Pipes................................172
1.6.3 Conduit termination of Manhole ....................................173
1.6.4 Application of Conduit Plug.............................................174
1.6.5 Jointing practice for rigid PVC pipes...............................174
1.6.6 Jointing practice for rigid PVC & GI Pipes.......................174
1.6.7 Installation of Polyvinyl Rope..........................................174

viii
1.6.8 Arrangement of Conduit in adjacent portion to Manhole,
Handhole, Cable trench and/or Cable chamber..............174
1.6.9 Mandrel Test...................................................................175
1.7 Backfilling.................................................................175
1.8 Restoration of Road Footway..................................176
1.9 Cable Chamber........................................................176
1.10 Bridge Attachments..................................................177
1.11 Culvert Crossing......................................................177
1.12 Railway/ Highway Crossing.....................................178

Chapter-2 Specification of Materials for Civil Works.. 179


2.1 General....................................................................179
2.2 Rigid Polyvinyl Chloride (PVC) Pipe........................179
2.2.1 Material....................................................................179
2.2.2 Requirement............................................................180
2.2.3 Adhesive..................................................................181
2.2.4 Storage....................................................................181
2.3 Galvanized Iron Pipe............................................... 181
2.4 Cement....................................................................182
2.5 Water.......................................................................182
2.6 Fine Aggregate........................................................183
2.7 Coarse Aggregate.....................................................183
2.8 Aggregate for Resurfacing...................................... 184
2.9 Resurfacing Bar.......................................................184
2.10 Manhole/Handhole Cover & Frame Accessories.....184
2.10.1Manhole/ Handhole Cover & Frame........................184
2.10.2Manhole/ Handhole accessories..............................185
2.10.3Pulling in Iron ( Anchor Irons ).................................185
2.10.4 Cable Racks............................................................185
2.10.5 Cable Brackets........................................................185
2.10.6 Steps ......................................................................185
2.10.7 Conduit Plugs..........................................................185
2.10.8 Dimensions and Forms...........................................186
2.10.9 Materials.................................................................186
2.11 Warning Tape.........................................................186
2.12 Spacer.....................................................................186
Chapter-3 Inspection and Provisional Acceptance Test....187
3.1 General...................................................................187
3.2 Manhole..................................................................187
3.3 Conduit....................................................................188
Section 10 Drawing..............................................................................189

Annexure-A Definition of Assembly Units...................................192~208

Annexure-B Detail Bill of Quantities.............................................210~217

ix
Annexure-C Abbreviations....................................................................218

Annexure-D OSP Legends.............................................................219~220

Annexure-E Duct Design for Primary Networks..........................221~222

Annexure-F Secondary Cable Laying Design......................................223

Annexure-G Design of DP Pole.............................................................224

Annexure-H List of the Sites.................................................................225

Annexure Particulars of Materials supplied by BTTB/Contractor.226

x
Invitation for Tenders
[for use when there is a SINGLE lot in a package
This is the website format and as used for published advertisement.
It is included in this document for information only]

GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH


1 Ministry/Division < select > V
2 Agency < select > V
3 Procuring Entity Name < type in name >
4 Procuring Entity Code Not used at present
5 Procuring Entity District < select > V
6 Invitation for Tender V
7 Invitation Ref No < type in name >
8 Date < select > V
KEY INFORMATION
9 Procurement Method < OTMt > V < select V
>
FUNDING INFORMATION
10 Budget and Source of Funds
11 Development Partners (if < type in name >
applicable)
PARTICULAR INFORMATION
12 Project / Programme Code (if
applicable)
13 Project / Programme Name (if
applicable)
14 Tender Package No. < type in name >
15 Tender Package Name < type in name >
Date
16 Tender Publication Date < select > V
17 Tender Last Selling Date < select > V
Date Time
18 Tender Closing Date and Time < select > V < select > V
19 Tender Opening Date and Time < select > V < select > V
20 Name & Address of the office(s) Address
- Selling Tender Document < type in name >
(Principal)
- Selling Tender Document < type in name >
(Others)
- Receiving Tender Document < type in name >
- Opening Tender Document < type in name >
21 Place / Date / Time of < type in name >
Pre-Tender Meeting (Optional) Date Time
< select > V < select > V
INFORMATION FOR TENDERER
22 Eligibility of Tenderer
23 Brief Description of Goods or Installation, Testing & Commissioning of optical
Works fibre cable network works at 1)Magure-Faridpur-

xi
Madaripur-Barishal Route and 2)B-baria-
Hobiganj-Maulavibazar-Sylhet Route
24 Brief Description of Related Services < type in name >
Lot Identification of Lot Location Price of Tender Completion
No Tender Security Time in
Documen Amount Weeks /
t (Tk) months
(Tk)
25 1 <type in>
2
PROCURING ENTITY DETAILS
29 Name of Official Inviting Tender < type in name >
30 Designation of Official Inviting < type in name >
Tender
31 Address of Official Inviting Tender < type in name >
32 Contact details of Official Inviting < Tel. No.> <Fax No.> <e-mail>
Tender
33 The procuring entity reserves the right to accept or reject all tenders
<select> : these fields are “pop-up” fields and the procuring entity will only have to
select the correct name, address or date in order to complete the form.
<type in name> : these fields are to be completed by typing in the relevant data.

xii
Invitation for Tenders
[for use when there are MULTIPLE lots in a package
This is the website format and as used for published advertisement.
It is included in this document for information only]
GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH
1 Ministry/Division Post and Telecommunications V
2 Agency BTCL V
3 Procuring Entity Name MD, BTCL
4 Procuring Entity Code Not used at present
5 Procuring Entity District Dhaka V
6 Invitation for < select V Works V < select V
> >
7 Invitation Ref No < type in name >
8 Date < select > V
KEY INFORMATION
9 Procurement Method OTM V < select V
>
FUNDING INFORMATION
10 Budget and Source of Funds GOB V
11 Development Partners (if None
applicable)
PARTICULAR INFORMATION
12 Project / Programme Code (if 5/5405/7000
applicable)
13 Project / Programme Name (if Internet Information Network Expansion
applicable) Project
14 Tender Package No. < type in name >
15 Tender Package Name < type in name >
Date
16 Tender Publication Date < select > V
17 Tender Last Selling Date < select > V
Date Time
18 Tender Closing Date and Time < select > V < select > V
19 Tender Opening Date and Time < select > V < select > V
20 Name & Address of the office(s) Address
- Selling Tender Document < type in name >
(Principal)
- Selling Tender Document < type in name >
(Others)
- Receiving Tender Document < type in name >
- Opening Tender Document < type in name >
21 Place / Date / Time of < type in name >
Pre-Tender Meeting (Optional) Date Time
< select > V < select > V
INFORMATION FOR TENDERER
22 Eligibility of Tenderer Eligible Tenderers having
experience of implementing OFC
installation works as described in
relevant clauses of the Tender
document

xiii
23 Brief Description of Goods or Works Supply, Installation, Testing &
Commissioning of optical fibre cable
network works in Chuadanga to
Darshana Route
24 Brief Description of Related Services < type in name >
Lot Identification of Location Price of Tender Completio
No Lot Tender Security n
Docume Amount Time in
nt (Tk) Weeks /
(Tk) months
25 1 SUPPLY, CHUADANGA 5000/- 3 lakh 3 months
INSTALLATION, DISTRICT
TESTING AND
COMMISSIONING
OF OPTICAL
FIBRE CABLE
NETWORKS IN
CHUADANGA TO
DARSHANA
ROUTE
26 2 < type in name > < type in name <type in> <type in> <type in>
>
27 3 < type in name > < type in name <type in> <type in> <type in>
>
28 4 < type in name > < type in name <type in> <type in> <type in>
>
PROCURING ENTITY DETAILS
29 Name of Official Inviting Tender < type in name >
30 Designation of Official Inviting < type in name >
Tender
31 Address of Official Inviting Tender < type in name >
32 Contact details of Official Inviting < Tel. No. > < Fax No. > < e-mail >
Tender
33 The procuring entity reserves the right to accept or reject all tenders
<select> : these fields are “pop-up” fields and the procuring entity will only have to
select the correct name, address or date in order to complete the form.
<type in name> : these fields are to be completed by typing in the relevant data.

xiv
Section 1. Instructions To Tenderers

A. General

1. Scope of 1.1 The Employer, as indicated in the Tender Data Sheet (TDS)
Tender issues this Tender Document for the procurement of Works and
Related Services incidental thereto as specified in the TDS and
as detailed in Section 6: Bill of Quantities. The name of the
Tender and the number and identification of its constituent lot(s)
are stated in the TDS.

1.2 The successful Tenderer will be required to complete the Works


by the Intended Completion Date specified in the Particular
Conditions of Contract (PCC).

1.3 Throughout this Tender Document:


(a) the term “in writing” means communicated in written form
with proof of receipt;
(b) if the context so requires, singular means plural and vice
versa; and
(c) “day” means calendar day.

2. Source of 2.1 The Employer has been allocated public funds as indicated
Funds in the TDS and intends to apply a portion of the funds to
eligible payments under the Contract for which this Tender
Document is issued.

2.2 For the purpose of this provision, “public funds” means any
monetary resources appropriated to procuring entities under
Government budget, or revenues generated by statutory
bodies and corporations, or aid grants and credits put at the
disposal of procuring entities by the development partners
through the Government.

2.3 Payments by the development partner, if so indicated in the


TDS, will be made only at the request of the Government
and upon approval by the development partner in
accordance with the applicable Loan / Credit / Grant
Agreement, and will be subject in all respects to the terms
and conditions of that Agreement.

3. Corrupt, 3.1 The Government requires that Employers, as well as


Fraudulent, Tenderers and Contractors, shall observe the highest standard
Collusive or of ethics during the implementation of procurement
Coercive proceedings and the execution of Contracts under public
Practices funds.

3.2 In pursuance of this requirement, the Employer shall :

Tender Document for OFC Network of Info-bahan Project


Page 1 of 147
(a) exclude the Tenderer from participation in the
procurement proceedings concerned or reject a
proposal for award; and
(b) declare a Tenderer ineligible, either indefinitely or for a
stated period of time, from participation in procurement
proceedings under public funds;
if it, at any time, determines that the Tenderer has engaged
in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing, a Contract under public funds.

3.3 Should any corrupt, fraudulent, collusive or coercive practice of


any kind come to the knowledge of the Employer, it shall, in
the first place, allow the Tenderer to provide an explanation
and shall, take actions only when a satisfactory explanation is
not received. Such exclusion and the reasons thereof, shall be
recorded in the record of the procurement proceedings and
promptly communicated to the Tenderer concerned. Any
communications between the Tenderer and the Employer
related to matters of alleged fraud or corruption shall be in
writing.

3.4 The Government defines, for the purposes of this provision,


the terms set forth below as follows:
(a) “corrupt practice” means offering, giving, or promising to
give, directly or indirectly, to any officer or employee of a
Procuring Entity or other governmental/private authority
or individual a gratuity in any form, an employment or any
other thing or service of value, as an inducement with
respect to an act or decision of, or method followed by, a
Procuring Entity in connection with the procurement
proceeding;
(b) “fraudulent practice” means a misrepresentation or
omission of facts in order to influence a procurement
proceeding or the execution of a Contract to the
detriment of the Employer;
(c) “collusive practice” means a scheme or arrangement
among two and more Tenderers with or without the
knowledge of the Employer (prior to or after Tender
submission) designed to establish Tender prices at
artificial, non-competitive levels and to deprive the
Employer of the benefits of free, open and genuine
competition; and
(d) “Coercive practice” means harming or threatening to
harm, directly or indirectly, persons or their property to
influence the procurement proceedings, or affect the
execution of a Contract.

Tender Document for OFC Network of Info-bahan Project


Page 2 of 147
3.5 The Tenderer shall be aware of the provisions on fraud and
corruption stated in GCC Clause 3 and GCC Sub-Clause
78.1(b.vi).
3.6 The Government requires that the Employer’s personnel have
an equal obligation not to solicit, ask for and/or use coercive
methods to obtain personal benefits in connection with the
said proceedings.

4. Eligible 4.1 This Invitation for Tenders is open to eligible Tenderers from
Tenderers all countries, except for any specified in the TDS.

4.2 A Tenderer may be a physical or juridical individual or body


of individuals, or company, association or any combination
of them under agreement in the form of an intended or
existing joint venture, consortium or association (JVCA),
invited to take part in public procurement or seeking to be
so invited or submitting a Tender in response to an
Invitation for Tenders. All members of the JVCA shall be
jointly and severally liable to the Employer. JVCA is distinct
from Contractor SubContractor arrangement where the
entire responsibility for Contract execution rests with the
Contractor.

4.3 A Government-owned enterprise in Bangladesh may also


participate in the Tender if it is legally and financially
autonomous, it operates under commercial law, and it is not
a dependent agency of the Employer.

4.4 The Tender shall provide in Section 5: Tender and Contract


Forms, a statement that the Tenderer (including all members
of a JVCA) is not associated, nor has been associated in the
past, directly or indirectly, with a consultant or any other entity
that has prepared the design, specifications and other
documents for this Invitation for Tenders.

4.5 The Tenderer shall not be under a declaration of ineligibility for


corrupt, fraudulent, collusive or coercive practices in
accordance with ITT Sub-Clause 3.2.

4.6 The Tenderer with a consistent history of litigation or a number


of arbitration awards against it, shall not be eligible to Tender.
The Tenderer shall supply the information requested in para
3.3 of the Tenderer Information Sheet (Form W-2)

4.7 The Tenderer shall have the legal capacity to enter into the
Contract.

4.8 The Tenderer shall not be insolvent, be in receivership, be


bankrupt or being wound up, its business activities shall not
Tender Document for OFC Network of Info-bahan Project
Page 3 of 147
be suspended, and it shall not be the subject of legal
proceedings for any of the foregoing.

4.9 The Tenderer shall have fulfilled its obligations to pay taxes
and social security contributions under the relevant national
laws and regulations.

5. Eligible 5.1 All materials, equipment and services to be supplied under the
Materials, Contract are eligible, unless their origin is from a country
Equipment specified in the TDS.
and
Services

5.2 For purposes of this clause, “origin” means the place where the
materials and equipment are mined, grown, produced or
manufactured, or the place from which the related services are
supplied.

5.3 The origin of materials and equipment and services is distinct


from the nationality of the Tenderer.

6. Site Visit 6.1 The Tenderer, at the Tenderer’s own responsibility and risk, is
encouraged to visit and examine the Site and obtain all
information that may be necessary for preparing the Tender
and entering into a Contract for performance of the Works.

6.2 The Tenderer should ensure that the Employer is informed of


the visit in adequate time to allow it to make appropriate
arrangements.

6.3 The costs of visiting the Site shall be at the Tenderer’s own
expense

B. Tender Document

7. Tender 7.1 The Sections comprising the Tender Document are listed below,
Document: and should be read in conjunction with any Amendment issued in
accordance with ITT Clause 10.
Sections
 Section 1 Instructions to Tenderers (ITT)
 Section 2 Tender Data Sheet (TDS)
 Section 3 General Conditions of Contract (GCC)

 Section 4 Particular Conditions of Contract (PCC)


 Section 5 Tender and Contract Forms
 Section 6 Bill of Quantities (BOQ)
 Section 7 General Specifications for Performance,
Objectives and optical fibre Cable works

Tender Document for OFC Network of Info-bahan Project


Page 4 of 147
 Section 8 Technical Specifications for optical fibre cable
Works

 Section 9 Technical Specifications for Civil Works


 Section 10 Drawings

7.2 The Employer will reject any tender submission if the Tender
Document was not purchased directly from the Employer, or
through its agent as stated in the TDS.

7.3 The Tenderer is expected to examine all instructions, forms,


terms, and specifications in the Tender Document as well as in
Tender Amendments, if any. Failure to furnish all information or
documentation required by the Tender Document may result in
the rejection of the Tender.

8. Tender 8.1 A prospective Tenderer requiring any clarification of the Tender


Document: Document shall contact the Employer in writing at the Employer’s
Clarification address indicated in the TDS. The Employer will respond in
writing to any request for clarification received no later than
seven (7) days prior to the deadline for submission of Tenders.

8.2 The Employer shall forward copies of its response to all those
who have purchased the Tender Document, including a
description of the enquiry but without identifying its source.

8.3 Should the Employer deem it necessary to amend the Tender


Document as a result of a clarification, it shall do so following the
procedure under ITT Clause 10 and ITT Sub-Clause 34.3.
9. Tender 9.1 To clarify issues and to answer questions on any matter arising
Document: in the Tender Document, the Employer may, if stated in the TDS,
Pre-Tender invite prospective Tenderers to attend a Pre-Tender Meeting at
Meeting the place, date and time as specified in the TDS. Tenderers are
encouraged to attend the meeting, if it is held.

9.2 The Tenderer is requested to submit any questions in writing


so as to reach the Employer not later than five (5) days prior to
the date of the meeting.

9.3 Minutes of the pre-Tender meeting, including the text of the


questions raised and the responses given, together with any
responses prepared after the meeting, will be transmitted
within seven (7) days to all those who purchased the Tender
document. Any modification to the Tender document listed in
ITT Sub-Clause 7.1 that may become necessary as a result of
the pre-Tender meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to ITT
Clause 10 and not through the minutes of the pre-Tender
meeting.

Tender Document for OFC Network of Info-bahan Project


Page 5 of 147
9.4 Non-attendance at the pre-Tender meeting will not be a cause
for disqualification of a Tenderer

10. Tender 10.1 At any time prior to the deadline for submission of Tenders, the
Document: Employer, for any reason, on its own initiative or in response to a
Amendment clarification request in writing from a Tenderer, having purchased
the Tender Document, may amend the Tender Document by
issuing an amendment.

10.2 Any amendment issued shall become an integral part of the


Tender Document and shall be communicated in writing to all
those who have purchased the Tender Document.

10.3 To give a prospective Tenderer reasonable time in which to take


an amendment into account in preparing its Tender, the
Employer may, at its discretion, extend the deadline for the
submission of Tenders, pursuant to ITT Sub-Clause 34.3. In the
event that an amendment is issued with a period of only one third
or less of the Tendering period remaining, then the deadline for
the submission of Tenders may be extended by the Employer, if
so requested by a substantial number of Tenderers.

C. Evaluation and Qualification Criteria


11.1 The following evaluation criteria will be applicable, unless
11. Evaluation
otherwise indicated in the TDS:
Criteria
(a) completion time; and
(b) adjustments for minor deviations on substantially
responsive tenders.
12.1 The Tenderer shall possess the necessary professional and
12. Experience
technical qualifications and competence, financial resources,
Criteria
equipment and other physical facilities, managerial capability,
specific experience, reputation, and the personnel, to perform
the Contract.
12.2 To qualify for a multiple number of lots in a package for which
Tenders are invited in the Invitation for Tenders, the Tenderer
shall demonstrate having resources and experience sufficient
to meet the aggregate of the qualifying criteria for the
individual lots.

12.3 The Tenderer shall have the following minimum level of


construction experience to qualify for the performance of the
Works under the Contract:
(a) a minimum number of years of general experience in the
construction of works as specified in the TDS; and
(b) specific experience as a prime Contractor or
SubContractor in the construction of at least the number of
completed Contracts stated in the TDS of a nature,
complexity and construction technology similar to the

Tender Document for OFC Network of Info-bahan Project


Page 6 of 147
proposed Works over the period stated in the TDS.

13. Financial 13.1 The Tenderer shall have the following minimum level of
Criteria financial capacity to qualify for the performance of the Works
under the Contract.
(a) the average annual construction turnover as specified in
the TDS during the period specified in the TDS; and
(b) the minimum Tender capacity as specified in the TDS.

13.2 The Tenderer shall submit satisfactory bank references and


documents demonstrating availability of funds/liquid assets
and/or credit facilities from its banker(s) to successfully
complete the Contract, as specified in the TDS.

13.3 The Tenderer shall submit documentary evidence that all


claims, arbitration or other litigation case have been
satisfactorily resolved, and if not, they shall have no serious
negative impact on the financial capacity of the Tenderer.

14. Personnel 14.1 The Tenderer shall have the following minimum level of
Capacity personnel capacity to qualify for the performance of the Works
under the Contract:
(a) a Construction Project Manager with qualifications and
experience as specified in the TDS;
(b) the minimum number of Engineers with qualifications and
experience as specified in the TDS; and
(c) other key staff with qualifications and experience as
specified in the TDS.

15. Equipment 15.1 The Tenderer shall own or have assured access through
Capacity lease, hire, or other such method, of the essential equipment,
in full working order, as specified in the TDS.

16. Joint 16.1 The figures for each of the partners of a JVCA shall be added
Venture, together to determine the Tenderer’s compliance with the
Consortium minimum qualifying criteria; however, for a JVCA to qualify, each
or of its partners must meet at least twenty-five (25) percent of
Association minimum criteria for an individual Tenderer, and the partner in
(JVCA) charge at least forty (40) percent of those minimum criteria.
Failure to comply with this requirement will result in rejection of
the JVCA Tender. SubContractors’ experience and resources
will not be taken into account in determining the Tenderer’s
compliance with the qualifying criteria.

D. Tender Preparation

17. Tender: 17.1 A Tenderer shall submit only one (1) Tender for each lot, either
Only one individually or as a partner in a JVCA. A Tenderer who submits

Tender Document for OFC Network of Info-bahan Project


Page 7 of 147
or participates in more than one (1) Tender will cause all the
Tenders with that Tenderer’s participation to be rejected.

18. Tender: 18.1 The Tenderer shall bear all costs associated with the
Preparation preparation and submission of its Tender, and the Employer
Costs shall not be responsible or liable for those costs, regardless
of the conduct or outcome of the Tendering process.

19. Tender: 19.1 The Tender, as well as all correspondence and documents
Language relating to the Tender shall be written in the English or Bangla
language, unless specified otherwise in the TDS. Supporting
documents and printed literature furnished by the Tenderer that
are part of the Tender may be in another language, provided
they are accompanied by an accurate translation of the relevant
passages in the English or Bangla language, in which case, for
purposes of interpretation of the Tender, such translation shall
govern.

19.2 The Tenderer shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.

20. Tender: 20.1 The Tender prepared by the Tenderer shall comprise the
Contents of following:
Tender (a) the Tender Submission Sheet (Form W-1);
(b) the priced Bill of Quantities of each lot in
accordance with ITT Clauses 21 and 23 and 24;
(c) Tender Security in accordance with ITT Clause 31;
(d) alternative Tenders, if permissible, in accordance
with ITT Clause 22;
(e) written confirmation authorizing the signatory of
the Tender to commit the Tenderer, in accordance
with ITT Clause 32;
(f) documentary evidence in accordance with ITT
Clause 25 establishing the Tenderer’s eligibility to
Tender, including the Tenderer Information Sheet
(Form W-2);
(g) documentary evidence in accordance with ITT
Clause 28 establishing the Tenderer’s qualifications
to perform the Contract, if its Tender is accepted;
(h) description of work method and schedule in
accordance with ITT Clause 27; and
(i) any other document as specified in the TDS.

21. Tender: 21.1 The Tenderer shall submit the Tender Submission Sheet (Form
Submission W-1) furnished in Section 5: Tender and Contract Forms. This
Sheet and document shall be completed without any alterations to its

Tender Document for OFC Network of Info-bahan Project


Page 8 of 147
Bill of format, filling in all blank spaces with the information requested,
Quantities failing which the Tender may be rejected as being incomplete.

21.2 The Tenderer shall submit the priced Bill of Quantities using the
form furnished in Section 6: Bill of Quantities. If in preparing its
Tender, the Tenderer has made errors in the unit price or the
total price, and wishes to correct such errors prior to submission
of its Tender, it may do so, but shall ensure that each correction
is suitable initialled by the authorised person of the Tenderer
and that a statement shall be made as to the total number of
corrections made, at the end of the priced Bill of Quantities.

22. Tender: 22.1 Alternative Tenders shall not be considered.


Alternatives

22.2 If so allowed in the Tender Data Sheet, Tenderers wishing to


offer technical alternatives to the requirements of the Tender
Documents must also submit a Tender that complies with the
requirements of the Tender Documents, including the basic
technical design as indicated in the drawings and specifications.
In addition to submitting the basic Tender, the Tenderer shall
provide all information necessary for a complete evaluation of
the alternative(s) by the Employer, including design
calculations, technical specifications, breakdown of prices,
proposed construction methods and other relevant details. Only
the technical alternatives, if any, of the lowest evaluated Tender
conforming to the basic technical requirements shall be
considered by the Employer.

22.3 When alternative times for completion are explicitly invited, a


statement to that effect will be included in the TDS, as will the
method of evaluating different times for completion.

23. Tender: 23.1 The prices and discounts quoted by the Tenderer in the Tender
Prices and Submission Sheet (Form W1) and in the Bill of Quantities shall
Discounts conform to the requirements specified below.

23.2 The Tenderer shall fill in rates and prices for all items of the
Works described in the Bill of Quantities (BOQ). Items against
which no rate or price is entered by the Tenderer will not be
paid for by the Employer when executed and shall be deemed
covered by the rates for other items and prices in the BOQ.

23.3 The price to be quoted in the Tender Submission Sheet, in


accordance with ITT Sub-Clause 23.1, shall be the total price of
the Tender, excluding any discounts offered.

23.4 The Tenderer shall quote any unconditional discounts and the
methodology for their application in the Tender Submission

Tender Document for OFC Network of Info-bahan Project


Page 9 of 147
Sheet, in accordance with ITT Sub-Clause 23.1.

23.5 Unless otherwise provided in the TDS and the PCC, the rates
and prices quoted by the Tenderer are subject to adjustment
during the performance of the Contract in accordance with
the provisions of GCC Clause 66. The Tenderer shall furnish
the indices and weightings for the price adjustment formulae
in the PCC. The Employer may require the Tenderer to justify
its proposed indices and weightings.

23.6 If so indicated in the TDS, Tenders are being invited for


individual lots or for any combination of lots. Tenderers wishing
to offer any price reduction for the award of more than one lot
shall specify in their Tender the price reductions applicable to
each lot, or alternatively, to any combination of lots within the
package. Price reductions or discounts will be considered in the
Tender evaluation, provided the Tenders for all lots are
submitted and opened at the same time.

23.7 All duties, taxes and other levies payable by the Contractor
under the Contract, or for any other causes, as of the date
twenty-eight (28) days prior to the deadline for submission of
Tenders, shall be included in the rates and prices and the
total Tender Price submitted by the Tenderer.

24. Tender: 24.1 All prices shall be quoted in Bangladesh Taka.


Currency

25. Documents 25.1 The Tenderer shall submit documentary evidence to establish
Establishing its eligibility in accordance with ITT Clause 4, and in particular,
Eligibility of shall:
the Tenderer (a) complete the eligibility declarations in the Tender
Submission Sheet (Form W-1), included in Section 5,
Tender and Contract Forms; and
(b) if in accordance with ITT Sub-Clause 4.2, the Tenderer is
an existing or intended JVCA, it must submit the
Tenderer Information Sheet (Form W-2) and a copy of
the JVCA Agreement, or a letter of intent to enter into
such an agreement. The respective document shall be
signed by all legally authorised signatories of all the
parties to the existing or intended JVCA, as appropriate.

Tender Document for OFC Network of Info-bahan Project


Page 10 of 147
26. Documents 26.1 The tender shall include the following information and
Establishing documents with its tender;
the Eligibility (a) Total monetary value of the whole work performed for
and each of the last 5 (five) years.
Conformity
of Materials, (b) Experience in works of a similar nature and size for each
Equipment of, details of work under way or Contractually committed,
and Services and clients who may be contacted for further information on
those Contracts.
(c) Major items of construction equipment proposed to carry
out the Contract;
(d) Qualification and experience of key site management and
technical personnel proposed for the Contract;
(e) Financial report or balance sheet or profit and loss
statements or auditors reports or bank references with
documents or a combination of those demonstrating the
availability of liquid assets to successfully complete the
Contract; and
(f) Information of current litigation in which the tender is
involved.

26.2 The employer shall disqualify a Tenderer who submits a


documents containing false information for purpose of
qualification requirements. If such an occurrence is proven, the
Employer may declare such a tender ineligible, either
indefinitely or for a stated period of time, from participation in
future procurement proceedings.

26.3 The employer may disqualify a Tenderer who has record of


poor performance such as abandoning the works, not properly
completing the Contract, inordinate delays, and litigation history
or financial failures.

27. Documents 27.1 The Tenderer shall furnish a Technical Specification including a
Establishing statement of work methods and schedule and any other
the information as stipulated in TDS, in sufficient detail to
Conformity of demonstrate the adequacy for the Tenderers’ submission to
the Technical meet the work requirements and the completion time.
Specification

28. Documents 28.1 Tenderers shall submit documentary evidence to meet the
Establishing qualification criteria specified in Sub-Section C, Qualification
the Criteria of the ITT.

Tender Document for OFC Network of Info-bahan Project


Page 11 of 147
Tenderer’s 28.2 Tenderers shall submit the Tenderer Information Sheet (Form
Qualifications W-2) furnished in Section 5: Tender and Contract Forms

28.3 Tenderers shall include the following information and


documents with their Tenders:
(a) total monetary value of construction work performed for
each of the last five (5) years;
(b) experience in works of a similar nature and size for each
of, and details of work under way or Contractually
committed and clients who may be contacted for further
information on those Contracts;
(c) major items of construction equipment proposed to carry
out the Contract;
(d) qualification and experience of key site management and
technical personnel proposed for the Contract;
(e) reports on the financial standing of the Tenderer,
such as profit and loss statements and corresponding
auditor’s reports for the past five (5) years;
(f) financial reports or balance sheets or profit and
loss statements or auditor’s reports or bank references
with documents or a combination of these demonstrating
the availability of liquid assets to successfully complete the
Contract;
(g) evidence of adequacy of working capital for this
Contract (access to line(s) of credit and availability of
other financial resources);
(h) authority to seek references from the Tenderer’s
bankers; and
(i) information on past (5 years) litigation in which the
Tenderer has been involved or in which the Tenderer is
currently involved.

28.4 Tenders submitted by a JVCA shall comply with


the following requirements, and any other requirements as
specified in the TDS:
(a) the Tenderer shall include all the information listed
in ITT Sub-Clause 28.3 for each JVCA partner;
(b) the Tender shall be signed so as to be legally
binding on all partners;
(c) all partners shall be jointly and severally liable for
the execution of the Contract in accordance with the
Contract terms;
(d) one of the partners will be nominated as being in

Tender Document for OFC Network of Info-bahan Project


Page 12 of 147
charge, authorized to incur liabilities, and receive
instructions for and on behalf of any and all partners of
the joint venture; and
(e) the execution of the entire Contract, including
payment, shall be done exclusively with the partner in
charge.
29. Tenderer: 29.1 The Employer shall disqualify a Tenderer who submits a
Disqualification document containing false information for purposes of
qualification or misleads or makes false representations in
proving its qualification requirements. If such an occurrence is
proven, the Employer may declare such a Tenderer ineligible,
either indefinitely or for a stated period of time, from
participation in future procurement proceedings

29.2 The Employer may disqualify a Tenderer who has record of


poor performance such as abandoning the works, not
properly completing the Contract, inordinate delays, litigation
history or financial failures.

30. Tender: 30.1 Tenders shall remain valid for the period specified in the TDS
Validity after the date of Tender submission prescribed by the
Employer, pursuant to ITT Clause 34. A Tender valid for a
shorter period shall be rejected by the Employer as non
responsive.

30.2 In exceptional circumstances, prior to the expiration of the


Tender validity period, the Employer may solicit the Tenderers
consent to an extension of the period of validity of their Tenders.
The request and the responses shall be made in writing. The
Tender Security provided under ITT Clause 31 shall also be
suitably extended promptly. If a Tenderer does not respond or
refuses the request it shall not forfeit its Tender Security, but its
Tender shall no longer be considered in the evaluation
proceedings. A Tenderer agreeing to the request will not be
required or permitted to modify its Tender.

31. Tender: 31.1 The Tenderer shall furnish as part of its Tender, a Tender
Security Security in original form (Form W-3) and in the amount specified
in the TDS.

31.2 The Tender Security shall:


(a) at the Tenderer’s option, be either;
(i) in the form of a bank draft or pay order, or
(ii) in the form of an irrevocable bank guarantee (Form
W-3) issued by a scheduled Bank of Bangladesh, in
the format furnished in Section 5: Tender and
Contract Forms;
(b) be payable promptly upon written demand by the

Tender Document for OFC Network of Info-bahan Project


Page 13 of 147
Employer in the case of the conditions listed in ITT Sub-
Clause 31.5 being invoked; and
(c) remain valid for a period of twenty eight (28) days
beyond the original validity period of Tenders, or
beyond any period of extension subsequently
requested under ITT Sub-Clause 30.2.

31.3 A Tender, not accompanied by a valid Tender Security in


accordance with ITT Sub-Clause 31.2, shall be considered
“non responsive” and the same shall be rejected instantly.

31.4 Unsuccessful Tenderers’ Tender Security will be discharged or


returned within twenty eight (28) days of the end of the Tender
validity period specified in ITT Sub-Clause 30.1 and 30.2 The
Tender Security of the successful Tenderer will be discharged
upon the Tenderer’s furnishing of the Performance Security
pursuant to ITT Clause 53 and signing the Contract Agreement.

31.5 The Tender Security may be forfeited:


(a) if a Tenderer withdraws its Tender during the period of
Tender validity specified by the Tenderer on the Tender
Submission Sheet, except as provided in ITT Sub-Clause
30.2; or
(b) if the successful Tenderer fails to:
(i) accept the correction of its Tender Price pursuant to
ITT Sub-Clause 43.2; or
(ii) furnish a Performance Security in accordance with
ITT Clause 53; or
(iii) sign the Contract in accordance with ITT Clause 54.

31.6 The Tender Security of a JVCA shall be in the name of the


JVCA that submits the Tender. If the JVCA has not been
legally constituted at the time of tendering, the Tender Security
shall be in the name of all intended JVCA partners as named in
the letter of intent mentioned in ITT Sub-Clause 25.1

32. Tender: 32.1 The Tenderer shall prepare one (1) original of the documents
Format and comprising the Tender as described in ITT Sub-Clause 20.1 and
Signing clearly mark it “ORIGINAL.” In addition, the Tenderer shall
prepare the number of copies of the Tender, as specified in the
TDS and clearly mark each of them “COPY.” In the event of
any discrepancy between the original and the copies, the
original shall prevail.

32.2 The original and each copy of the Tender shall be typed or
written in indelible ink and shall be signed by the person duly
authorized to sign on behalf of the Tenderer. This authorization
shall consist of a written authorization and shall be attached to
Tender Document for OFC Network of Info-bahan Project
Page 14 of 147
the Tenderer Information Sheet (Form W-2). The name and
position held by each person signing the authorization must be
typed or printed below the signature. All pages of the original
and of each copy of the Tender, except for un-amended printed
literature, shall be numbered sequentially and signed or initialled
by the person signing the Tender.

32.3 Any interlineations, erasures, or overwriting shall be valid only if


they are signed or initialled by the person(s) signing the Tender

E. Tender Submission

33. Tender: 33.1 The Tenderer shall enclose the original in one (1) envelope and
Sealing and all the copies of the Tender in another envelope, duly marking
Marking the envelopes as “ORIGINAL” and “COPY.” These two (2)
envelopes shall then be enclosed in one (1) single outer
envelope.
33.2 The inner and outer envelopes shall:
(a) bear the name and address of the Tenderer;
(b) be addressed to the Employer at the address specified in
the TDS;
(c) bear the name of the Tender and the Tender Number as
specified in the TDS; and
(d) bear a statement “DO NOT OPEN BEFORE…………...”
the time and date for Tender opening as specified in the
TDS..
33.3 If all envelopes are not sealed and marked as required by ITT
Sub-Clause 33.2, the Employer will assume no responsibility for
the misplacement or premature opening of the Tender

34. Tender: 34.1 The Employer must receive the Tenders at the address specified
Submission in ITT Sub Clause 33.2 with no later than the date and time
Deadline specified in the TDS.

34.2 The Tender may be hand delivered, posted by registered mail or


sent by courier. The Employer shall, on request, provide the
Tenderer with a receipt showing the date and time when its
Tender was received.

34.3 The Employer may, at its discretion, extend the deadline for the
submission of Tenders by amending the Tender Document in
accordance with ITT Clause 10, in which case all rights and
obligations of the Employer and Tenderers previously subject to
the deadline shall thereafter be subject to the new deadline as
extended.

35. Tender: 35.1 Any Tender received by the Employer after the deadline for

Tender Document for OFC Network of Info-bahan Project


Page 15 of 147
Submitted submission of Tenders in accordance with ITT Clause 34 shall
Late be declared late, will be rejected, and returned unopened to the
Tenderer.

36. Tender: 36.1 A Tenderer may modify, substitute or withdraw its Tender after it
Modification has been submitted by sending a written notice, duly signed by
, the same authorized representative, and shall include a copy of
Substitution the authorization in accordance with ITT Sub-Clause 32.2,
or (except that no copies of the withdrawal notice are required). The
Withdrawal corresponding substitution or modification of the Tender must
accompany the respective written notice. The written notice must
be:
(a) submitted in accordance with ITT Clauses 32 and 33
(except that withdrawal notices do not require copies), and
in addition, the respective envelopes shall be clearly
marked “MODIFICATION”, “SUBSTITUTION”, OR
“WITHDRAWAL”; and
(b) received by the Employer prior to the deadline prescribed
for submission of Tenders, in accordance with ITT Clause
34.

36.2 Tenders requested to be withdrawn in accordance with ITT Sub-


Clause 36.1 shall be returned unopened to the Tenderers, only
after the Tender opening.

36.3 No Tender may be modified, substituted, or withdrawn after the


deadline for submission of Tenders specified in ITT Clause 34.

36.4 Tenderers may only offer discounts to, or otherwise modify the
prices of their Tenders by including Tender modifications in the
original Tender submission, or by submitting Tender
modifications in accordance with ITT Sub-Clause 30.1.

F. Tender Opening and Evaluation

37. Tender: 37.1 The Employer shall open the Tenders in public, including
Opening modifications or substitutions made pursuant to ITT Clause 36, at
the time, on the date, and only at the one place specified in the
TDS. Tenders for which an acceptable notice of withdrawal has
been submitted pursuant to ITT Clause 36 shall not be opened.
Tenderers or their authorised representatives shall be allowed to
attend and witness the opening of Tenders, and shall sign a
register evidencing their attendance.

37.2 The name of the Tenderer, Tender modifications, substitutions


or withdrawals, total amount of each Tender, number of
corrections, discounts, and the presence or absence of
requisite Tender Security, any alternatives, if so permitted, and
such other details as the Employer, at its discretion, may
consider appropriate, shall be read out aloud and recorded.
Tender Document for OFC Network of Info-bahan Project
Page 16 of 147
Only discounts and alternative offers read out at the Tender
opening shall be considered for evaluation. All pages of the
original Tender, except for un-amended printed literature, will
be initialled by a minimum of three (3) members of the
Employer’s Tender opening committee.

37.3 Minutes of the Tender opening shall be made by the Employer


and furnished to any Tenderer upon receipt of a written
request. The minutes shall include, as a minimum: the name of
the Tenderer and whether there is a withdrawal, substitution,
or modification; the Tender Price, per lot if applicable,
including any discounts and alternative offers; and the
presence or absence of a Tender Security, if one was
required.
37.4 Tenders not opened and read out at the Tender opening shall
not be considered, irrespective of the circumstances, and shall
be returned unopened to the Tenderer.

37.5 No Tender shall be rejected at the Tender opening, except for


late Tenders, which shall be returned unopened to the Tenderer
pursuant to ITT Clause 35.

38. Tender: 38.1 After the opening of Tenders, information relating to the
Confidentiality examination, clarification, and evaluation of Tenders and
recommendations for award shall not be disclosed to Tenderers
or other persons not officially concerned with the evaluation
process until after the award of the Contract is announced.

39. Tender: 39.1 The Employer may ask Tenderers for clarification of their
Clarification Tenders in order to facilitate the examination and evaluation of
Tenders. The request for clarification and the response shall be
in writing, and any changes in the prices or substance of the
Tender shall not be sought, offered or permitted, except to
confirm the correction of arithmetical errors discovered by the
Employer in the evaluation of the Tenders, in accordance with
ITT Clause 43.

40. Tenderer: 40.1 Following the opening of the Tenders and until the Contract is
Contacting signed no Tenderer shall make any unsolicited communication
the to the Employer or try in any way to influence the Employer’s
Employer examination and evaluation of the Tenders.

40.2 Any effort by a Tenderer to influence the Employer in its


decisions on the examination, evaluation, comparison, and
post-qualification of the Tenders or Contract award may result
in the rejection of its Tender.

40.3 Notwithstanding ITT Sub-Clause 40.1, from the time of Tender


opening to the time of Contract award, if any Tenderer wishes to
contact the Employer on any matter related to the tendering
Tender Document for OFC Network of Info-bahan Project
Page 17 of 147
process, it should do so in writing.

41. Tender: 41.1 The Employer’s determination of a Tender’s responsiveness is to


Responsive- be based on the contents of the Tender itself without recourse to
ness extrinsic evidence.

41.2 A substantially responsive Tender is one that conforms in all


respects to the requirements of the Tender Document without
material deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
(a) affects in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(b) limits in any substantial way, or is inconsistent with the
Tender Document, the Employer’s rights or the Tenderer’s
obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of
other Tenderers presenting substantially responsive
Tenders.

41.3 If a Tender is not substantially responsive to the Tender


Document, it shall be rejected by the Employer and shall not
subsequently be made responsive by the Tenderer by correction
of the material deviation, reservation, or omission.

41.4 There shall be no requirement as to the minimum number of


responsive Tenders.

42. Tender: 42.1 The Employer may regard a Tender as responsive even if it
Non- contains minor deviations that do not materially alter or depart
conformities from the characteristics, terms, conditions and other requirement
, Errors, set forth in the Tender Document or if it contains errors or
and oversights that are capable of being corrected without affecting
Omissions the substance of the Tender.

42.2 Provided that a Tender is substantially responsive, the Employer


may request that the Tenderer submits the necessary
information or documentation, within a reasonable period of time,
to rectify nonmaterial nonconformities or omissions in the Tender
related to documentation requirements. Such omission shall not
be related to any aspect of the rates of the Tender reflected in
the Priced Bill of Quantities. Failure by the Tenderer to comply
with the request may result in the rejection of its Tender.

43. Tender: 43.1 Provided that the Tender is substantially responsive, the
Correction Employer shall correct arithmetical errors on the following
of basis:
Arithmetical (a) if there is a discrepancy between the unit price and the
Errors line item total price that is obtained by multiplying the unit
Tender Document for OFC Network of Info-bahan Project
Page 18 of 147
price and quantity, the unit price shall prevail and the line
item total price shall be corrected, unless in the opinion of
the Employer there is an obvious misplacement of the
decimal point in the unit price, in which case the total price
as quoted shall govern and the unit price shall be
corrected;
(b) if there is an error in a total corresponding to the addition
or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount
expressed in words is related to an arithmetical error, in
which case the amount in figures shall prevail subject to
(a) and (b) above.

43.2 Any arithmetical error or other discrepancies as stated in ITT


Sub-Clause 43.1 shall be immediately notified to the
concerned Tenderer.

43.3 Any Tenderer that does not accept the correction of errors, as
determined by the application of ITT Sub-Clause 43.1, shall be
disqualified and its Tender Security may be forfeited.

44. Tender: 44.1 The Employer shall firstly examine the Tenders to confirm that all
Preliminary documentation requested in ITT Clause 20 has been provided,
Examination and to determine the completeness of each document submitted.

44.2 The Employer shall assess whether the Tenderer’s Qualifications


as per Section C are substantially met. Any negative
determination by the Employer will result in rejecting the Tender
as non-responsive without the need for further evaluation as per
ITT clauses 45 and 46.

45. Tender: 45.1 The Employer shall secondly examine the Tender to confirm that
Technical all terms and conditions specified in the GCC and the PCC have
Evaluation been accepted by the Tenderer without any material deviation or
reservation.

45.2 The Employer shall evaluate the technical aspects of the Tender
submitted in accordance with ITT Clauses 26 and 27, to confirm
that all requirements specified in Section 7: General
Specifications and Section 8: Particular Specifications of the
Tender Document have been met without any material deviation
or reservation.

45.3 If, after the examination of the terms and conditions and the
technical aspects of the Tender, the Employer determines that
the Tender is not substantially responsive in accordance with ITT
Sub-Clause 41.3, it shall reject the Tender.

Tender Document for OFC Network of Info-bahan Project


Page 19 of 147
46. Tender: 46.1 The Employer shall thirdly evaluate each Tender that has been
Financial determined, up to this stage of the evaluation, to be substantially
Evaluation responsive.

46.2 To evaluate a Tender, the Employer shall consider the following:


(a) the Tender price, excluding Provisional Sums and the
provision, if any, for contingencies in the Summary Bill of
Quantities, but including Day work, where priced
competitively;
(b) price adjustment for correction of arithmetical errors
pursuant to ITT Sub-Clause 43.1;
(c) appropriate adjustments in order to take into consideration
discounts or other price modifications offered pursuant to
ITT Sub-Clause 23.4;
(d) appropriate adjustments for any other acceptable
variations or deviations pursuant to ITT Sub-Clause 42.1;
and
(e) application of all the evaluation factors indicated in ITT
Clause 11.

46.3 Variations, deviations, and alternative offers and other factors


which are in excess of the requirements of the Tender Document
or otherwise result in unsolicited benefits for the Employer will
not be taken into account in Tender evaluation.

46.4 The estimated effect of any price adjustment provisions under


GCC Clause 66, applied over the period of execution of the
Contract, shall not be taken into account in Tender evaluation.

46.5 If so indicated in the TDS (ITT Sub-Clause 23.6), the Tender


Document shall allow Tenderers to quote separate prices for one
or more lots, and shall allow the Employer to award one or
multiple lots to more than one Tenderer following the
methodology specified in ITT Sub-Clause 46.6.

46.6 To determine the lowest-evaluated lot or combination of lots, the


Employer shall take into account:
(a) The experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual lot;
(b) the lowest-evaluated Tender for each lot calculated in
accordance with the requirements of Evaluation Criteria;
(c) the price reduction per lot or combination of lots and the
methodology for their application as offered by the
Tenderer in its Tender; and
(d) the Contract-award sequence that provides the optimum
economic combination taking into account any limitations

Tender Document for OFC Network of Info-bahan Project


Page 20 of 147
due to constraints in Works or execution capacity
determined in accordance with the post-qualification
criteria under ITT Clause 49.

46.7 If the lowest Evaluated Tender is seriously unbalanced or front


loaded in the opinion of the Employer, the Employer may require
the Tenderer to produce detailed price analysis for any or all
items of the BOQ, to demonstrate the internal consistency of
those prices with the construction methods and schedule
proposed. After evaluation of the price analysis, taking into
consideration the schedule of estimated Contract payments, the
Employer may require that the amount of the Performance
Security set forth in ITT Clause 53 be increased at the expenses
of the Tenderer to a level sufficient to protect the Employer
against financial loss in the event of default by such Tenderer
during Contract implementation, if awarded the Contract.

47. Tender: No 47.1 No negotiations shall be held with the lowest or any other
Negotiation Tenderer.

47.2 A Tenderer shall not be required, as a condition for award, to


undertake responsibilities not stipulated in the Tender
documents, to change its price, or otherwise to modify its
Tender.

48. Tender: 48.1 The Employer shall compare all substantially responsive
Comparison Tenders to determine the lowest-evaluated Tender, in
accordance with ITT Clause 46.

49. Tenderer: 49.1 The Employer shall determine to its satisfaction whether the
Post- Tenderer that is selected as having submitted the lowest
qualification evaluated and substantially responsive Tender is qualified to
perform the Contract satisfactorily.

49.2 The determination shall be based upon an examination of the


documentary evidence of the Tenderer’s qualifications submitted
by the Tenderer, pursuant to ITT Clause 28, to clarifications in
accordance with ITT Clause 39 and the qualification criteria
indicated in ITT Clauses 11 to 16 inclusive. Factors not included
therein shall not be used in the evaluation of the Tenderer’s
qualification.
49.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Tenderer. A negative determination shall
result in rejection of the Tenderer’s Tender, in which event the
Employer shall proceed to the next lowest evaluated Tender to
make a similar determination of that Tenderer’s capabilities to
perform satisfactorily
50. Tenders: 50.1 The Employer reserves the right to accept any Tender, to annul
Employer’s the Tender proceedings, or to reject any or all Tenders, at any
Right to time prior to Contract award, without thereby incurring any
Tender Document for OFC Network of Info-bahan Project
Page 21 of 147
Accept or to liability to Tenderers, or any obligation to inform Tenderers of the
Reject Any grounds for the Employer’s actions.
or All

G. Contract Award

51. Award 51.1 The Employer shall award the Contract to the Tenderer
Criteria whose offer is substantially responsive to the Tender
Document and that has been determined to be the lowest
evaluated Tender, provided further that the Tenderer is
determined to be qualified to perform the Contract
satisfactorily.

52. Notification 52.1 Prior to the expiration of the period of Tender validity, the
of Award Employer shall notify the successful Tenderer, in writing, that its
Tender has been accepted.

52.2 Until a formal Contract is prepared and executed, the


Notification of Award shall constitute a binding Contract.

52.3 The Notification of Award shall state the value of the proposed
Contract, the amount of the Performance Security, the time
within which the Performance Security shall be submitted and
the time within which the Contract shall be signed.

53. Performance 53.1 Within fourteen (14) days of the receipt of Notification of
Security Award from the Employer, the successful Tenderer shall
furnish the Performance Security for the due performance of
the Contract in the amount specified in the TDS using for that
purpose the Performance Security Form (Form W-6)
furnished in Section 5: Tender and Contract Forms.

53.2 The Performance Security shall be valid until a date twenty-


eight (28) days after the date of issue of the Certificate of
Completion.

53.3 The proceeds of the Performance Security shall be payable


to the Employer unconditionally upon first written demand as
compensation for any loss resulting from the Contractor’s
failure to complete its obligations under the Contract.

54. Contract 54.1 At the same time as the Employer issues the Notification of
Signing Award, the Employer shall send the Contract Agreement and all
documents forming the Contract, to the successful Tenderer.

54.2 Within twenty-one (21) days of receipt of the Contract


Agreement, the successful Tenderer shall sign, date, and return
it to the Employer.

54.3 Failure of the successful Tenderer to submit the Performance


Security, pursuant to ITT Sub-Clause 53.1, or sign the Contract,
Tender Document for OFC Network of Info-bahan Project
Page 22 of 147
pursuant to ITT Sub-Clause 54.2, shall constitute sufficient
grounds for the annulment of the award and forfeiture of the
Tender Security. In that event, the Employer may award the
Contract to the next lowest evaluated responsive Tenderer at
their quoted price (corrected for arithmetical errors), who is
assessed by the Employer to be qualified to perform the
Contract satisfactorily.

54.4 Immediately upon receipt of the signed Contract Agreement and


Performance Security from the successful Tenderer, the
Employer shall discharge and return the successful Tenderer’s
Tender Security.

55. Advising 55.1 Upon the successful Tenderer’s furnishing of the Performance
Unsuccessful Security pursuant to ITT Clause 53, and signing of the Contract
Tenderers pursuant to ITT Clause 54, the Employer shall also notify all
other Tenderers that their Tenders have been unsuccessful.

55.2 The Employer shall promptly respond in writing to any


unsuccessful Tenderer who, after notification in accordance
with ITT Sub-Clause 55.1, requests in writing for the Employer
to communicate the grounds on which its Tender was not
selected.

56. Adjudicator 56.1 The Employer proposes the person named in the TDS to be
appointed as Adjudicator under the Contract, at an hourly fee
and for those reimbursable expenses specified in the TDS.

56.2 If the Tenderer disagrees with this proposal, the Tenderer


should state so in its Tender. If, in the Notification of Award,
the Employer and the Tenderer has still not agreed on the
appointment of the Adjudicator, the Adjudicator shall be
appointed by the Appointing Authority designated in the TDS.

57. Tenderer’s 57.1 Any Tenderer has the right to complain if it has suffered or
Right to may suffer loss or damage due to a breach of a duty imposed
Complain on the Employer by the Public Procurement Regulations 2003
(PPR).

57.2 The complaint shall firstly be processed through an


administrative review following the procedures set out in
Regulation 51 of the PPR. The place and address for the first
step in the submission of complaints to the Administrative
Authority is provided in the TDS.

57.3 If not satisfied with the outcome of the administrative review, the
Tenderer may complain to the Review Panel pursuant to Regulation
53 of the PPR.

Tender Document for OFC Network of Info-bahan Project


Page 23 of 147
Section 2. Tender Data Sheet

ITT Clause Amendments of, and Supplements to, Clauses in the Instructions to
Tenderers
A. General

ITT 1.1 The Employer is


Managing Director
Bangladesh Telecommunications Company Limited
Represented by:
Director (Procurement)
Sher-e-Bangla Nagar Telephone Exchange Annex. Bldg.
Sher-e-Bangla Nagar, Dhaka.
The Name of the Tender is:
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF OPTICAL
FIBRE CABLE NETWORKS FOR CHUADANGA TO DARSHANA ROUTE

ITT 2.1 The source of public funds is BTCL’s own fund.

ITT 2.3 The name of the Development Partner is: None

ITT 4.1 Tenderers from the following countries are not eligible: Israel

ITT 5.1 Materials, equipment and service from the following countries are not eligible:
Israel.

B. Tender Document
ITT 7.2 The following are authorised agents of the Employer for the purpose of issuing
the Tender Document: None.

For Clarification of Tenders Purpose only, the employer’s address is:


ITT 8.1
Director ( Procurement )
Sher-e-Bangla Nagar Telephone Exchange Annex. Bldg.
Sher-e-Bangla Nagar, Dhaka.

ITT 9.1 A Pre- Bid meeting will be held on as mentioned (if any) in Tender Notice.

C. Evaluation and Qualification Criteria

ITT 11.1 (a) Completion Time: 03 (three) months including PAT


(Provisional Acceptance Test).
The Tenderer shall consider at least 15 days for PAT.
(b) For delay completion time the Tender price shall be loaded as
0.05% per day of total Contract price.

Tender Document for OFC Network of Info-bahan Project


Page 25 of 147
ITT 12.3(a) The Tenderer shall have minimum 03 (three) years experience as on the
date of submission of the tender in completion of installation of underground
optical fibre cable Networks.
To this effect, tenderer must submit proper evidence(s) from the relevant
authority.
The Tenderer shall have at least one successful completion record of
ITT 12.3(b)
Contract for supply and installation of underground optical fibre cable
networks over a period of last five years. The completion record must
contain minimum 30 Km underground OFC works against a single contract.
To this effect, the Tenderer must submit evidence(s) in the form of
Certificates from the users. Evidences must contain full details of the
Contracts such as project name, Contract number & price, volume of work,
completion period with date; contact person(s) etc.
Tender without such Certificate(s) shall be rejected instantly.

ITT 13.1(a) The required average annual turnover shall be greater than Taka 1.25 crore
during the period of last Five (5) years for each lot.

ITT The minimum Tender Capacity shall be: Taka 1.00 crore.
13.1(b)

ITT 13.2 The minimum amount of free funds (liquid assets) and / or credit facilities net
of other Contractual commitments of the successful Tenderer shall be Taka
60 lakh.

ITT 14.1(a) The Construction Project Manager shall have the following qualifications and
experience:
5 (five) years experience of completing similar type of Project having
educational qualification minimum Bachelor Degree.

ITT 14.1(b) The Minimum number of Engineers with qualifications and minimum
experience shall be as follows:
1) Civil Engr. (3 yrs. related experience) : 1 Nos
2) Elect./Mech. Engr. (3 yrs.related experience) : 1 Nos.
3) Diploma Civil Engr. ( 3 yrs related experience) : 2 Nos.
4) Dipl. Elect/ Mech./Power Engr. (3 yrs related exp.) : 2 Nos.

A list showing all kinds of Technical Personnel in his company has to be


enclosed to the Tender. Bio-data and attested recent photo of each person
have to be submitted with tender.

ITT 14.1(c) Other key staff (Drafts man, masons, optic fiber jointer etc.) with requisite
qualification and experience shall be not less than 10 nos. A list of such
personnel along with Bio-data & attested photo shall be submitted with the
Tender.

ITT 15.1 In order to ensure the quality work and compete the work in time, the
Tenderer shall own or have assured access of the minimum no. of essential
Tender Document for OFC Network of Info-bahan Project
Page 26 of 147
equipment, in full working order for each lot as follows:
1) Cable Lifter - 2 Nos.
2) GPS Receiver device - 2 No.
3) Powerful OFC blowing machine - 1 Nos.
4) OFC Splicing machine - 2 Nos.
5) Sweep rod ( 300m each) -2 set
6) Truck (5 Ton Capacity) - 2 Nos.
7) Powerful Winch Machine - 2 Nos.
8) Pulling Coil (300m each) - 3 Nos.
9) Measuring Wheel - 4 Nos.
10) OTDR - 2 Nos.
11) Mobile Generator (5 KVA) - 2 Nos.
12) Steel Shuttering Material - 400 Sq-ft
13) Decoiler - 2 Nos.
The Tenderer shall enclose a list of own construction machineries &
accessories to the Tender. BTCL evaluation team so formed can verify this
list during the evaluation.

D. Preparation of Tender

ITT 19.1 The Tender, as well as all correspondence and documents relating to the
Tender shall be in the Bangla or English.

ITT 20.1(i) The Tenderer shall submit with its Tender the following additional
documents:
1) Clause by Clause compliance schedule to all the
clauses (Including sub-clauses) of Section 7 and 8 of
the Tender Document as per Annex-A.
2) List of Deviations as per Annex-B.
3) All other documents listed in the Tender Notice.

ITT 22.1 Alternative Tenders will not be permitted.

ITT 23.5 The prices quoted by the Tenderer shall be fixed for the duration of the
Contract.

ITT 23.6 Tenders are being invited for one lot under a single package
&
ITT 46.5

Tender Document for OFC Network of Info-bahan Project


Page 27 of 147
ITT 27.1 The required Technical Documents shall include the following additional
information:
i. Work plan
ii. Statement of work method
iii. Brochure/Catalogue of the Manufacturer, showing model name,
product description, specification, country of origin and capacities
etc. of HDPE Duct, PVC pipe, DWC duct, GI pipe, Tools and
Measuring equipments (If any). Brochure/ Catalogue contain more
than one product /material /equipments,
products/material/equipments covered under the bid must be
marked clearly.
iv. The manufacturers’ letter of authority to participate in this bid if the
tenderer is not manufacturer of items such as Optic Fiber Cable,
HDPE Duct, PVC pipe, DWC duct, GI pipe, Tools and Measuring
equipments (if any) to be supplied under the bid.
v. All photo copies of documents must be duly attested by 1 st class
gazetted officer with his name seals & telephone numbers.
vi. Any experiences relating to this Tender out side Bangladesh shall
be authenticated by the Bangladesh diplomatic mission operating
in that country where work was done.

ITT 28.4 A Tender submitted by a JVCA shall include a declaration of joint


liabilities as given in section 5.

ITT 30.1 The Tender validity period shall be 90 days.

ITT 31.1 The amount of the Tender Security shall be Taka 3.00 lakh.

ITT 32.1 In addition to the original document of the Tender, two (2) additional
copies shall be submitted.

E. Submission of Tender

ITT 33.2 (c) The Tender and Tender No.: As mentioned on the front page of the document.

ITT 33.2 (d) Do not open before the date & time as of the Invitation for Tender or as of
subsequent corrigendum (if any ).

ITT 34.1 For Tender submission purposes only, the Employer’s address is:
Director (Procurement)
Sher-e-Bangla Nagar Telephone Exchange Annex. Bldg.
BTCL, Sher-e-Bangla Nagar, Dhaka.

Tender Document for OFC Network of Info-bahan Project


Page 28 of 147
F. Opening and Evaluation of Tender

ITT 37.1 The Tender opening shall take place at: At Director ( Procurement ) office
Address:
Director (Procurement)
Sher-e-Bangla Nagar Telephone Exchange Annex. Bldg.
BTCL, Sher-e-Bangla Nagar, Dhaka.
Time & Date: as of the Invitation for tender or as of subsequent
corrigendum (if any ).

G. Award of Contract

ITT 53.1 The amount of Performance Security shall be 10 % percent of the


Contract Price.

ITT 56.1 The case will be referred to the Managing Director, BTCL.

ITT 56.2 The dispute case will be referred to the Managing Director BTCL.

ITT 57.2 The name and address of the office where complaints to the Procuring Entity
under Regulation 51 are to be submitted is:
Managing Director
Bangladesh Telecommunications Company Limited
Telejogajog Bhaban
37/E, Eskaton Garden, Dhaka.
Bangladesh.

Tender Document for OFC Network of Info-bahan Project


Page 29 of 147
Section 3. General Conditions of Contract

A. General

1. Definitions 1.1 The following words and expressions shall have the
meaning hereby assigned to them. Boldface type is used to
identify the defined terms:
(a) The Adjudicator is the person
appointed jointly by the Employer and the Contractor to
resolve disputes in the first instance, as provided for in
GCC Sub-Clause 82.2.
(b) Bill of Quantities means the priced and
completed Bill of Quantities forming part of the Tender.
(c) Compensation Events are those
defined in GCC Clause 64.
(d) Completion Certificate means the
Certificate issued by the Engineer as evidence that the
Contractor has executed the Works in all respects as
per drawing, specifications and Conditions of Contract.
(e) The Completion Date is the date of
completion of the Works as certified by the Engineer, in
accordance with GCC Clause 74.
(f) Contract Agreement means the
Agreement entered into between the Employer and the
Contractor, together with the Contract Documents
referred to therein, including all attachments,
appendices, and all documents incorporated by
reference therein to execute, complete, and maintain
the Works.
(g) Contract Documents means the
documents listed in GCC Clause 5, including any
amendments thereto.
(h) Contractor means the natural person,
private or government enterprise, or a combination of
the above, whose Tender to carry out the Works has
been accepted by the Employer and is named as such
in the PCC and the Contract Agreement, and includes
the legal successors or permitted assigns of the
Contractor.
(i) Contract Price means the price
payable to the Contractor as specified in the Contract
Agreement, subject to such additions and adjustments
thereto or deductions therefrom, for the execution,
completion and maintenance of the Works in
accordance with the provisions of the Contract.
(j) The Contractor’s Tender is the

Tender Document for OFC Network of Info-bahan Project


Page 30 of 147
completed Tender Document including the priced offer
submitted by the Contractor to the Employer.
(k) Day means calendar day.
(l) Day works are varied work inputs
subject to payment on a time basis for the Contractor’s
employees and Equipment, in addition to payments for
associated Materials and Plant.
(m) A Defect is any part of the Works not
completed in accordance with the Contract.
(n) The Defects Correction Certificate is
the certificate issued by Engineer upon correction of
defects by the Contractor.
(o) The Defects Liability Period is the
period named in the PCC and calculated from the
Completion Date.
(p) Drawings include calculations and other
information provided in Section 10 or approved by the
Engineer for the execution and completion of the
Contract.
(q) The Employer is the party named in the
PCC who employs the Contractor to carry out the
Works.
(r) The Engineer is the person named in
the PCC (or any other competent person appointed by
the Employer and notified to the Contractor) who is
responsible for supervising the execution and
completion of the Works and administering the
Contract.
(s) Equipment is the Contractor’s
machinery and vehicles brought temporarily to the Site
to construct the Works.
(t) GCC mean the General Conditions of
Contract.
(u) Government means the Government of
the People’s Republic of Bangladesh.
(v) The Initial Contract Price is the
Contract Price listed in the Employer’s Notification of
Award.
(w) The Intended Completion Date is the
date specified in the PCC on which the Contractor shall
complete the Works and may be revised if extension of
time or an acceleration order is issued by the Engineer.
(x) Materials are all supplies, including
consumables, used by the Contractor for incorporation

Tender Document for OFC Network of Info-bahan Project


Page 31 of 147
in the Works.
(y) Month means calendar month.
(z) PCC means the Particular Conditions of
Contract.
(aa) Plant is any integral part of the Works
that shall have a mechanical, electrical, chemical, or
biological function..
(ab) The Site is the area defined as such in
the PCC.
(ac) Site Investigation Reports are those
that were included in the Tender Document and are
factual and interpretative reports about the surface and
subsurface conditions at the Site.
(ad) Specification means the Specification
of the Works included in the Contract and any
modification or addition made or approved by the
Engineer.
(ae) The Start Date is the date given in the
PCC and it is the latest date when the Contractor shall
commence execution of the Works. It does not
necessarily coincide with any of the Site Possession
Dates.
(af) Sub-Contractor means any natural
person, private or government entity, or a combination
of the above, including its legal successors or permitted
assigns, who has a Contract with the Contractor to
carry out a part of the work in the Contract, which
includes work on the Site.
(ag) Temporary Works are works designed,
constructed, installed, and removed by the Contractor
that are needed for construction or installation of the
Works.
(ah) A Variation is an instruction given by
the Engineer that varies the Works.
(ai) The Works are what the Contract
requires the Contractor to construct, install, and hand
over to the Employer, as defined in the PCC.
(aj) Writing means any hand-written, type-
written, or printed communication including telex, cable
and facsimile transmission.

2. Contract 2.1 Subject to the order of precedence set forth in GCC Sub-
Documents Clause 5.1, all documents forming the Contract (and all
parts thereof) are intended to be correlative,
complementary, and mutually explanatory.

Tender Document for OFC Network of Info-bahan Project


Page 32 of 147
3. Corrupt, 3.1 The Government requires that Employers, as well as
Fraudulent, Contractors shall observe the highest standard of ethics
Collusive or during the implementation of procurement proceedings and
Coercive the execution of Contracts under public funds.
Practices
3.2 In pursuance of this requirement, the Employer shall
(a) exclude the Contractor from participation in the
procurement proceedings concerned or reject a
proposal for award; and
(b) declare a Contractor ineligible, either indefinitely or for a
stated period of time, from participation in procurement
proceedings under public fund;
if it at any time determines that the Contractor has engaged
in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing, a Contract under public fund.

3.3 Should any corrupt, fraudulent, collusive or coercive practice of


any kind referred to in GCC Sub-Clause 3.4 come to the
knowledge of the Employer, it shall, in the first place, allow
the Contractor to provide an explanation and shall, take
actions as stated in GCC Sub-Clause 3.2 only when a
satisfactory explanation is not received. Such exclusion and
the reasons thereof, shall be recorded in the record of the
procurement proceedings and promptly communicated to
the Contractor concerned. Any communications between
the Contractor and the Employer related to matters of
alleged corrupt, fraudulent, collusive or coercive practices
shall be in writing.

Tender Document for OFC Network of Info-bahan Project


Page 33 of 147
3.4 The Government defines, for the purposes of this provision,
the terms set forth below as follows:
(a) “corrupt practice” means offering, giving, or
promising to give, directly or indirectly, to any officer or
employee of a Procuring Entity or other
governmental/private authority or individual a gratuity in
any form, an employment or any other thing or service
of value, as an inducement with respect to an act or
decision of, or method followed by, a Procuring Entity in
connection with the procurement proceeding;
(b) “fraudulent practice” means a
misrepresentation or omission of facts in order to
influence a procurement proceedings or the execution
of a Contract to the detriment of the Employer,
(c) “collusive practice” means a scheme or
arrangement among two or more Tenderers with or
without the knowledge of the Employer (prior to or after
proposal submission) designed to establish Tender
prices at artificial, non-competitive levels and to deprive
the Employer of the benefits of free, open and genuine
competition; and
(d) “coercive practice” means harming or
threatening to harm, directly or indirectly, persons or
their property to influence the procurement
proceedings, or affect the execution of a Contract.

3.5 The Government requires that the Client’s personnel have an


equal obligation not to solicit, ask for and/or use coercive
methods to obtain personal benefits in connection with the
said proceedings.

4. Interpretation 4.1 In interpreting the GCC, singular also means plural, male
also means female or neuter, and the other way around.
Headings in the GCC shall not be deemed part thereof or be
taken into consideration in the interpretation or construance
of the Contract. Words have their normal meaning under the
language of the Contract unless specifically defined.

4.2 Entire Agreement


(a) The Contract constitutes the entire agreement between
the Employer and the Contractor and supersedes all
communications, negotiations and agreements (whether
written or oral) of parties with respect thereto made prior
to the date of Contract Agreement.

Tender Document for OFC Network of Info-bahan Project


Page 34 of 147
4.3 Non-waiver
(a) Subject to GCC Sub-Clause 4.3(b), no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect, or restrict the rights of
that party under the Contract, neither shall any waiver
by either party of any breach of Contract operate as
waiver of any subsequent or continuing breach of
Contract.
(b) Any waiver of a party’s rights, powers, or remedies
under the Contract must be in writing, dated, and
signed by an authorized representative of the party
granting such waiver, and must specify the right and
the extent to which it is being waived.

4.4 Severability
(a) If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition,
invalidity or unenforceability shall not affect the validity
or enforceability of any other provisions and conditions
of the Contract.

4.5 Sectional completion


(a) If sectional completion is specified in the PCC,
references in the GCC to the Works, the Completion
Date, and the Intended Completion Date apply to any
section of the Works (other than references to the
Completion Date and Intended Completion Date for
the whole of the Works).

5. Documents 5.1 The following documents forming the Contract shall be


Forming the interpreted in the following order of priority:
Contract and (a) the signed Contract Agreement;
Priority of
Documents (b) the letter of Notification of Award
(c) the completed Tender Submission Sheet as
submitted by the Tenderer;
(d) the priced Bill of Quantities as submitted by the
Tenderer;
(e) the Particular Conditions of Contract;
(f) the General Conditions of Contract;
(g) the General and Particular Specifications;
(h) the Drawings, and;
(i) any other document listed in the PCC as forming
part of the Contract.
Tender Document for OFC Network of Info-bahan Project
Page 35 of 147
6. Eligibility 6.1 The Contractor and its Sub-Contractors shall have the
nationality of a country other than any specified in the PCC.

6.2 All materials, equipment, plant, and


supplies used by the Contractor in both permanent and
temporary works and services supplied under the Contract
shall have their origin in the countries except any specified in
the PCC.

7. Governing 7.1 The Contract as well as all correspondence and documents


Language relating to the Contract exchanged by the Contractor and the
Employer, shall be written in English unless otherwise stated in
the PCC. Supporting documents and printed literature that are
part of the Contract may be in another language, provided they
are accompanied by an accurate translation of the relevant
passages in English, in which case, for purposes of
interpretation of the Contract, this translation shall govern.

7.2 The Contractor shall bear all costs of translation to the


governing language and all risks of the accuracy of such
translation.

8. Governing 8.1 The Contract shall be governed by and interpreted in


Law accordance with the laws of the People’s Republic of
Bangladesh.

9. Gratuities / 9.1 No fees, gratuities, rebates, gifts, commissions or other


Agency fees payments, other than those shown in the Tender or the
Contract, shall be given or received in connection with the
procurement process or in the Contract execution.

10. Joint Venture, 10.1 If the Contractor is a joint venture, consortium, or association,
Consortium or all of the parties shall be jointly and severally liable to the
Association Employer for the fulfilment of the provisions of the Contract and
(JVCA) shall designate one party to act as a leader with authority to
bind the joint venture, consortium, or association. The
composition or the constitution of the joint venture, consortium,
or association shall not be altered without the prior consent of
the Employer.

Tender Document for OFC Network of Info-bahan Project


Page 36 of 147
11. Confidential 11.1 The Employer and the Contractor shall keep confidential and
Information shall not, without the written consent of the other party hereto,
divulge to any third party any documents, data, or other
information furnished directly or indirectly by the other party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or following
completion or termination of the Contract. Notwithstanding the
above, the Contractor may furnish to its Sub-Contractor such
documents, data, and other information it receives from the
Employer to the extent required for the Sub-Contractor to
perform its work under the Contract, in which event the
Contractor shall obtain from such Sub-Contractor an
undertaking of confidentiality similar to that imposed on the
Contractor under GCC Clause 11.

11.2 The Employer shall not use such documents, data, and other
information received from the Contractor for any purposes
unrelated to the Contract. Similarly, the Contractor shall not
use such documents, data, and other information received
from the Employer for any purpose other than the design,
construction, or other work and services required for the
performance of the Contract.

11.3 The obligation of a party under GCC Sub-Clauses 11.1 and


11.2 above, however, shall not apply to information that:
a) the Employer or Contractor needs to share with
institutions participating in the financing of the Contract;
b) now or hereafter enters the public domain through no
fault of that party;
c) can be proven to have been possessed by that party at
the time of disclosure and which was not previously
obtained, directly or indirectly, from the other party; or
d) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.

11.4 The above provisions of GCC Clause 11 shall not in any way
modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the
Works or any part thereof.

11.5 The provisions of GCC Clause 11 shall survive completion or


termination, for whatever reason.

12. Communic- 12.1 Communications between Parties (notice, request or


ations and consent required or permitted to be given or made by one
Notices party to the other) pursuant to the Contract shall be in writing
to the address specified in the PCC.

Tender Document for OFC Network of Info-bahan Project


Page 37 of 147
12.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.

12.3 A Party may change its address for notice hereunder by


giving the other Party notice of such change to the address.

13. Copyright 13.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Employer by
the Contractor herein shall remain vested in the Contractor, or,
if they are furnished to the Employer directly or through the
Contractor by any third party, including Contractors of
materials, the copyright in such materials shall remain vested
in such third party.

14. Assignment 14.1 The Contractor shall not assign, in whole or in part, its
obligations under the Contract, except with the Employer’s
prior written consent.

15. Sub- 15.1 The Contractor shall obtain approval of the Employer in writing
Contracting of all Sub-Contracts to be awarded under the Contract if not
already specified in the Tender. Sub-Contracting shall in no
event relieve the Contractor from any of its obligations, duties,
responsibilities, or liability under the Contract.

15.2 Sub-Contractors shall comply with the provisions of GCC


Clause 3.

16. Other 16.1 The Contractor shall cooperate and share the Site with other
Contractors Contractors, public authorities, utilities, the Engineer and the
Employer between the dates given in the Schedule of Other
Contractors, as referred to in the PCC. The Contractor shall
also provide facilities and services for them as described in the
Schedule. The Employer may modify the Schedule of Other
Contractors, and shall notify the Contractor of any such
modification.

17. Contractor’s 17.1 The Contractor shall execute and complete the Works and
Responsibil- remedy any defects therein in conformity in all respects with
ities the provisions of the Contract Agreement.

18. Employer’s 18.1 The Employer shall pay the Contractor, in consideration of the
Responsibil- execution and completion of the Works and the remedying of
ities defects 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
Agreement.

18.2 The Employer shall make its best effort to assist the Contractor
in obtaining, if required, any permit, licence, and approvals
from local public authorities.

Tender Document for OFC Network of Info-bahan Project


Page 38 of 147
19. Scope of 19.1 The Works to be executed, completed and maintained shall be
Works as specified in the Bill of Quantities, the General and Particular
Specifications and Drawings.
19.2 Unless otherwise stipulated in the Contract, the Works shall
include all such items not specifically mentioned in the
Contract, but that can be reasonably inferred from the Contract
as being required for completion of the Works as if such items
were expressly mentioned in the Contract.
20. Contract Price 20.1 The Contract Price shall be as specified in the Contract
Agreement, subject to any additions and adjustments thereto,
or deductions there from, as may be made pursuant to the
Contract.
20.2 Unless otherwise stipulated in the Contract, the Works shall
include all such items not specifically mentioned in the Contract
but that can be reasonably inferred from the Contract as being
required for completion of the Works as if such items were
expressly mentioned in the Contract.

21. Engineer’s 21.1 Except where otherwise specifically stated in the PCC, the
Decisions Engineer will decide Contractual matters between the
Employer and the Contractor in its role as representative of
the Employer.

22. Queries about 22.1 The Engineer will clarify queries on the Conditions of
the Contract Contract.
conditions

23. Delegation 23.1 The Engineer may delegate any of his duties and
responsibilities to his representative except to the
Adjudicator, after notifying the Contractor, and may cancel
any delegation, without retroactivity, after notifying the
Contractor.

23.2 Any communications to the Contractor in accordance with


such delegation shall have the same effect as if it was given
by the Engineer.

24. Contractor’s 24.1 The Contractor shall employ the key personnel named in the
Personnel Schedule of Key Personnel, as referred to in the PCC, to
carry out the functions stated in the Schedule or other
personnel approved by the Engineer.

24.2 The Engineer will approve any proposed replacement of key


personnel only if their relevant qualifications and abilities are
substantially equal to or better than those of the personnel
listed in the Schedule.

Tender Document for OFC Network of Info-bahan Project


Page 39 of 147
24.3 If the Engineer asks the Contractor to remove a person who
is a member of the Contractor’s staff or work force from the
Site, he shall state the reasons, and the Contractor shall
ensure that the person leaves the Site within three (3) days
and has no further connection with the work in the Contract.

25. Approval of 25.1 The Contractor shall submit Specifications and Drawings
the showing the proposed Temporary Works to the Engineer,
Contractor’s who is to approve them, if they comply with the Specifications
Temporary and Drawings.
Works
25.2 The Contractor shall be responsible for design of Temporary
Works.

25.3 All Drawings prepared by the Contractor for the execution of


the temporary or permanent Works, are subject to prior
approval by the Engineer before their use.

25.4 The Engineer’s approval shall not alter the Contractor’s


responsibility for design of the Temporary Works.

25.5 The Contractor shall obtain approval of third parties to the


design of the Temporary Works, where required

26. Instructions 26.1 The Contractor shall carry out all instructions of the Engineer
that comply with the applicable laws where the Site is
located.

27. Site 27.1 The Contractor, in preparing the Tender, shall rely on any Site
Investigation Investigation Reports referred to in the PCC, supplemented
Reports by any information available to the Tenderer.

28. Possession of 28.1 The Employer shall give possession of the Site, or parts of
the Site the Site, to the Contractor on the date(s) stated in the PCC.
If possession of a part is not given by the date stated in the
PCC, the Employer will be deemed to have delayed the start
of the relevant activities, and this will be a Compensation
Event.

29. Access to the 29.1 The Contractor shall allow the Engineer and any person
Site authorised by the Engineer access to the Site and to any
place where work in connection with the Contract is being
carried out or is intended to be carried out.

30. Safety, 30.1 The Contractor shall throughout the execution and
Security and completion of the Works and the remedying of any defects
Protection of therein:
the (a) have full regard for the safety of all persons entitled to be
Environment upon the Site and keep the Site and the Works in an
orderly state;
(b) provide and maintain at the Contractor’s own cost all
Tender Document for OFC Network of Info-bahan Project
Page 40 of 147
lights, guards, fencing, warning signs and watching for
the protection of the Works or for the safety on-site, and
(c) take all reasonable steps to protect the environment on
and off the Site and to avoid damage or nuisance to
persons or to property of the public or others resulting
from pollution, noise or other causes arising as a
consequence of the Contractors methods of operation.

31. Discoveries 31.1 Anything of historical or other interest or of significant value


unexpectedly discovered on the Site shall be the property of
the Employer. The Contractor shall notify the Engineer of
such discoveries and carry out the Engineer’s instructions for
dealing with them.

32. Welfare of 32.1 The Contractor shall provide proper accommodation to his
Labour labourers and arrange proper water supply, conservancy and
sanitation arrangements at the site in accordance with
relevant regulations, rules and orders of the government.

32.2 The Contractor shall pay reasonable wages to his labourers,


and pay them in time. In the event of delay in payment the
Employer may effect payments to the labourers and recover
the cost from the Contractor.

33. Child Labour 33.1 The Contractor shall comply with the applicable minimum age
labour laws and requirements of (including applicable treaties
which have been ratified by) the Government of Bangladesh
regarding hazardous forms of child labour.

34. No Night and 34.1 The Contractor shall not perform any work on the Site on the
Friday Work weekly rest day (Friday), or during the night, or on any
religious or public holiday, without the prior written approval
of the Engineer.

35. Employer’s 35.1 The Employer carries the risks that the Contract states are
and Employer’s risks and the Contractor carries the risks that the
Contractor’s Contract states are Contractor’s risks.
Risks

Tender Document for OFC Network of Info-bahan Project


Page 41 of 147
36. Employer’s 36.1 From the Start Date until the Defects Correction Certificate
Risks has been issued, the following are Employer’s risks:
(a) the risk of personal injury, death, or loss of or damage to
property (excluding the Works, Plant, Materials, and
Equipment), which are due to
(i) use or occupation of the Site by the Works or for
the purpose of the Works, which is the unavoidable
result of the Works or
(ii) negligence, breach of statutory duty, or interference
with any legal right by the Employer or by any
person employed by or Contracted to him except
the Contractor.
(b) the risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the
Employer or in the Employer’s design, or due to war or
radioactive contamination directly affecting the country
where the Works are to be executed.

36.2 From the Completion Date until the Defects Correction


Certificate has been issued, the risk of loss of or damage to
the Works, Plant, and Materials is an Employer’s risk, except
loss or damage due to:
(a) a Defect which existed on the Completion Date;
(b) an event occurring before the Completion Date, which
was not itself an Employer’s risk; or
(c) the activities of the Contractor on the Site after the
Completion Date.

37. Contractor’s 37.1 From the Start Date until the Defects Correction Certificate
Risks has been issued, the risks of personal injury, death, and loss
of or damage to property (including, without limitation, the
Works, Plant, Materials, and Equipment) which are not
Employer’s risks are Contractor’s risks.

Tender Document for OFC Network of Info-bahan Project


Page 42 of 147
38. Insurance 38.1 The Contractor shall provide, in the joint names of the
Employer and the Contractor, insurance cover from the Start
Date to the end of the Defects Liability Period, in the
amounts and deductibles stated in the PCC for the following
events which are due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant,
Materials, and Equipment) in connection with the
Contract; and
(d) personal injury or death.

38.2 The Contractor shall deliver policies and certificates of


insurance to the Engineer, for the Engineer’s approval,
before the Start Date. All such insurances shall provide for
compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.

38.3 If the Contractor does not provide any of the policies and
certificates required, the Employer may effect the insurance
which the Contractor should have provided and recover the
premiums the Employer has paid from payments otherwise
due to the Contractor or, if no payment is due, the payment
of the premiums shall be a debt due.

38.4 Alterations to the terms of insurance shall not be made


without the approval of the Engineer.

38.5 Both parties shall comply with conditions of the insurance


policies.

39. Taxes and 39.1 The Contractor shall be entirely responsible for all taxes,
Duties duties, license fees, and other such levies imposed outside and
inside Bangladesh.

40. Limitation of 40.1 Except in cases of criminal negligence or wilful misconduct:


Liability (a) the Contractor shall not be liable to the Employer,
whether in Contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the
Contractor to pay liquidated damages to the Employer
and
(b) the aggregate liability of the Contractor to the Employer,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or
replacing defective Works, or to any obligation of the
Contractor to indemnify the Employer with respect to
Tender Document for OFC Network of Info-bahan Project
Page 43 of 147
patent infringement

41. Force 41.1 The Contractor shall not be liable for forfeiture of its
Majeure Performance Security, liquidated damages, 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.

41.2 For purposes of this Clause, “Force Majeure” means an event


or situation beyond the control of the Contractor that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Contractor. Such
events may include, but not be limited to, acts of the Employer
in its sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes.

41.3 If a Force Majeure situation arises, the Contractor shall


promptly notify the Employer in writing of such condition and
the cause thereof. Unless otherwise directed by the Employer
in writing, the Contractor shall continue to perform its
obligations under the Contract as far as is reasonably practical,
and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.

B. Time Control

42. The Works to 42.1 The Contractor may commence execution of the Works on
be Completed the Start Date and shall carry out the Works in accordance
by the with the Programme submitted by the Contractor, as
Intended updated with the approval of the Engineer, and complete
Completion them by the Intended Completion Date.
Date

43. Programme of 43.1 Within the time stated in the PCC, the Contractor shall
Works submit to the Engineer for approval a Programme showing
the general methods, arrangements, order, and timing for all
the activities in the Works. The programme may be in the
form of an Implementation Schedule prepared in Microsoft
Project or in any other software programme acceptable by
the Employer.

43.2 The Contractor shall submit to the Engineer for approval an


updated Programme at intervals no longer than the period
stated in the PCC. An update of the Programme shall be a
Programme showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing
of the remaining work, including any changes to the
sequence of the activities.

Tender Document for OFC Network of Info-bahan Project


Page 44 of 147
43.3 If the Contractor does not submit an updated Programme at
the intervals stated in the PCC, the Engineer may withhold
an amount as stated in the PCC from the next payment
certificate and continue to withhold this amount until the next
due payment after the date on which the overdue
Programme has been submitted.

43.4 The Engineer’s approval of the Programme shall not alter


the Contractor’s obligations. The Contractor may revise the
Programme and submit it to the Engineer again at any time.
A revised Programme shall show the effect of Variations and
Compensation Events.

44. Pro Rata 44.1 The Contractor shall maintain Pro Rata progress of the
Progress works. Progress to be achieved shall be pursuant to GCC
Sub- Clause 43.1 and shall be determined in terms of the
value of the works done

45. Early Warning 45.1 If at any time during performance of the Contract, the
Contractor or its Sub Contractors should encounter events,
circumstances conditions that may adversely affect the
quality of the work, increase the Contract Price or delay the
execution of the Works, the Contractor shall promptly notify
the Engineer in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the
Contractor’s notice, the Engineer shall evaluate the situation,
and the Contractor shall cooperate with the Engineer in
making and considering proposals for how the effect of such
an event or circumstance can be avoided or reduced. The
Engineer may require the Contractor to provide an estimate
of the expected effect of the future event or circumstance on
the Contract Price and Completion Date. The Contractor
shall provide the estimate as soon as reasonably possible.

46. Extension of 46.1 The Engineer shall extend the Intended Completion Date if a
the Intended Compensation Event occurs or a Variation is issued which
Completion makes it impossible for Completion to be achieved by the
Date Intended Completion Date without the Contractor taking
steps to accelerate the remaining work, which would cause
the Contractor to incur additional cost. The Engineer shall
notify the Contractor accordingly, with a copy of the
Employer.

Tender Document for OFC Network of Info-bahan Project


Page 45 of 147
46.2 The Engineer shall decide whether and by how much to
extend the Intended Completion Date within twenty-one (21)
days of the Contractor asking the Engineer for a decision
upon the effect of a Compensation Event or Variation and
submitting full supporting information. If the Contractor has
failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure
shall not be considered in assessing the new Intended
Completion Date.

46.3 Except in case of Force Majeure, as provided under GCC


Clause 41, a delay by the Contractor in the performance of
its Completion obligations shall render the Contractor liable
to the imposition of liquidated damages pursuant to GCC
Clause 68, unless an extension of time is agreed upon,
pursuant to GCC Sub-Clause 46.2.

46.4 If the Contractor fails to complete the Works by the Intended


Completion Date, as extended by the Engineer as the case
may be, the Contractor shall be liable to pay liquidated
damages to the Employer, in accordance with GCC, Sub-
Clause 68.1.

47. Acceleration 47.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Engineer will obtain priced
proposals for achieving the necessary acceleration from the
Contractor. If the Employer accepts these proposals, the
Intended Completion Date will be adjusted accordingly and
confirmed by both the Employer and the Contractor.

47.2 If the Employer accepts the Contractor’s priced proposals for


acceleration, they are incorporated in the Contract Price and
treated as a Variation.

48. Delays 48.1 The Engineer may instruct the Contractor to delay the start
Ordered by or progress of any activity within the Works.
the Engineer

49. Management 49.1 Either the Engineer or the Contractor may require the other
Meetings to attend a management meeting. The business of a
management meeting shall be to review the plans for
remaining work and to deal with matters raised in
accordance with the early warning procedure.

49.2 The Engineer shall record the business of management


meetings and provide copies of the record to those attending
the meeting and to the Employer. The responsibility of the
parties for actions to be taken shall be decided by the
Engineer either at the management meeting or after the
management meeting and stated in writing to all who
attended the meeting.

Tender Document for OFC Network of Info-bahan Project


Page 46 of 147
C. Quality Control

50. Contractor to 50.1 The Contractor shall construct and install the Works in
Construct the accordance with the Specifications and Drawings as
Works scheduled in GCC Sub-Clause 5.1.

51. Works open to 51.1 All works under the Contract shall at all times be open to
Inspection inspection and supervision of the Engineer, and the
Contractor shall ensure presence of its representatives at
such inspections provided proper advance notice is given by
the Engineer.

52. Identifying 52.1 The Engineer shall check the Contractor’s work and notify
Defects the Contractor of any Defects that are found. Such checking
shall not affect the Contractor’s responsibilities. The
Engineer may instruct the Contractor to search for a Defect
and to uncover and test any work that the Engineer considers
may have a Defect.

53. Tests 53.1 If the Engineer instructs the Contractor to carry out a test
not specified in the Specification to check whether any work
has a Defect and the test shows that it does, the Contractor
shall pay for the test and any samples. If there is no Defect,
the test shall be a Compensation Event.

54. Examination 54.1 No part of the Works shall be covered up or put out of view
of Work without the approval of the Engineer. The Contractor shall
before give notice in writing to the Engineer whenever any such part
covering up of the Works is ready for examination and the Engineer shall
attend to such examination without unreasonable delay.

55. Correction of 55.1 The Engineer shall give notice to the Contractor, with a
Defects copy to the Employer, of any Defects before the end of the
Defects Liability Period, which begins at Completion, and is
defined in the PCC. The Defects Liability Period shall be
extended for as long as Defects remain to be corrected.

55.2 Every time notice of a Defect is given, the Contractor shall


correct the notified Defect within the length of time specified
by the Engineer’s notice.

56. Uncorrected 56.1 If the Contractor has not corrected a Defect within the time
Defects specified in the Engineer’s notice, the Engineer will assess
the cost of having the Defect corrected, and the Contractor
will pay this amount.

D. Cost Control

57. Bill of 57.1 The Bill of Quantities shall contain items for the
Quantities construction, installation, testing, and commissioning work to
be done by the Contractor.

Tender Document for OFC Network of Info-bahan Project


Page 47 of 147
57.2 The Bill of Quantities is used to calculate the Contract
Price. The Contractor is paid for the quantity of the work done
at the rate in the Bill of Quantities for each item.

58. Changes in 58.1 If the final quantity of the work done differs from the
the Quantities quantity in the Bill of Quantities for the particular item by more
than twenty-five percent (25%), provided the change exceeds
one percent (1%) of the Initial Contract Price, the Engineer
shall adjust the rate to allow for the change.

58.2 The Engineer shall not adjust rates from changes in


quantities if thereby the Initial Contract Price is exceeded by
more than fifteen percent (15%), except with the prior
approval of the Employer.

58.3 If requested by the Engineer, the Contractor shall provide


the Engineer with a detailed cost breakdown of any rate in the
Bill of Quantities.

59. Variations 59.1 All Variations shall be included in updated Programmes


produced by the Contractor.

60. Payments for 60.1 The Contractor shall provide the Engineer with a quotation
Variations for carrying out the Variation when requested to do so by the
Engineer. The Engineer shall assess the quotation, which
shall be given within seven days of the request or within any
longer period stated by the Engineer and before the Variation
is ordered.

60.2 If the work in the Variation corresponds with an item


description in the Bill of Quantities and if, in the opinion of the
Engineer, the quantity of work above the limit stated in GCC
Sub-Clause 58.1 or the timing of its execution do not cause
the cost per unit of quantity to change, the rate in the Bill of
Quantities shall be used to calculate the value of the
Variation. If the cost per unit of quantity changes, or if the
nature or timing of the work in the Variation does not
correspond with items in the Bill of Quantities, the quotation
by the Contractor shall be in the form of new rates for the
relevant items of work.

60.3 If the Contractor’s quotation is found to be unreasonable,


the Engineer may order the Variation and make a change to
the Contract Price, which shall be based on the Engineer’s
own forecast of the effects of the Variation on the Contractor’s
costs.

60.4 If the Engineer decides that the urgency of varying the


work would prevent a quotation being given and considered
without delaying the work, no quotation shall be given and the
Variation shall be treated as a Compensation Event.

Tender Document for OFC Network of Info-bahan Project


Page 48 of 147
60.5 The Contractor shall not be entitled to additional payment
for costs that could have been avoided by giving early
warning.

61. Cash Flow 61.1 When the Programme is updated, the Contractor shall
Forecasts provide the Engineer with an updated cash flow forecast.

62. Payment 62.1 The Contractor shall submit to the Engineer monthly
Certificates statements of the estimated value of the work executed less
the cumulative amount certified previously.

62.2 The Engineer shall check the Contractor’s monthly


statement and certify the amount to be paid to the Contractor.

62.3 The value of work executed shall be determined by the


Engineer.

62.4 The value of work executed shall comprise the value of the
quantities of the items in the Bill of Quantities completed.

62.5 The value of work executed shall include the valuation of


Variations, Certified Day works and Compensation Events.

62.6 The Engineer may exclude any item certified in a previous


certificate or reduce the proportion of any item previously
certified in any certificate in the light of later information.

63. Payments 63.1 Payments shall be adjusted for deductions for advance
payments and retention. The Employer shall pay the
Contractor the amounts certified by the Engineer within
twenty-eight (28) days of the date of each certificate. If the
Employer makes a late payment, the Contractor shall be paid
interest on the late payment in the next payment. Interest
shall be calculated from the date by which the payment
should have been made up to the date when the late payment
is made at the prevailing rate of interest for commercial
borrowing established in Bangladesh.

63.2 If an amount certified is increased in a later certificate or as


a result of an award by the Adjudicator, or an Arbitrator, the
Contractor shall be paid interest upon the delayed payment
as set out in this clause. Interest shall be calculated from the
date upon which the increased amount would have been
certified in the absence of dispute.

63.3 Items of the Works for which no rate or price has been
entered in will not be paid for by the Employer and shall be
deemed covered by other rates and prices in the Contract.

Tender Document for OFC Network of Info-bahan Project


Page 49 of 147
64. Compensation 64.1 The following shall be Compensation Events:
Events (a) The Employer does not give access to the Site or part
of the Site by the Site Possession Date stated in the
PCC.
(b) The Employer modifies the Schedule of Other
Contractors in a way that affects the work of the
Contractor under the Contract.
(c) The Engineer orders a delay or does not issue
Drawings, Specifications, or instructions required for
execution of the Works on time.
(d) The Engineer instructs the Contractor to uncover or to
carry out additional tests upon work, which is then
found to have no Defects.
(e) The Engineer unreasonably does not approve a Sub-
Contract to be let.
(f) Ground conditions are substantially more adverse than
could reasonably have been assumed before
issuance of the Letter of Acceptance from the
information issued to Tenderers (including the Site
Investigation Reports), from information available
publicly and from a visual inspection of the Site.
(g) The Engineer gives an instruction for dealing with an
unforeseen condition, caused by the Employer, or
additional work required for safety or other reasons.
(h) Other Contractors, public authorities, utilities, or the
Employer do not work within the dates and other
constraints stated in the Contract, and they cause
delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employer’s
Risks.
(k) The Engineer unreasonably delays issuing a Certificate
of Completion.
(l) A situation of Force Majeure has occurred, as defined in
GCC Clause 41;
(m) Other Compensation Events described in the Contract
or determined by the Engineer shall apply.

Tender Document for OFC Network of Info-bahan Project


Page 50 of 147
64.2 If a Compensation Event would cause additional cost or
would prevent the work being completed before the Intended
Completion Date, the Contract Price shall be increased
and/or the Intended Completion Date shall be extended. The
Engineer shall decide whether and by how much the Contract
Price shall be increased and whether and by how much the
Intended Completion Date shall be extended.

64.3 As soon as the Contractor has provided information


demonstrating the effect of each Compensation Event upon
the Contractor’s forecast cost, the Engineer shall assess it,
and the Contract Price shall be adjusted accordingly. If the
Contractor’s forecast is deemed unreasonable, the Engineer
shall adjust the Contract Price based on the Engineer’s own
forecast. The Engineer will assume that the Contractor will
react competently and promptly to the event.

64.4 The Contractor shall not be entitled to compensation to the


extent that the Employer’s interests are adversely affected by
the Contractor not having given early warning or not having
cooperated with the Engineer.

65. Change in 65.1 Unless otherwise specified in the Contract, if between the
Laws and date twenty-eight (28) days before the submission of Tenders
Regulations for the Contract and the date of the last Completion
certificate, any law, regulation, ordinance, order or bylaw
having the force of law is enacted, promulgated, abrogated,
or changed in Bangladesh (which shall be deemed to include
any change in interpretation or application by the competent
authorities) that subsequently affects the Completion Date
and/or the Contract Price, then such Completion Date and/or
Contract Price shall be correspondingly increased or
decreased, to the extent that the Contractor has thereby been
affected in the performance of any of its obligations under the
Contract.

65.2 The Engineer shall adjust the Contract Price on the basis
of the change in the amount of taxes, duties, and other levies
payable by the Contractor, provided such changes have not
already been accounted for in the price adjustment as defined
in GCC Clause 64 and/or reflected in the Contract Price.

Tender Document for OFC Network of Info-bahan Project


Page 51 of 147
66. Price 66.1 Prices shall be adjusted for fluctuations in the cost of inputs
Adjustment only if provided for in the PCC. If so provided, the amounts
as certified in each payment certificate, before deducting for
Advance Payment, shall be adjusted by applying the
respective price adjustment factor to the payment amount.
The formula indicated below applies:
P= A + B (Im/Io)
where:
P is the adjustment factor
A and B are coefficients specified in the PCC, representing
the nonadjustable and adjustable portions, respectively, of
the Contract; and
Im is the index prevailing at the end of the month being
invoiced and Io is the index prevailing twenty-eight (28) days
before Tender opening.
The index to be used is as published by the Bangladesh
Bureau of Standards on a month basis.

66.2 If the value of the index is changed after it has been used
in a calculation, the calculation shall be corrected and an
adjustment made in the next payment certificate. The index
value shall be deemed to take account of all changes in cost
due to fluctuations in costs.

67. Retention 67.1 The Employer shall retain from each payment due to the
Contractor the proportion stated in the PCC until completion
of the whole of the Works.

67.2 On completion of the whole of the Works, half the total


amount retained shall be repaid to the Contractor, the
remaining half when the Defects Liability Period has passed
and the Engineer has certified that all Defects notified by the
Engineer to the Contractor before the end of this period have
been corrected.

67.3 On completion of the whole of the Works, the Contractor


may substitute retention money with an unconditional Bank
Guarantee.

68. Liquidated 68.1 The Contractor shall pay liquidated damages to the
Damages Employer at the rate per day stated in the PCC for each day
that the Completion Date is later than the Intended
Completion Date for the works or for any part thereof. In
respect of the value of the delayed works the total amount of
liquidated damages shall not exceed the amount defined in
the PCC. The Employer may deduct liquidated damages
from payments due to the Contractor. Payment of liquidated
damages shall not affect the Contractor’s liabilities.

Tender Document for OFC Network of Info-bahan Project


Page 52 of 147
68.2 If the Intended Completion Date is extended after
liquidated damages have been paid, the Engineer shall
correct any overpayment of liquidated damages by the
Contractor by adjusting the next payment certificate. The
Contractor shall be paid interest on the overpayment,
calculated from the date of payment to the date of repayment,
at the rates specified in GCC Sub-Clause 63.1.

69. Bonus 69.1 The Contractor shall be paid a Bonus calculated at the rate
per calendar day if stated in the PCC for each day (less any
days for which the Contractor is paid for acceleration) that the
Completion is earlier than the Intended Completion Date.
The Engineer shall certify that the Works are complete,
although they may not be due to be complete.

70. Advance 70.1 If so specified in the PCC, the Employer shall make
Payment advance payment to the Contractor in the amounts and by the
dates stated in the PCC against provision by the Contractor of
an Unconditional Bank Guarantee in a form and by a bank
acceptable to the Employer in an amount equal to the
advance payment. The Guarantee shall remain effective until
the advance payment has been repaid, but the amount of the
Guarantee shall be progressively reduced by the amounts
repaid by the Contractor. Interest will not be charged on the
advance payment.

70.2 The Contractor is to use the advance payment only to pay


for Equipment, Plant, Materials, and mobilization expenses
required specifically for execution of the Contract. The
Contractor shall demonstrate that advance payment has
been used in this way by supplying copies of invoices or
other documents to the Engineer.
70.3 The advance payment shall be repaid by deducting
proportionate amounts from payments otherwise due to the
Contractor, following the schedule of completed
percentages of the Works on a payment basis. No account
shall be taken of the advance payment or its repayment in
assessing valuations of work done, Variations, price
adjustments, Compensation Events, Bonuses, or Liquidated
Damages.
71. Performance 71.1 The Employer shall notify the Contractor of any claim made
Security against the Bank issuing the Performance Security.
71.2 The Employer may claim against the security if any of the
following events occurs for fourteen (14) days or more.
(a) The Contractor is in breach of the Contract and the
Employer has notified him that he is; and
(b) The Contractor has not paid an amount due to the
Employer.

Tender Document for OFC Network of Info-bahan Project


Page 53 of 147
71.3 In the event the Contractor is liable to pay compensation
under the Contract amounting to the full value of the
Performance Security or more, the Employer may forfeit the
full amount of the Performance Security.
71.4 If there is no reason to call the Performance Security, the
Performance Security shall be discharged by the Employer
and returned to the Contractor not later than twenty-eight
(28) days following the date of issuance of certificate of
Completion of Works by the Engineer
72. Dayworks 72.1 If applicable, the Dayworks rates in the Contractor’s Tender
shall be used for small additional amounts of work only
when the Engineer has given written instructions in advance
for additional work to be paid for in that way.

72.2 All work to be paid for as Dayworks shall be recorded by the


Contractor on forms approved by the Engineer. Each
completed form shall be verified and signed by the Engineer
within two (2) days of the work being done.

72.3 The Contractor shall be paid for Dayworks subject to


obtaining signed Dayworks forms

73. Cost of 73.1 Loss or damage to the Works or Materials to be


Repairs incorporated in the Works between the Start Date and the
end of the Defects Correction periods shall be remedied by
the Contractor at the Contractor’s cost if the loss or damage
arises from the Contractor’s acts or omissions.

E. Completion of the Contract

74. Completion 74.1 The Contractor shall request the Engineer to issue a
certificate of Completion of the Works, and the Engineer will
do so upon deciding that the work is completed.

75. Taking Over 75.1 The Employer shall take over the Site and the Works within
seven (7) days of the Engineer issuing a Certificate of
Completion.

76. Final Account 76.1 The Contractor shall supply the Engineer with a detailed
account of the total amount that the Contractor considers
payable under the Contract before the end of the Defects
Liability Period. The Engineer shall issue a Defects
Correction Certificate and certify any final payment that is
due to the Contractor within fifty-six (56) days of receiving
the Contractor’s account if it is correct and complete. If it is
not, the Engineer shall issue within fifty-six (56) days a
schedule that states the scope of the corrections or
additions that are necessary. If the Final Account is still
Tender Document for OFC Network of Info-bahan Project
Page 54 of 147
unsatisfactory after it has been resubmitted, the Engineer
shall decide on the amount payable to the Contractor and
issue a payment certificate.

77. As-built 77.1 If “As Built” Drawings and/or operating and maintenance
Drawings and manuals are required, the Contractor shall supply them by
Manuals the dates stated in the PCC.

77.2 If the Contractor does not supply the Drawings and/or


manuals by the dates stated in the PCC, or they do not
receive the Engineer’s approval, the Engineer shall withhold
the amount stated in the PCC from payments due to the
Contractor.

F. Termination and Settlement of Disputes

78. Termination 78.1 Termination for Default


(a) The Employer or the Contractor, without prejudice to
any other remedy for breach of Contract, by giving
twenty eight (28) days written notice of default to the
other party, may terminate the Contract in whole or in
part if the other party causes a fundamental breach of
Contract
(b) Fundamental breaches of the Contract shall include, but
shall not be limited to, the following:
(i) the Contractor stops work for twenty-eight (28)
days when no stoppage of work is shown on the
current Programme and the stoppage has not been
authorized by the Engineer;
(ii) the Engineer instructs the Contractor to delay the
progress of the Works, and the instruction is not
withdrawn within twenty-eight (28) days;

Tender Document for OFC Network of Info-bahan Project


Page 55 of 147
(iii) the Engineer gives Notice that failure to correct a
particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it
within a reasonable period of time determined by
the Engineer;
(iv) the Contractor does not maintain a Security,
which is required;
(v) the Contractor has delayed the completion of the
Works by the number of days for which the
maximum amount of liquidated damages can be
paid, as defined in the PCC;
(vi) the Contractor, in the judgment of the Employer
has engaged in corrupt or fraudulent practices,
as defined in GCC Clause 3, in competing for or
in executing the Contract; and
78.2 A payment certified by the Engineer is not paid by the
Employer to the Contractor within eighty-four (84) days of the
date of the Engineer’s certificate;

78.3 Termination for Insolvency.


(a) The Employer and the Contractor may at any time
terminate the Contract by giving notice to the other
party if either of the party becomes bankrupt or
otherwise insolvent. In such event, termination will
be without compensation to any party, provided that
such termination will not prejudice or affect any right
of action or remedy that has accrued or will accrue
thereafter to the other party.

78.4 Termination for Convenience.


(c) The Employer, by notice sent to the Contractor, may
terminate the Contract, in whole or in part, at any time
for its convenience. The notice of termination shall
specify that termination is for the Employer’s
convenience, the extent to which performance of the
Contractor under the Contract is terminated, and the
date upon which such termination becomes effective.

Tender Document for OFC Network of Info-bahan Project


Page 56 of 147
78.5 In the event the Employer terminates the Contract in whole or
in part, the Employer shall accept the portion of the Works that
are complete and ready for handing over after the
Contractor’s receipt of notice of termination at the Contract.
For the remaining portion of the Works, the Employer may
elect:
(a) to have any portion completed by the Contractor at the
Contract terms and prices; and /or
(b) to cancel the remainder and pay to the Contractor an
agreed amount for partially completed Works and for
materials and parts previously procured by the
Contractor, or

(c) except in the case of termination for convenience as


defined in GCC Sub-Clause 78.3, engage another
Contractor to complete the Works, and in that case
the Contractor shall be liable to the Employer for any
cost that may be incurred in excess of the sum that
would have been paid to the Contractor, if the work
would have been executed and completed by him.
If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site
as soon as is reasonably possible.

79. Payment upon 79.1 If the Contract is terminated because of a fundamental


Termination breach of Contract by the Contractor, the Engineer shall
issue a certificate for the value of the work done and Plant
and Materials ordered less advance payments received up
to the date of the issue of the certificate and less the
percentage to apply to the value of the work not completed,
as indicated in the PCC. Additional Liquidated Damages
shall not apply. If the total amount due to the Employer
exceeds any payment due to the Contractor, the difference
shall be a debt payable to the Employer.

79.2 If the Contract is terminated for the Employer’s convenience


or because of a fundamental breach of Contract by the
Employer, the Engineer shall issue a certificate for the value
of the work done, Materials ordered, the reasonable cost of
removal of Equipment, repatriation of the Contractor’s
foreign personnel employed solely on the Works and
recruited specifically for the Works, and the Contractor’s
costs of protecting and securing the Works, and less
advance payments received up to the date of the certificate.

80. Property 80.1 All Materials on the Site, Plant, Equipment, Temporary
Works, and Works shall be deemed to be the property of
the Employer if the Contract is terminated because of the
Contractor’s default.

Tender Document for OFC Network of Info-bahan Project


Page 57 of 147
81. Frustration 81.1 If the Contract is frustrated by the occurrence of a situation
of Force Majeure as defined in GCC Clause 41, the
Engineer shall certify that the Contract has been frustrated.
The Contractor shall make the Site safe and stop work as
quickly as possible after receiving this certificate and shall
be paid for all work carried out before receiving it and for
any work carried out afterwards to which a commitment was
made

82. Settlement of 82.1 Amicable Settlement


Disputes (a) The Employer and the Contractor shall use their best
efforts to settle amicably all disputes arising out of or in
connection with this Contract or its interpretation.

82.2 Adjudication
(a) If the Contractor believes that a decision taken by the
Engineer was either outside the authority given to the
Engineer by the Contract or that the decision was
wrongly taken, the decision shall be refereed to the
Adjudicator within fourteen (14) days of notification of
the Engineer’s decision in writing.
(b) The Adjudicator named in the PCC is jointly appointed
by the parties. In case of disagreement between the
parties, the Appointing Authority designated in the PCC
shall appoint the Adjudicator within fourteen (14) days of
receipt of a request from either party.
(c) The Adjudicator shall give its decision in writing to both
parties within twenty-eight (28) days of a dispute being
referred to it.
(d) The Contractor shall make all payments (fees and
reimbursable expenses) to the Adjudicator, and the
Employer shall reimburse half of these fees through the
regular progress payments.
(e) Should the Adjudicator resign or die, or should the
Employer and the Contractor agree that the Adjudicator
is not functioning in accordance with the provisions of
the Contract; a new Adjudicator will be jointly appointed
by the Employer and the Contractor. In case of
disagreement between the Employer and the Contractor
the Adjudicator shall be designated by the Appointing
Authority designated in the PCC at the request of either
party, within fourteen (14) days of receipt of a request
from either party.

Tender Document for OFC Network of Info-bahan Project


Page 58 of 147
82.3 Arbitration
(a) If the Parties are unable to reach a settlement as per
GCC Clause 82.1(a) within twenty-eight (28) days of
the first written correspondence on the matter of
disagreement, then either Party may give notice to the
other party of its intention to commence arbitration in
accordance with GCC Sub-Clause 82.3(b).
(b) The arbitration shall be conducted in accordance with
the Arbitration Act (Act No 1 of 2001) of Bangladesh as
at present in force and in the place shown in the PCC.

Tender Document for OFC Network of Info-bahan Project


Page 59 of 147
Section 4. Particular Conditions of Contract+

GCC Amendments of, and Supplements to, Clauses in the General


Clause Conditions of Contract

GCC 1.1(h) The Contractor is :


or [Name, address, and name of authorized representative].
GCC 1.1(o) The Defect Liability Period: 12 (Twelve) months.

The Employer is;


GCC 1.1(q)
Managing Director
Bangladesh Telecommunications Company Limited
Represented by:
Director (Procurement)
Sher-e-Bangla Nagar Telephone Exchange Annex. Bldg.
BTCL, Sher-e-Bangla Nagar, Dhaka.
GCC 1.1(r) The Engineer is :
Divisional Engineer
Microwave Maintenance Division-1
BTCL, Ramna, Dhaka.
or
Any other person(s) designated so by the above mentioned officer.
GCC 1.1(w) The Intended Completion Date for the whole of the Works shall be 3
(three) months from the date of signing the Contract.

GCC The Sites, located at Chuadanga district in Bangladesh and are


1.1(ab) defined in drawings No: 9.1.

GCC The Start Date will be the date of signing of the Contract.
1.1(ae)
GCC 1.1(ai) The Works consist of the items as described in Section:6 “ Bill of
Quantities” of this document.
GCC 4.5 The date of successful completion of PAC for any site shall be
considered as the completion date of that site.
GCC 5.1(i) The following documents also form part of the Contract:
16.1 Schedule of Other Contractors
24.1 The Schedule of Key Personnel
27.1 Site Investigation Reports and also finalised BoQ &
Memorandum of understanding (MOU).

GCC 6.1 Contractors that are a national of, or registered in, the following
countries are not eligible: Israel

Tender Document for OFC Network of Info-bahan Project


Page 60 of 149
GCC 6.2 Materials/equipment/plant shall not be supplied from the following as
country of origin: Israel

GCC 12.1 The Employer’s address for the purpose of communications under
this Contract is :
Divisional Engineer
Microwave Maintenance Division-1
BTCL, Ramna, Dhaka.

GCC 27.1 OFC drawing of each of the sites will be available at the Divisional
Engineer’s office mentioned above.

GCC 28.1 The Divisional Engineer shall provide OFC drawings & possession
for all the sites within 10 ( ten) days from the date of signing the
Contract.

GCC 38.1 The minimum insurance cover shall be:

(a) The maximum deductible for insurance of the Works and of


Plant and Materials is Taka zero.

(b) The minimum cover for insurance of the Works and of Plant and
Materials in respect of the Contractor’s faulty design is Nil.

(c) The maximum deductible for insurance of Equipment is Nil. .

(d) The minimum cover for loss or damage to Equipment is Nil .

(e) The maximum deductible for insurance of other property is Tk


Zero.

(f) The minimum cover for insurance of other property is zero..

(g) The minimum cover for personal injury or death insurance:


(i) for the Contractor’s employees is as per the law and
common practice in Bangladesh (The amount is not less than
taka 1.00 Lakh.
(ii) and for third parties is as per the law and common practice
in Bangladesh (The amount is not less than 1.0 Lakh).

Tender Document for OFC Network of Info-bahan Project


Page 61 of 149
GCC 43.1 The Contractor shall submit a Programme for the Works within 07
(seven) days of signing the Contract.
GCC 43.2 The period between Programme updates is 15 days.

GCC 43.3 The amount to be withheld for late submission of an updated


Programme is 0.01% of the Contract price per day.

GCC 55.1 The Defects Liability Period is twelve (12) months.

GCC 66.1 The Contract is not subject to price adjustment.

GCC 67.1 The proportion of payments shall be retained as security deposit.


10% of each payment shall be retained as security deposit. It
may be repaid to the Contractor after issuing FAC (Final
Acceptance Certificate).

GCC 68.1 The liquidated damages for the whole of the Works are 0.05% of the
Damage of final Contract Price per day.
any org.
utility or The maximum amount of liquidated damages for the whole of the
others Works is 10% of the final Contract Price.

GCC 70.1 No advance payment will be made.

GCC 77.1 The date by which “as-built” drawings are required is 15 days before
PAT.

The date by which operating and maintenance manuals, test reports


and line information sheet are required is at the date of PAT.

GCC 77.2 The amount to be withheld for failing to produce “as-built” drawings
and/or operating and maintenance manuals, test reports, line
information sheet by the date required is taka 10.00 lakh.

GCC 79.1 The percentage to apply to the value of the work not completed,
representing the Employer’s additional cost for completing the
Works, is 10% of the Contract value.

GCC 82.2(b) The Adjudicator jointly appointed by the parties:


The case will be referred to the Managing Director, BTCL.

GCC 82.3(b) In case of disagreement between the parties:


The case will be referred to the Managing Director, BTCL.

Tender Document for OFC Network of Info-bahan Project


Page 62 of 149
Section 5. Tender and Contract Forms

Form Title

Tender Forms

W–1 Tender Submission Sheet

W–2 Tenderer Information Sheet

W–3 Bank Guarantee for Tender Security

Contract Forms

W–4 Notification of Award

W–5 Contract Agreement

W–6 Bank Guarantee for Performance Security

W–7 Bank Guarantee for Advance Payment

Forms W1 to W3 comprise part of the Tender Format and should be completed as


stated in ITT Clauses 20. 2.

Forms W4 to W7 comprise part of the Contract as stated in GCC Clause 5.

Tender Document for OFC Network of Info-bahan Project


Page 63 of 149
Tender Submission Sheet (Form W-1)

Invitation for Tender No: Date:

Tender Package No:

To:

Name and address of Employer]

We, the undersigned, offer to execute in conformity with the Conditions of Contract
and associated Contract Documents, the following Works and Related Services, viz:

“Name of the Works”

The total price of our Tender is:


Tk:

[insert value in [insert value in Words]


figures)

If applicable under ITT Sub-Clause 23.1, in case we are awarded a Contract for more
than one lot in the package, the discount/cross-discount offered and the methodology
for its application is:

The amount of the advance payment required is [insert percentage] of the Contract
Price.

Our Tender shall be valid for the period stated in the Tender Data Sheet and it shall
remain binding upon us and may be accepted at any time before the expiration of that
period. A Tender Security in the amount stated in the Tender Data Sheet is attached
in the form of a [state pay order, bank draft, bank guarantee] valid for a period of 28
days beyond the Tender validity date.

If our Tender is accepted, we commit to obtaining a Performance Security in the


amount stated in the Tender Data Sheet and valid for a period of 28 days beyond the
date of issue of the Certificate of Completion of Works.

We declare that ourselves, and any SubContractors or Contractors for any part of the
Contract, have nationalities from eligible countries and that the materials, equipment
and related services will also be supplied from eligible countries. We also declare that
the Government of Bangladesh has not declared us, and any Sub-Contractors or
Contractors for any part of the Contract ineligible on charges of engaging in corrupt,
fraudulent, collusive or coercive practices. Furthermore, we are aware of ITT Clause 3
concerning this and pledge not to indulge in such practices in competing for or in
executing the Contract.

Tender Document for OFC Network of Info-bahan Project


Page 64 of 149
We are not participating as Tenderers in more than one Tender in this Tendering
process. We understand that your written Notification of Award shall constitute the
acceptance of our Tender and shall become a binding Contract between us, until a
formal Contract is prepared and executed.

We understand that you are not bound to accept the lowest evaluated Tender or any
other Tender that you may receive.

Signed

In the capacity of:

Duly authorised to sign the Tender on


behalf of the Tenderer.

Tender Document for OFC Network of Info-bahan Project


Page 65 of 149
Tenderer Information Sheet (Form W-2)

Invitation for Tender No: Date


Tender Package No:

A. Individual Tenderers

1. General Information of the Tenderer

1.1 Tenderer’s Legal Name

1.2 Tenderer’s legal address in


Country of Registration
1.3 Tenderer’s legal status

Proprietorship

Partnership (Registered under the


Partnership Act, 1932)
Limited Liability Concern
(Registered under the Companies
Others

1.4 Tenderer’s Year of Registration

1.5 Tenderer’s Authorised


Representative Information
Name

Address

Telephone / Fax Numbers

e-mail address

1.6 Tenderer’s Value Added Tax


Registration Number
1.7 Tenderer’s Income Tax
Identification Number (TIN)
1.9 Tenderer to attach copies of (a) Articles of Incorporation or
following documentation: Registration of firm.
(b) Latest Income Tax Clearance
Certificate
(c) Latest VAT Clearance
Certificate
(d) Original letter naming the
person authorised to sign on behalf

Tender Document for OFC Network of Info-bahan Project


Page 66 of 149
2. Qualification Information of the Tenderer

General and Specific Experience

2.1 Total annual volume of construction work


performed in the last five years
2.2 Work performed as prime Contractor on works of a similar nature and volume
over the last five years. Also list details of work underway or committed,
including expected completion date
Project Name Name of Type of work Value of Contract
Employer and performed and (Lakh Taka)
contact person year of
completion
(a)
(b)
(c)
Information on Equipment

2.3 Major items of Contractor’s Equipment proposed for carrying out the works.
List all information requested below. Refer also to ITT Sub-Clause 15.1
Item of equipment Description, make Condition (new, Owned, leased
and age (years) good, average, (from whom?) or
poor) and to be purchased
quantity available (from whom?)
(a)
(b)
(c)
Personnel Information

2.4 Qualifications and experience of key personnel proposed for administration


and execution of the Contract. Attach biographical data. Refer also to ITT
Sub-Clause 14.1 and GCC Sub-Clause 24.1

Position name Years of Years of


Experience Experience (in
(General) proposed
position)
(a)
(b)
Information on Sub-Contractors
2.5 Proposed Sub-Contractors and firms to be involved. Refer to GCC Clause 15
Section of the Value of the Sub Contractor Experience in
Works SubContract (Name and similar work

Tender Document for OFC Network of Info-bahan Project


Page 67 of 149
(a)
(b)

3. Financial Information of the Tenderer

3.1 Financial reports or balance sheets or profit and loss statements or auditors’
reports or bank references for the past (5 years) with documents or a
combination of these demonstrating availability of liquid assets. List below
and attach copies.
3.2 Evidence of access to financial resources to meet the qualification
requirements, liquid assets, lines of credit, etc. List below and attach copies of
supporting documents.

3.3 Name, address, and telephone, telex, and facsimile numbers of banks that
may provide references if contacted by the Employer

3.4 Information on litigation in which the Tenderer is, or has been, involved:

(a) Any case within the past five years

Cause of Dispute Result of Settlement and amount

(b) Current cases in this financial year

Cause of Dispute Current Position of Case

3.5 Attach the statement as per clause ITT 4.4

Tender Document for OFC Network of Info-bahan Project


Page 68 of 149
B. Individual Members of a Joint Venture

4.1 Each Member of a JVCA shall provide all the information requested in the
form above, Sections 1-3.
4.2 Attach a power of attorney for each of the authorising signatories of the
Tender on behalf of the JVCA.

4.3 Attach the Agreement among all Members of the JVCA (and which is legally
binding on all Members), which shows that:
(a) all Members shall be jointly and severally liable for the execution of
the Contract in accordance with the Contract terms;
(b) one of the Members will be nominated as being in charge,
authorised to incur liabilities, and receive instructions for and on
behalf of any and all Members of the joint venture; and
(c) the execution of the entire Contract, including payment, shall be
done exclusively with the Member in charge
4.4 Attach the statement as per clause ITT 4.4

Tender Document for OFC Network of Info-bahan Project


Page 69 of 149
Bank Guarantee for Tender Security (Form W-3)
[this is the format for the Tender Security to be issued by a scheduled Bank
of Bangladesh in accordance with ITT Clause 31]
Invitation for Tender No: Date:

Tender Package No:


To:
[Name and address of Employer]

TENDER GUARANTEE No:


We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”)
intends to submit to you its Tender dated [date of Tender] (hereinafter called “the
Tender”) for the execution of the Works of [description of works ] under the above
Invitation for Tenders (hereinafter called “the IFT”).
Furthermore, we understand that, according to your conditions tenders must be
supported by a Tender Guarantee.
At the request of the Tenderer, we [name of bank] hereby irrevocably undertake to
pay you, without cavil or argument, any sum or sums not exceeding in total an amount
of Tk [insert amount in figures and words] upon receipt by us of your first written
demand accompanied by a written statement that the Tenderer is in breach of its
obligation(s) under the Tender conditions, because the Tenderer:
19.1 has withdrawn its Tender during the period of Tender validity specified by the
Tenderer in the Form of Tender; or
19.2 does not accept the correction of errors in accordance with the Instructions to
Tenderers ITT of the IFT; or
19.3 having been notified of the acceptance of the Tender by the Employer during
the period of Tender validity, (i) fails or refuses to furnish the Performance
Security in accordance with the ITT, or (ii) fails or refuses to execute the
Contract Form,
This guarantee will expire
20.1 if the Tenderer is the successful Tenderer, upon our receipt of a copy of the
Performance Security and a copy of the Contract signed by the Tenderer as
issued by you; or
20.2 if the Tenderer is not the successful Tenderer, twenty eight days after the
expiration of the Tenderer’s Tender validity period, being [date of expiration of
the Tender].
Consequently, we must receive at the above-mentioned office any demand for payment under
this guarantee on or before that date.

Signature Signature

Notification of Award (Form W-4)

Tender Document for OFC Network of Info-bahan Project


Page 70 of 149
Contract No: Date:
To:

[Name of Contractor]

This is to notify you that your Tender dated [insert date] for the execution of the Works
for [name of project/Contract] for the Contract Price of Tk [amount in figures and in
words], as corrected and modified in accordance with the Instructions to Tenderers is
hereby accepted by [name of Employer].

You are requested to proceed with the execution of the Works on the basis that this
Notification of Award shall constitute the formation of a Contract, which shall become
binding upon you furnishing a Performance Security within fourteen (14) days, in
accordance with ITT Clause 53, and signing the Contract Agreement within twenty-
one (21) days, in accordance with ITT Clause 54.

We attach the Contract Agreement and Particular Conditions of Contract for your
perusal and signature.

Signed

Duly authorised to sign for and on


behalf of [name of Procuring Entity

Date:

Tender Document for OFC Network of Info-bahan Project


Page 71 of 149
Contract Agreement (Form W-5)
THIS AGREEMENT made the [day] day of [month] [year] between [name and address
of Employer] (hereinafter called “the Employer”) of the one part and [name and
address of Contractor] (hereinafter called “the Contractor”) of the other part:

WHEREAS the Employer invited Tenders for certain works, viz, [brief description of
works] and has accepted a Tender by the Contractor for the execution of those works
in the sum of Taka [Contract price in figures and in words] (hereinafter called “the
Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of Contract hereafter
referred to.

2. The documents forming the Contract shall be interpreted in the following order
of priority:
a. the signed Contract Agreement;
b. the letter of Notification of Award
c. the completed Tender Submission Sheet as submitted by the Tenderer;
d. the priced Bill of Quantities as submitted by the Tenderer;
e. the Particular Conditions of Contract;
f. the General Conditions of Contract;
g. the Particular and General Specifications;
h. the Drawings, and;
i. any other document listed in the PCC as forming part of the Contract.

3. In consideration of the payments to be made by the Employer to the Contractor


as hereinafter mentioned, the Contractor hereby covenants with the Employer
to execute and complete the works and to remedy any defects therein in
conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the works and the remedying of defects 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.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of Bangladesh on the day, month and year first written
above.

For the Employer: For the Contractor:


Tender Document for OFC Network of Info-bahan Project
Page 72 of 149
Signature

Print Name

Title

In the presence of Name

Address

Tender Document for OFC Network of Info-bahan Project


Page 73 of 149
Bank Guarantee for Performance Security (Form W-6)

[this is the format for the Performance Security to be issued by a scheduled bank
of Bangladesh in accordance with ITT Clause 53]

Contract No: Date:

To:

[Name and address of Employer]

PERFORMANCE GUARANTEE No:

We have been informed that [name of Contractor] (hereinafter called “the Contractor”)
has undertaken, pursuant to Contract No [reference number of Contract] dated [date
of Contract] (hereinafter called “the Contract”), the execution of works [description of
works] under the Contract.

Furthermore, we understand that, according to your conditions, Contracts must be


supported by a performance guarantee.

At the request of the Contractor, we [name of bank] hereby irrevocably undertake to


pay you, without cavil or argument, any sum or sums not exceeding in total an amount
of Tk [insert amount in figures and in words] upon receipt by us of your first written
demand accompanied by a written statement that the Contractor is in breach of its
obligation(s) under the Contract conditions, without you needing to prove or show
grounds or reasons for your demand of the sum specified therein.

This guarantee is valid until [date of validity of guarantee], consequently, we must


receive at the above-mentioned office any demand for payment under this guarantee
on or before that date.

Signature Signature

Tender Document for OFC Network of Info-bahan Project


Page 74 of 149
Bank Guarantee for Advance Payment (Form W-7)

[Not Applicable]

[this is the format for the Advance Payment Guarantee to be issued by a scheduled
bank of Bangladesh in accordance with PCC Clause 70]

Contract No: Date:

To:

[Name and address of Employer]

ADVANCE PAYMENT GUARANTEE No:

We have been informed that [name of Contractor] (hereinafter called “the Contractor”)
has undertaken, pursuant to Contract No [reference number of Contract] dated [date
of Contract] (hereinafter called “the Contract”), the execution of works [description of
works] under the Contract.

Furthermore, we understand that, according to your conditions, Advance Payments


must be supported by a bank guarantee.

At the request of the Contractor, we [name of bank] hereby irrevocably undertake to


pay you, without cavil or argument, any sum or sums not exceeding in total an amount
of Tk [insert amount in figures and in words] upon receipt by us of your first written
demand accompanied by a written statement that the Contractor is in breach of its
obligation(s) under the Contract conditions, without you needing to prove or show
grounds or reasons for your demand of the sum specified therein.

We further agree that no change, addition or other modification of the terms of the
Contract to be performed, or of any of the Contract documents which may be made
between the Employer and the Contractor, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change,
addition or modification.

This guarantee is valid until [date of validity of guarantee], consequently, we must


receive at the above-mentioned office any demand for payment under this guarantee
on or before that date.

Signature Signature

Tender Document for OFC Network of Info-bahan Project


Page 75 of 149
Section-6: Bill of Quantities
For Optical Fibre Cable Networks in Chuadanga- Darshana Route.

(Schedule for Quotation of Rates)

[The Contractor must submit rates for Materials & Services separately as per Summery Price
of this Tender Document ]

(Contractor can expand this form as per necessity)

List of BoQ for OFC (Civil)

■ Chaudanga - Darshana
       
Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)
           
A Underground Conduit Material        
110mmPVC Conduit Route 2-way with Sand & Concrete Slab, spacer,
1 Metre 0  
protection etc. in kacha and semi-pacca road (UC-P-V2-S/HS)

110mmPVC Conduit Route 2-way with Sand & Concrete Slab, spacer,
2 Metre 1,110  
protection etc. in pacca road (UC-P-V2-M)
40mm HDPE Pipe conduit(included pulling string) with Sand & Bricks
3 Metre 23,945  
Protection in kacha and semi-pacca road (UC-H-V1-S/HS)

40mm HDPE Pipe conduit(included pulling string) with Sand & Bricks
4 Metre 0  
Protection in pacca road (UC-H-V1-M)

5 40mm HDPE (with pulling string) 1-way Sub-Duct (UC-SD1-C) Metre 357  
6 40mm HDPE (with pulling string) 3-way Sub-Duct (UC-SD3-C) Metre 1,452  

Tender Document for OFC Network of Info-bahan Project


Page 76 of 149
7 Cable Route Warning Tape (UC-T) Metre 25,273  
120mm DWC 1-way Culvert crossing attachment with concrete
8 Metre 55  
encasement (UC-CC-V1)
120mm DWC 1-way Bridge crossing attachment with concrete
9 Metre 0  
encasement (UC-B-V1)
120mm DWC 1-way Bridge crossing attachment Clamp Steel
10 Metre 17  
(UC-B-V1)
120mm DWC 1-way Bridge crossing attachment through Foot Path
11 Metre 0  
Slab (UC-B-V1)
120mm DWC 2-way Bridge crossing attachment with concrete
12 Metre 0  
encasement (UC-B-V4)
120mm DWC 2-way Culvert Crossing attachment with concrete
13 Metre 4  
encasement(UC-CC-V2)
14 110mm GI 1-way Boring road /Rail crossing (UC-CB-1) Metre 67  
15 110mm GI 4-way Boring road /Rail crossing (UC-CB-4) Metre 0  
110mm GI 1-way Horizontal Directional Drilling (HDD) for crossing
16 Metre 0  
road /Rail way (UC-CB-1)
110 GI 2-way Horizontal Directional Drilling (HDD) for crossing road
17 Metre 0  
/Rail way (UC-CB-4)
18 110mm PVC 1-way Road/Big tree/Fuel Pump Crossing (UC-P-V1-C) Metre 218  
19 110mm PVC 2-way Road/Big tree/Fuel Pump Crossing (UC-P-V2-C) Metre 0  
  Sub-Total Underground Conduit Materials (A1-A21)      
         
B Manhole Material      
1 S-1 Type Manhole Complete (MH-S1) Each 6  
2 Manhole Cover with attachment (MH-CA) Each 6  
3 Manhole racks & accessories (MH-RA) (ONE SIDE) Set 6  
4 Ground rods Each 6  
  Sub-Total for Manhole Material (B1-B4)      
         
Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)
C Hand-hole Material      
1 Hand-hole Complete (HH-H1) Each 20  
2 Hand-hole Cover with attachments (HH-CA) Each 20  
3 Concrete Marker Post Each 20  
Tender Document for OFC Network of Info-bahan Project
Page 77 of 149
4 Ground rods Each 20  
5 Hand-hole racks & accessories (MH-RA) (ONE SIDE) Set 20  
  Sub- Total for Hand-hole Material (C1-C5)      
         
  Total Amount for Material (A+B+C)      

Tender Document for OFC Network of Info-bahan Project


Page 78 of 149
List of BoQ for OFC (Civil)
■ Magura EX ~ Barisal EX
       

Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)

           
D Underground Conduit Service Work        
110mmPVC Conduit Route 2-way with Sand & Concrete Slab,spacer,
1 Metre 0  
protection etc. in kacha road (UC-P-V2-S)
110mmPVC conduit Route 2-way with Sand & Concrete Slab,spacer,
2 Metre 0  
protection etc. in semi-pacca (hard sole) road (UC-P-V2-HS)
110mmPVC Conduit Route 2-way with Sand & Concrete Slab,spacer,
3 Metre 1,110  
protection etc. in pacca road (UC-P-V2-M)
40mm HDPE Pipe conduit(included pulling string) with Sand & Bricks
4 Metre 23,945  
Protection in kacha road (UC-H-V1-S)
40mm HDPE Pipe conduit(included pulling string) with Sand & Bricks
5 Metre 0  
Protection in semi-pacca (hard sole) road (UC-H-V1-HS)
40mm HDPE Pipe conduit(included pulling string) with Sand & Bricks
6 Metre 0  
Protection in pacca road (UC-H-V1-M)
7 40mm HDPE (with pulling string) 1-way Sub-Duct (UC-SD1-C) Metre 357  
8 40mm HDPE (with pulling string) 3-way Sub-Duct (UC-SD3-C) Metre 1,452  
120mm DWC 1-way Culvert crossing attachment with concrete
9 Metre 55  
encasement (UC-CC-V1)
120mm DWC 1-way Bridge crossing attachment with concrete
10 Metre 0  
encasement (UC-B-V1)
11 120mm DWC 1-way Bridge crossing attachment Clamp Steel (UC-B-V1) Metre 17  
Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)

Tender Document for OFC Network of Info-bahan Project


Page 79 of 149
120mm DWC 1-way Bridge crossing attachment through Foot Path
12 Metre 0  
Slab (UC-B-V1)
120mm DWC 2-way Bridge crossing attachment with concrete
13 Metre 0  
encasement (UC-B-V2)
120mm DWC 2-way Culvert Crossing attachment with concrete
14 Metre 4  
encasement(UC-CC-V2)
15 110mm GI 1-way Boring road /Rail crossing (UC-CB-1) Metre 67  
16 110mm GI 2-way Boring road /Rail crossing (UC-CB-2) Metre 0  
110mm GI 1-way Horizontal Directional Drilling (HDD) for crossing
17 Metre 0  
road /Rail way (UC-CB-1)
110 GI 2-way Horizontal Directional Drilling (HDD) for crossing road
8 Metre 0  
/Rail way (UC-CB-2)
19 110mm PVC 1-way Road/Big tree/Fuel Pump Crossing (UC-P-V1-C) Metre 218  
20 110mm PVC 2-way Road/Big tree/Fuel Pump Crossing (UC-P-V2-C) Metre 0  
  Sub-Total Underground Conduit Service (D1-D20)      
         
E Manhole Service Work      
S-1 type manhole complete Excavation. Construction of S1 Type
manhole reinforced concrete complete with all civil construction
1 Each 6  
materials,Manhole sides and necessary back filling with excavated soil.
Including neck making, fixing of hardware(I.e. Cable rack
2 Manhole Cover with Attachment (MH-CA) Each 6  
3 Manhole Racks & Accessories (MH-RA) Set 6  
4 Ground rods Each 6  
  Sub-Total for Manhole Service (E1-E4)      
         

Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)
F Hand-hole Service      

Tender Document for OFC Network of Info-bahan Project


Page 80 of 149
Handhole complete Excavation and Construction of reinforced concrete
Handhole complete with all civil construction materials, Including fixing
1 Each 20  
of Bellmouth,Earthing,Handhole sides and necessary back filling with
excavated soil, (HH-H1)
2 Hand-hole Cover with Attachments (HH-CA) Each 20  
3 Hand-hole Racks & Accessories (MH-RA) Set 20  
4 Concrete Marker Post Each 20  
5 Ground rods Each 20  
  Sub- Total for Hand-hole Service (F1-F5)      
 G Testing for Duct      
 1 Sub-Total for Duct route testing section  2  
  Total Amount For Service (D+E+F+G)      

Tender Document for OFC Network of Info-bahan Project


Page 81 of 149
List of BoQ for OFC(Cable)
■ Magura EX ~ Barisal EX
       
Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)

Materails for Cable Work


A Optical Fibre cable Material        
1 12 -Fibre OFC in Conduit (OC-C12) meter 0  
2 24 -Fibre OFC in Conduit (OC-C24) meter 26,000  
3 48 -Fibre OFC in Conduit (OC-C48) meter 0  
4 12 -Fibre OFC in Building , Conduit (OC-B12) meter 0  
5 24 -Fibre OFC in Building , Conduit (OC-B24) meter 0  
6 48 -Fibre OFC in Building , Conduit (OC-B48) meter 0  
  Sub-Total for OFC (A1-A6)      
         
B OFC Accessory Equipment Material      
1 12-Fibre Optical Distribution Frame (OC-ODF12) each 0  
2 24-Fibre Optical Distribution Frame (OC-ODF24) each 2  
3 48-Fibre Optical Distribution Frame (OC-ODF48) each 0  
4 24-Fibre Optical Joint Closure (OC-CJ24) each 16  
0
5 48-Fibre Optical Joint Closure (OC-CJ48) each  

Unit
Sl. Name of Item Unit Quantity Total(Tk)
Price(Tk)
6 Racking Structure for MSU/RSU including cable tray each 2  

Tender Document for OFC Network of Info-bahan Project


Page 82 of 149
(CR-MS/RS) (10m)
Single mode Optical Pig Tail, 3 metre (OC-P3)_adapter
7 each 48  
(FC-PC) 1way
  Sub-Total for OFC Accessories (B1-B11)      
         
C Documentation      
1 As-built diagram of the Optical Fiber Cable Network set  2  
  Sub Total Documentation (C1)      
         
  Total Amount for Materials (A+B+C)      

List of BoQ for OFC(Cable) Lot-1


■ Magura EX ~ Barisal EX
       

Tender Document for OFC Network of Info-bahan Project


Page 83 of 149
Unit
Sl. Name of Item Unit Quantity Price Total (Tk.)
(Tk)

Service for Cable Work

D Optical Fibre Cable Service        


1 12 -Fibre OFC in Conduit (OC-C12) meter 0  
2 24 -Fibre OFC in Conduit (OC-C24) meter 26,000  
3 48 -Fibre OFC in Conduit (OC-C48) meter 0  
4 12 -Fibre OFC in Building , Conduit (OC-B12) meter 0  
5 24 -Fibre OFC in Building , Conduit (OC-B24) meter 0  
6 48 -Fibre OFC in Building , Conduit (OC-B48) meter 0  
  Sub-Total for OFC (D1-D6)      
         
E OFC Accessory Equipment Service      
12-Fibre Optical Distribution Frame installation &
1 each 0  
OFC termination (OC-ODF12)
24-Fibre Optical Distribution Frame installation &
2 each 2  
OFC termination (OC-ODF24)
48-Fibre Optical Distribution Frame installation &
3 each 0  
OFC termination (OC-ODF48)
4 24-Fibre Optical Joint Closure (OC-CJ24) each 16  
5 48-Fibre Optical Joint Closure (OC-CJ48) each 0  

Unit
Sl. Name of Item Unit Quantity Total (Tk.)
Price (Tk)
Racking Structure Installation MSU/RSU including
6 cable tray each 2  
(CR-MS/RS) (10m)
Single mode Optical Pig Tail, 3 metre
7 each 48  
(OC-P3)_adapter (FC-PC) 1way
  Sub-Total for OFC Accessories (E1-E11)      

Tender Document for OFC Network of Info-bahan Project


Page 84 of 149
         
F Testing for OFC and Accessories      
1 Testing for OFC and Accessories section 2  
  Sub -Total Testing for OFC and Accessories (F1)      
  Total Amount for Service (D+E+F)      

Tender Document for OFC Network of Info-bahan Project


Page 85 of 149
Summary Price for The Tender
Chuadanga ~ Darshana (OFC Route)
Total Amount (Tk)
 
 
Civil Work (Material)  
Civil Work (Service)  
Sub Total (Civil)  
 
 
 
Cable Work (Material)  
Cable Work (Service)  
Sub Total (Cable)  
   
Grand Total (Civil + Cable)  

In figure Taka;
In word Taka :

Tender Document for OFC Network of Info-bahan Project


Page 86 of 149
 Note1: Quotation of Rate shall include all duties, VAT & Taxes Paid/Payable if contract is awarded.
 Note2: Rate shall include all expenditure for Factory Acceptance Test .
 Note3: During work order, the Employer shall reserve the right to delete
any component.
 Note4: Quantity for any item may vary during award of the Contract.
 Note5: Tenderer has to quote for all the items of the BOQ irrespective of
quantities
 Note 6: The Contractor shall be liable for any loss or damage made to any third party during implementation of the
works and for this purpose he/they will take necessary measures such as Insurance etc.
 Note 7: Contractor shall also be liable for any loss or damage made to BTCL property including the goods and materials
to be provided by BTCL for implementation of the works.

Tender Document for OFC Network of Info-bahan Project


Page 87 of 149
Section 7
General Specifications

For Optical Fiber Cable and Out Site Plant (OSP) works

7.1. Scope of Works:

Bangladesh Telecommunications Company Limited (BTCL) and BSNL India Contracted


to replace old Chudanga- Krishna Nagar Microwave Link with optical fiber link. For this
purpose it is needed to lay optical fiber cable from Chuadanga, Bangladesh to Krishna
Nagar, India. Hence, BTCL intends to lay Optic fiber cable from Chuadanga to
Darshana. The scopes of works under this tender are SUPPLY, INSTALLATION, TESTING
AND COMMISSIONING OF OPTICAL FIBRE CABLE NETWORKS FOR CHUDANGA- DARSHANA
ROUTE. For this purpose, this Tender proposes to procure the following works, major
goods and related services under the scope of this procurement are summarized
below:

Classification Scope Remark


Laying of under Chudanga- Darshana Technical
ground OFC Qty.: As mentioned in the BoQ Specifications and
quantity are as per
this tender document

Construction of PVC & Chudanga- Darshana - do -


HDPE duct including Qty.: As mentioned in the BoQ
Supply of HDPE DUCT,
GI pipes, PVC pipes
etc
Supply of underground Chudanga- Darshana - do -
type OFC (24c OFC ) Qty.: As mentioned in the BoQ
for the network.
Supply and Installation Chudanga- Darshana - do -
of Joint Closure, 3-m Qty.: As mentioned in the BoQ
pig tail & ODF for the
networks.
Construction of Manhole= 6 Nos. - do -
Manhole
Construction of Handhole= 20 Nos. - do -
Handhole
No. of hopes to be Chudanga – Darshana - do -
constructed of the One hop
optical network.

Tender Document for OFC Network of Info-bahan Project


Page 88 of 149
Classification Scope Remark
Transportation All the related goods to be used in this - do -
works shall be transported to the sites by
the contractor at his own cost and risk.
Testing and Handover Factory testing (for HDPE, - do -
OFC)/Laboratory Testing.
Provisional Acceptance Test (PAT) of
the optical network as per
specifications
After completion of PAT the work will
be handed over to BTCL

7.2 REQUIREMENTS OF UNDERGROUND OPTIC FIBER CABLE RELATED ACCESSORIES

TECHNICAL REQUIREMENT OF OPTICAL FIBER

The OF cable will be standard single mode type (G.652D) and suitable for both duct as
well as direct buried installation. The fiber should be suitable for 155 Mbit/s, 622 Mbit/s,
2.5/10 Gbit/s, 10 Gbit/s Transmission at 1310nm and 1550 nm wave lengths.

7.2.1 The Optical Fiber dimensional and transmission characteristics as well as Test
methods should comply with latest version of ITU – T Recommendation G.652D.

7.3 OPTICAL FIBER CHARACTERISTICS

1. The Optical fiber shall confirm to the latest relevant ITU-Recommendations and the
requirements as specified in this document.

2. The Fiber shall comply with the design data given in ITU- Recommendation G.652D.

Any disagreement of clauses 7.3.1-7.3.2 will be treated as “Critical deviation” for each of
such disagreement.

7.4 Optical Fiber Structure

Item Construction
Type Single Mode
Core Germanium doped Silica
Cladding Silica
Material
Dual Layers of UV-cured Acrylate, Color
Coating
coded

Tender Document for OFC Network of Info-bahan Project


Page 89 of 149
Item Construction
9.2  0.4 m for 1310 nm
Mode Field Diameter
10.4  0.8 m for 1550 nm
Cladding Diameter 125  1 m
Coating Diameter 242  10 m
Coating – Cladding Concentricity < 12.0 m
Concentricity Error  1.0m
Non circularity of Cladding 2%
Curl radius ≥4m
Fiber Cut-off Wavelength (c) ≥ 1180  1330 nm
Cable Cut-off Wavelength (cc)  1260 nm
Zero Dispersion Wavelength 1300 – 1322 nm
Zero Dispersion Slope  0.095 ps/(nm2 x km)
 3.5 ps/(nm x km) 1310 nm
Dispersion Coefficient
 18 ps/(nm x km) 1550 nm
< 0.36 dB/Km at 1310nm
Attenuation
< 0.22 dB/Km at 1550 nm
Refractive Index Profile Matched Cladding Step Index

Any disagreement of each sub-clause of clause-7.4 will be treated as “Major deviation”.

7.5 Optical Fiber Cable Structure

Optical Fiber cables to be proposed by the bidder for this bid are of 24 core meeting
following specifications.

For double sheath single armored cable (direct buried application)


Item Construction
Jelly field, loose tube, Single Armored, Duct
Type type/direct buried, double Sheath with FRP strength
member
Strength Member Fibre Reinforced Plastic (FRP)
Color Coded Loose Buffer Tubes stranded around
the strength member. The tubes to be filled with
Buffer Tubes
Thixotropic Jelly and necessary plastic fillers to
have circular cable core
Core Wrapping Non Hygroscopic Tape
Core Filling Material Petroleum Jelly
Inner Sheath Material Black Polyethylene
Material Thickness 1.00  0.10 mm
Corrugated steel tape or tube, copolymer coated on
Material
both sides
Armoring
Thickness Minimum 0.10 mm
Application Overlapping
Material Black Polyethylene
Outer Sheath
Thickness 2.00  0.20 mm
Tender Document for OFC Network of Info-bahan Project
Page 90 of 149
Item Construction
≤17 mm for 24 core
Cable Diameter
Maximum Permissible Tensile
> 2000 Newton
Force
Minimum Permissible Dynamic : 25 x Diameter
Bending Radius Static (Unloaded): 12.5 x Diameter
Permissible Compressive
3000 Newton / 100 mm
Stress
Number of fibre per Buffer
04/06
Tube
Number of Buffer Tubes As per requirement
Minimum 2 Km with a lower level variation 10%
Cable Length in Drum
for all types of OFC.
Length Marking: at intervals of every odd meter
Cable Marking Number of Fibers in the Cable, running length,
Year of manufacture & Name of Manufacturer

Any disagreement/deviation from the sub-head “Type” under item head of the clause-
7.5 shall be treated as “Change of Substance”. Any disagreement/deviation from the
specifications of the items Strength member, Inner sheath thickness, Outer sheath
thickness and armoring thickness of the clause-7.5 shall be treated as “Critical
Deviation”. And any disagreement/ deviation from the specifications of the items
other than above of the clause-7.5 shall be considered as “Major Deviation”.

7.6 FIBER IDENTIFICATION

Each fiber shall be identified by providing suitable individual colors having good fact
color properties. Colorless fibers shall not be accepted.

Any disagreement will be considered as “Critical Deviation”.

7.7 FIBER STRANDING

A number of protected optical fiber shall be stranded together in such a way that, if
the mechanical and temperature limits are exceeded during transportation, Storage,
handling, installation and operation the fibers will remain undamaged.

7.8 LONGITUDINAL WATER PENETRATION.

1. The space around the fibers and fillers shall be completely filled with jelly/grease
throughout the cable length.

Tender Document for OFC Network of Info-bahan Project


Page 91 of 149
2. The jelly/grease characteristics will be quoted by the Bidder, which must be compatible
with the cable components.

3. The jelly/grease shall not affect the color of the primary coating, easily removed and
shall be non-toxic, free from bad smelt and shall not affect the human skin.

4. The jelly/grease shall comply with the standard test procedure/ requirement.

5. Cross wounded core binding yarns will be applied during the stranding of the cable
core and Cable core will be wrapped with a non-hygroscopic core wrapping tape
helically/longitudally with minimum 10 % overlap.

7.9 DELIVERY AND CABLE IDENTIFICATION

1. Cable identification mark along the length of the cable and distance marking shall be
provided in meters.

2. Cables will be delivered in wooden/steel/plastic Drums of appropriate size.

3. Cable Ends will be sealed to prevent the entrance of moisture.

4. Drums will be marked to indicate the rolling direction.

5. Following information to be painted on flange of drum:


* Costumer Name
* Type Of Cable
* Length of Cable
* Drum Number
* Year of Manufacture
* Gross & Net Weight
* Manufacturer name & Country

6. Optical Fiber cable should operate normally under the following environmental
conditions:-

a. Operating temperature - 5oC to 60oC


b. Operating relative humidity- 60% to 100%
c. Storage temperature - 5oC to 60oC
d. Storage relative humidity 60% to 95%

7.10 UNIVERSAL JOINT / SPLICE CLOSURE KIT

1. The splice closer shall be waterproof type, which will accommodate the joint part of the
cable, should be suitable for installation in manhole or hand hole or be directly
buried.

Tender Document for OFC Network of Info-bahan Project


Page 92 of 149
2. Fiber splice tray/holder shall be provided inside the closure to accommodate the splice
protector and surplus length of fiber after splicing.

3. The material of the sleeve for the closer shall consist of plastic material containing the
glass fiber. The metal material for the closer shall be anti-corrosive & anti-rusting.

4. The closer shall have the following characteristics :-

a. No leakage of air for 24 hours after applying 0.5 ± 0.1 kg/cm gas pressure.
b. No invasion of water after 1 hour with 1.0 ± 0.1 kg/cm water pressure.
c. No malfunction for 1 minute at 1500 V DC between metal core and closer surface.

5. Splice closures should be easy to open with the no special or specific tools and should
he reusable without the necessity of cable cutting.

6. The joint closure must be 4 way. It should be possible to make 4 way interconnection
to different directions with the closure.

7. Adequate number of Tray / Cassette shall be provided to hold minimum 24 fiber


splices.

8. Full technical and constructional details of the closure are to be given along with the
Bid.

Any Disagreement/deviation from each sub-clause of clause 7.10 will be considered


“Major Deviation”.

7.11 OPTICAL DISTRIBUTION / TERMINATION FRAME (ODF)

1. The optical distribution / termination frame shall be rack (19 inch. Standard rack)
mounted type and will be installed in suitable position in the equipment room.

2. Optical I Links in the optical distribution / termination frame shall be high grade
FC/PC type.

3. There shall be easy access for splicing and provision for maintenance facility.

4. There shall be provision for cable entry either from above or from the left hand side,
allowing the station cable to enter the bay either from above or below.

5. The capacity of the optical distribution/termination frame shall be minimum of 24


single fibers. The offered optical distribution/termination frame must have adequate
space and fixing place for I link (adapter) and will be equipped with necessary Pigtail
and I Link for 24 fibers at the beginning. The surplus fibers shall be curled up in
splice tray for easy access. The tray shall hold sufficient fiber length to able not only
fusion splicing but also reopening and re-splicing of any fiber if needed in futures.

6. There shall be provision for inspection or cleaning the internal fiber connectors.

Tender Document for OFC Network of Info-bahan Project


Page 93 of 149
If the offered optical distribution / termination frame fails to meet the capacity and
technical requirements as mentioned above, then for each deviation/disagreement of each sub-
clause of clause-7.11 will be considered as “Major Deviation”.

7.12. REQUIREMENTS OF OUT SIDE PLANT (OSP)

7.12.1 Civil Work for Underground Conduit (UC) : On the basis of the indicative
underground Conduit (UC) Network DWG (Drawing) and “Scope of Works” which are
described in this chapter, Contractor(s) shall conduct detailed survey, design,
quantify final BoQ (Bill of Quantity) and supply, install, test, commission and
provide other required services.

7.12.2 HDPE pipe specification

7.12.2.1 HDPE pipe shall be of following minimum standard and shall have to satisfy
following technical specifications.

(d) The manufacturer of the offered HDPE duct must have valid ISO 9000 and 14001
certification.

(e) Specifications for 40mm permanently lubricated HDPE Telecom ducts.

Test
No Item Unit Value
Standard
1 Material Density 930 to 958 kg/ m2 at 270 C ASTM D1238
ISO2505/
2 Heat Reversion Dimension shall not change by more than 3%
ASTM D1238
3 Crash Resistance Deflection with load not greater than 10% ASTM D2412
ASTM F2160/
4 Tensile strength Newton/mm2 Min. 20
BS 2782
ASTM F2160/
5 Elongation at break % Min. 350
BS 2782
Environmental Stress
6 Cracking Resistance Duct shall not crack or split ASTM D1693
(ESCR)
7 Impact Strength No crack or split D2444
Hydro Static Pressure
8 No swelling, leakage or bursting ISO1167
Test
9 Coefficient of friction <0.1

10 Type of HDPE duct Spiral Ribbed


Must have solid lubricant, clearly visible and white in color,
11 Lubricated Layer
uniform layer
Lubricated Layer
12 Should be minimum 10% of wall thickness
thickness
13 Duct size (nominal) 40 /33 mm

Tender Document for OFC Network of Info-bahan Project


Page 94 of 149
Test
No Item Unit Value
Standard
13a. Outer Diameter 40 ± 0.5 mm

13b. Wall thickness 3.5 ± 0.25 mm

13c. Minimum coil length 500 meter

Any disagreement of clause 7.12.2.1 (a) and/or serial number 10 & 13 (including sub-clauses)
of above specifications mentioned in clause 7.12.2.1 (b) of HDPE duct shall be considered as
“Critical deviation” and any disagreement of other items of the above specifications of
HDPE duct shall be considered as “Major Deviation”.

(b) Specifications for 130mm/100mm Double Walled Corrugated (DWC) HDPE


Telecom ducts for Bridge/Culvert crossing of optical fiber cable.

No Parameter Specification
1 Construction There shall be no sharp edges, burs or surface projections
Outside Diameter 120 ± 2.2mm
2
Inside Diameter Minimum 90mm
3 Wall thickness 2.0mm
>450N @ 5% defln. After the test, there shall be no crack
4 Compression Test allowing the ingress of light or water between the inside &
the outside.
There shall be no crack allowing the ingress of light or
5 Impact Test
water between the inside & the outside
Samples bend to 90 degree to a radius of 2(two) meters. A
6 Bending Test
ball of dia 95% of ID will pass freely.
7 Length Minimum 12 meter
8 Color Black

Any disagreement of serial number 1, 2 of above specifications of DWC HDPE duct shall be
considered as “Major deviation” and any disagreement of serials 3-6 of above
specifications of HDPE duct shall be considered as “Minor Deviation”.

8 Appropriate non-metallic couplers will be used to join two pieces of HDPE duct for a
locked and air sealed assembly and will be suitable for direct buried application.
Couplers will be push-fit type and no other tools or heating will be required to use
these couplers.

7.12.3 Technical specification of G.I pipe

7.12.3.1 The pipes shall be welded or seamless, free from dents and internal roughness.

7.12.3.2 The ends of pipes shall be reamed to prevent abrasion against cable.

Tender Document for OFC Network of Info-bahan Project


Page 95 of 149
7.12.3.3 The outside of pipe ends shall be threaded with a pipe thread.

7.12.3.4 The pipes shall be jointed together by means of a coupler of the same material as the
pipes.

7.12.3.5 After the forming operations, the pipes and couplers shall be hot-dip-galvanized to
meet the requirements.

7.12.3.6 The detailed dimensions of f100 mm GI pipe are as shown in the following table:

Item Specific value

Outside diameter 106 ± 1mm

Wall thickness 3.2 ± 0.2 mm

Length (excluding coupler) 6.0 ± 0.1 m

Any disagreement will be treated as “Major Deviation”.

7.12.4 Technical specification of 110mm PVC pipe

7.12.4.1 Material

(1) The pipe and coupler shall be manufactured by an extrusion process from material
composed of polyvinyl chloride polymer to which suitable additives are added.

(2) No constituent material which will adversely affect long term mechanical strength,
creep, fabrication, solvent-welding and weathering properties of the PVC, shall be
used.

(3) PVC raw material must include 92%-95% of pure resin. The tolerated adjuncts (in the
limits of 5%-8%) as stabilizers, filler, colorings, anti-oxidizers, etc, must be free from
any plasticizer or volatile components.

(4) All constituents shall be uniformly and fully dispersed.

(5) The color of pipes shall be any color.

(6) PVC compound shall contain stabilizer, lubricant, filler and pigment consisting of
standard polymers.

(7) The pipes and couplers must have resistance to acid, alkalis, oxidizing and reducing
agent, weather and rust.

(8) The pipes and couplers must remain unaffected by fungus, bacteria and termites.

7.12.4.2 Requirement

Tender Document for OFC Network of Info-bahan Project


Page 96 of 149
1) The pipe and couplers shall have smooth outside and inside surface and also smooth at
the edges and shall be free from injurious flaws streaks, cracks, twists and other defects.

2) The pipe shall be practically straight in form.

3) Both end of the pipe shall be cut exactly perpendicular to the pipe axis and shall be free
from chips and edges.

7.12.4.3 Dimensions

The detailed dimensions of 110mm PVC pipe are as shown in the following table;

SL No Item Specific value


1. Outside diameter 110mm
2. Tolerance for mean outside diameter ±0.6mm
3. Length (including socket) 6 meter
4. Tolerance for length ± 10mm
5. Wall thickness 4.0mm
6. Tolerance for wall thickness ± 0.5mm

Any disagreement will be treated as “Major Deviation”.

7.12.5 Requirements for civil works

7.12.5.1 Common criteria


 
(1) Outside city/town area 1 x 40mm HDPE duct shall be laid on a 10-cm thick bed of sand
in 1.2 m ± 0.1 m deep trench. In city/town area 110 mm 4-way PVC duct shall be laid
on a 10-cm thick bed of sand in 1.36m ± 0.1 m deep trench. For the sand back fill and
concrete/brick protection, Bidders shall refer to the detailed drawings of Standard
Trench Section Diagrams. Bricks will be laid lengthwise along the route for 1-way
HDPE duct and crosswise for 2-way HDPE duct. For 4-way PVC duct concrete slab
will be laid lengthwise along the route.

Any disagreement will be treated as “Change of Substance”.

(2) In exceptional circumstances (rocky areas, due to other utility services etc) where
digging below to required depth is not possible due to different reasons, cable/ duct
may be laid with appropriate protection at lesser depth with the prior permission of
BTCL.

(3) Sub-ducts installation in existing PVC duct


 
1) In City areas, where vacant sub-ducts are available, optical fiber cables should be laid
directly in the existing empty HDPE sub-duct, but in case of practicable, new sub-duct
will be installed in the existing PVC duct if there is no empty HDPE sub-duct for
Tender Document for OFC Network of Info-bahan Project
Page 97 of 149
optical fiber cable installation.

2) Empty PVC/HDPE duct openings should be properly sealed off with rubber/plastic
end cap.

(4) Manholes

1) In city/town areas where new 4-way PVC duct to be laid along the road,
manholes instead of hand holes are to be constructed.

2) The type of manholes and the inside dimensions should be as follows and the
location of manholes are to be approved by BTCL.

Unit : cm
Type Length Width Depth Wall & Floor thickness
S1(straight type) 220 130 180 20

The dimensions shall have the following tolerances.

a) Inside Dimensions
i) Length : ±2.5 cm
ii) Width : ±1.5 cm
iii) Height : ±1.5 cm

b) The tentative numbers of manholes are given in the respective BoQ


forms.

3) All ducts entry to the manhole should be done using bell mouth with rubber end
cap with appropriate holes for ducts entering. All unused duct entry through bell
mouth must be sealed by rubber end cap.

4) The manhole shall be equipped at the time of construction with frame and
covers, ladders, pulling-in irons, steps, cable racks and nameplates.

5) The special type of manholes shall be designed by contractor complying with


the following requirements.

a) All manholes shall be constructed of reinforced concrete and shall be made


waterproof.
b) Contractor is responsible for making water proofing in construction works.
The detailed drawing or the method of water proofing shall be submitted to
BTCL for approval.
c) All manholes shall withstand a live load of 20 ton vehicle plus thirty (30)
percent for impact from moving vehicles.
d) All manholes shall make the cable installation possible in bending radius of
not smaller than eight (8) times of the outer diameter of the largest local
cable.
e) All manholes shall be so designed as to have sufficient racking space for the
required number of cables and splice closures to meet the number of
conduits entering from exchange side to the manhole.

Tender Document for OFC Network of Info-bahan Project


Page 98 of 149
f) The sequence in construction of manholes shall be as follows;
i) Basement.
ii) Wall and top slab.
iii) Manhole neck and manhole frame and cover.
- Type of neck length for Type S-1 manhole; 50cm-80cm

6) All manholes, cable trenches and foundation shall be constructed of ready-


mixed or site-mixed concrete and to be poured at a time in so far as possible.

a) The concrete, when made with ordinary Portland cement, shall attain a
minimum compressive strength on 28-days of 2100N/cm²(210kg/cm²), or,
b) When made with high early strength Portland cement, it shall acquire the
same strength in seven (7) days. (Test to be performed on cylindrical type
concrete specimen of size 150mm X 300mm)
c) The slump range for the concrete used in manholes and foundation
construction shall be between 8 and 15cm, when using vibrator.

7) The concrete shall be deposited, not thrown, in its intended position as quickly
as possible just after being mixed sufficiently,

8) Regarding construction of manholes and foundation, the concrete shall be


thoroughly poured and tamped into all parts of the molds of forms and around
the reinforcement. All concrete shall be compacted by using vibrator until a
densely solid mass without cavities is obtained.

9) The concrete, once mixed, shall be used within 60 minutes (1hour). After one
hour, any remaining concrete shall be condemned and shall not be used.

10) The bottom pit shall be tamped and carefully leveled and be covered with
approximately 50mm of lean concrete on the layer of approximate 100mm of
gravel.

11) Cement mortar shall consist of one (1) measure of Portland cement and two (2)
measures of sand. While the composition of concrete mixing material ratio will
be;

Stone chips (20mm downgraded): sand (Sylhet):Portland Cement = 3 : 1.5 : 1

12) After the concrete has been placed, for the purpose of curing the concrete slab
shall be protected so as to limit the loss of moisture from the surface.

13) The concrete shall cover with saturated sackcloth or similar material and kept
moist for a period of seven (7) days.

14) Removal of forms shall not be permitted earlier than five (5) days after
concrete pouring, upon removal of forms surrounding area of the manholes
shall be immediately backfilled.

15) Interim restoration and backfilling shall not commence until the work to be
carried out and has been approved by BTCL.

Tender Document for OFC Network of Info-bahan Project


Page 99 of 149
16) No traffic shall be permitted over manholes earlier than seven (7) days after
concrete pouring.

17) Each manhole will be equipped with 1 manhole cover, 1 manhole ladder, 1
sump pit cover, 4 pulling in iron, 2 sets of cable rack (each set contain 3
vertical and 3 horizontal racks/brackets), and required hook, nut and bolt to fix
these cable racks and brackets.

Any disagreement will be treated as “Major Deviation”.

18) Manhole cover and frame

The detail specification of manhole cover and frame should be as follows;

a) The manhole cover and frame must withstand load of 400KN.


b) The manhole frame clear opening diameter must be ≥ 700mm.
c) The manhole frame height should be at least 100 mm.
d) The manhole cover and frame shall be designed to fit together in such a
way that there is no risk of rocking.
e) The top surface of manhole cover shall have the “BTCL” mark on the
cover centre and anti skid profile shall be made.
f) The manhole cover must be properly connected to the frame with suitable
arrangement to avoid theft.
g) The contractor shall state the details of manhole cover and frame
(dimension, weight etc.) and submit drawings with load test results and
standard method for load test in order to demonstrate the proof of load
withstanding capacity of 400KN tested as per the standard EN124.

Any disagreement will be treated as “Major Deviation”.

(5) Hand-holes
 
1) Hand holes to secure splice closures and excess cable length as well as for ease
of drawing of optic cable shall have to be constructed.
 
2) Hand holes should be constructed in the following way:-
 
Reinforced concrete hand holes placed on a concrete or gravel foundation to
prevent their sinking in the soil are to be used.

The nominal dimensions of the hand-hole shall be as follows:


 
Length (inside) - 1.20 meter
Width (inside) - 1.00 meter
Depth (inside) - 1.00 meter
Wall & floor thickness- 12.0 cm
Cover slab thickness - 20.0 cm

The dimensions shall have the following tolerances:

Tender Document for OFC Network of Info-bahan Project


Page 100 of 149
 
a) Inside Dimensions
• Length : ± 2.5 cm
• Width : ± 1.5 cm
• Height : ± 1.5 cm

b) Composition of concrete:
Stone chips (20 mm downgraded): sand (Sylhet): Portland cement
= 3:1.5:1

3) Duct entry to the handhole should be done using bell mouth with rubber end cap
with appropriate hole for HDPE ducts. All unused duct entry through bell mouth
must be sealed by rubber/plastic end cap.

• Outside city/town areas, handholes will be at 2 km interval for straight


road section and at the points of splicing, while on the zigzag road section,
the handhole span will be about 1 km considering optical fiber cable
pulling tension of 2000 Newton. Also in case of long bridge (30 m or
more) crossing there will be two handholes at the two ends of the bridge.
All these handholes shall be covered with easily removable reinforced
concrete handhole cover. The handhole and handhole cover shall
withstand a load of 20 tons. Handhole cover will be made of 3 part
reinforced concrete pieces for easy opening. The top surface of handhole
cover shall have the “BTCL” mark on the cover centre. Galvanized rack
structures (2 nos. of I shape rack) of proper size have to be provided for
each handhole.

4) In city/town areas manhole will be installed instead of hand holes at a normal


distance of around 200 m. the location to place manhole/hand hole shall be
decided after survey and before final BoQ.

5) Tentative numbers of handholes are given in the respective BoQ forms.

6) Cables splicing and branching should be invariably done in handholes or in


manholes (existing).

Any disagreement will be treated as “Major Deviation”.

(6) Excavation for manhole/handhole and / or conduit.

1) All excavation shall be done in a thorough and workmanlike manner in accordance


with the detailed drawings and the specifications under the directions of BTCL and subject
to the approval and acceptance by BTCL.

2) Contractor will assist the purchaser for obtaining permits after ascertaining the type of
permits are required and carry out formalities. The permit may include Municipal
Authorities, R&H Dept. Rail way Dept., Electricity, Water, Sewerage, Gas, etc. Necessary
application and payments to respective authorities will be made by the purchaser.

3) BTCL shall pay compensation bill claimed by the government, semi-government and

Tender Document for OFC Network of Info-bahan Project


Page 101 of 149
autonomous organizations etc. contractor shall be responsible for any claim for delaying the
execution of works within the time frame fixed by the concerned authorities.

4) Contractor shall obtain all pertinent records from the electric company, water supply,
gas Supply Company and sewerage authority and other underground utilities organization
in order to plant his work and safe guard of other utilities.

5) Contractor shall take all precautions necessary for safety of general public and for
protective and preserving any and all temporary or permanents utilities.

6) If during the execution of the construction and installation, existing underground


facilities are interrupted, or any part thereof is disturbed, contractor shall immediately
notify the facts to BTCL and owner of the utility.

7) If contractor is obliged to change the location of excavation due to existing


underground facilities which are found during construction, additional cost on the works for
the above route/location change shall be borne by Contractor.

8) Contractor is directly responsible for all damages to existing utilities including


telecommunication facilities and shall restore these damages immediately at his own
expense.

9) If the presence of underground facilities is expected or when required by BTCL,


Contractor shall at his own expense excavated test pits at the location of question.

10) If any obstructions which interfere with excavation of manhole and handhole site or
conduit trench are encountered, Contractor shall consult with BTCL about modification of
drawing to be initiated.

11) Contractor shall dispose all excavated materials except what to be used for
backfilling.

12) Contractor shall at all times adequately protect the sides of the excavation against
cave-in. sheeting and shoring supporting work shall be applied at contractor’s expense,
where required by BTCL, and / or considered to be necessary.

13) Contractor shall confer with the proper road administrative authority and ensure that
the proposed depth of manhole and hand holes, conduits conform to the final grades of
carriageways and footways.

14) Contractor shall excavate insofar as possible to comply with the trench width
requirements as detailed in the drawings given in Section 9. Any excess in this width,
unless specifically authorized by BTCL, shall be at his own expense. This includes extra
restoration expenses or pavements, macadam’s and /or tiles.

15) Upon completion of trenching, all manholes and handholes which will contain
metallic sheath cable shall be earthed as illustrated in the drawings given in Section 9.The
trench shall be so arranged as to avoid any dip profile of conduit and be arranged with
smoothly and gradually descending grade so as to terminate conduits at the specified
location of the manhole and handhole as shown in “outside plant construction drawings”

Tender Document for OFC Network of Info-bahan Project


Page 102 of 149
which will be provided by contractor and approved by BTCL.

16) Contractor shall at his own expense protect and support any type of utility services
like pipe, conduit, cable, wire or any other item of telephone and other services of foreign
exposed or encountered during the excavation. Contractor is obligated to restore all times to
their original conditions and to the satisfaction of BTCL and owners of such plants as
shown in the “Outside plant construction drawings” which will be provided by
Contractor and approved by BTCL.

Any disagreement will be treated as “Major Deviation”.

(7) Installation procedures for underground conduits

In addition to the general procedural requirements stated above, the contractor shall
have to conduct all installation works related to underground conduits abiding by the
following specific procedures. Any deviation from these procedures shall have to be
pre-approved by BTCL.

1) Trench walls shall be vertical. Widths of trenches for HDPE duct shall be
minimum required to install HDPE ducts and protective bricks. In case of
underground HDPE duct, the widths of trenches are max 30 cm for both bottom
and top for 1-way duct. Widths of trenches for 4-way PVC duct shall be
minimum required to install 4-way PVC ducts and protective slabs. In case of
underground 4-way PVC duct, the widths of trenches are max 45 cm at bottom
and maximum 55 cm at top. Unnecessary disturbance of surrounding earth shall
be avoided wherever possible.

2) The excavated trench shall be straight horizontally at its height level. Zigzag
trench will not be allowed.

3) After proper excavation, the bottom of the trench shall be properly tamped,
carefully leveled, compacted and dried.

4) The contractor shall ensure that there are no sharp materials or leftover garbage
inside the trench.

5) For all major roads, railway and waterway crossings, manhole and hand holes
shall be constructed at either side of such crossings with instruction of BTCL.

6) Where the 4 X 110mm PVC route is running, they shall be supported by spacers
firmly at every 2 meter interval.

7) All 110 mm ducts shall be MANDREL tested after construction completed.

8) Duct Integrity Test shall be performed with 10 Bar air pressure for 100% of
the 1-way HDPE duct route before laying of optic cable through the duct.
There shall not be any drop of Air pressure within a pressurization duration
of 5 (five) minutes during the test.

Tender Document for OFC Network of Info-bahan Project


Page 103 of 149
Any disagreement will be treated as “Critical Deviation”.

(8) Installation procedures for manhole and hand holes


 
Contractor shall have to conduct all installation works related to manholes & hand holes
abiding by the following specific procedures. Any deviation from these procedures shall
have to be pre-approved by BTCL.
 
1) After proper excavation, the bottom of the structure shall be properly tamped,
carefully leveled, compacted and dried.

2) The foundation for hand-holes/manhole shall be prepared as follows:


  
20 mm Lean Concrete filling
(50mm for man-hole)

40 mm Gravel filling
(100mm for man-hole)
20 mm compact Sand
or sifted soil filling Prepared tamped excavated level

3) Metal forms, with error free surfaces and proper attachments shall be used for all
structures.

4) All RCC & CC works shall be constructed by ready mixed or site-mixed concrete.

5) The contractor shall confirm that before start of the concrete deposition the bed of the
structure is completely dry.
 
6) For other working procedures on concrete work such as concrete mixing, placing,
curing, form removing and protections, Contractor shall refer to 7.2.4.1 (4).
“Common Criteria” In this clause and criteria of “Manhole” accordingly.

7) BTCL may order three (3) test specimens (cylindrical type) from each of the
structures. Whenever such test specimens are ordered, they shall be properly marked
with paint showing the date of making, proportion of mix and the name of the
structure for which the specimen will be taken for inspections tests as required. The
contractor, at its own cost, shall arrange for testing of those specimens either from
Bangladesh University of engineering and technology or Bangladesh standard testing
institution. (as per decision given by BTCL during relevant time).

Any disagreement will be treated as “Major Deviation”.

(9) Concrete maker post installation

The marker posts shall be installed at each handhole location with the feature
illustrated in the drawings given in Section 9. The marker will be situated at a

Tender Document for OFC Network of Info-bahan Project


Page 104 of 149
location not to interfere the traffic flow and the exact location is subject to approval
of BTCL.

(10) Specifications of Concrete slab to be used for 4-way PVC duct

a). Dimension of concrete slab shall be as follows:

Length: 50 cm
Width: 30 cm
Thickness: 8 cm

b). Dimension tolerances


• Length : ± 1.0 cm
• Width : ± 1.0 cm
• Height : ± 0.5 cm

c) Composition of concrete:
Picket Brick chips (20 mm downgraded): Sand (Coarse, FM 0.8): Portland cement
= 4:2:1

7.12.6 Requirements of Cable installation

7.12.6.1 Common criteria

1) The cable shall be installed either in existing PVC ducts with existing or new HDPE
sub-duct or in new HDPE duct depending upon actual site condition.

2) Fiber optic cables in bridges and culverts etc. should be placed in 40mm HDPE and
the HDPE duct itself will be placed inside a 130mm DWC pipe.

3) The contractor shall lay the optical cables alongside the roads and highways keeping
distance as maximum as possible from the edge side of road to protect OFC from
damage during expansion of the road with following conditions but not limited to.
  
a) 130mm DWC pipe duct will be fixed to bridge /culvert using galvanized
clamps with royal bolts at each 1m distance where the bridge/culvert
authorities do not permit to place the duct at the inner side of the
bridge/culvert. But where possible 130mm DWC pipe duct should be
placed on the footway of the bridge/culvert. 130mm DWC pipe should be
covered with concrete (17 cm x 17 cm).

b) Cable splicing on bridges should be avoided.

c) In bridges, having high vibration risk (expansion) or excessive bending risk


(section linking bridges and steep banks), cables should be adequately
secured by means of protective pipe, elastic padding or flexible mounting.

d) Ducts of HDPE shall be used all through the route.

Tender Document for OFC Network of Info-bahan Project


Page 105 of 149
4) As the cable will be along the highway, crossing the water surface will be through
bridges or culverts. In case where crossing of bridges is not possible due to weak
construction of the bridge or if the crossing along the bridge is not permitted by the
Highway Authority, water course crossing will have to done in consultation with
BTCL.

5) At every cable joints, the steel tape of in and out bound cable end shall be
electrically bonded and earthed through connecting to the M.H or H.H earthing lead
wire.

Any disagreement will be treated as “Major Deviation”.


 
6) Installation of cables in buildings
 

1) While installing cables inside buildings should strictly maintain


recommendations for maintaining adequate bend radii, protection cables against
stress and guard against excessive tensile and bending loads.

2) Cables entering exchange buildings or transmission stations should reach


premises housing cable terminals.

3) The following types of cables may be used for entering into exchange premises
and transmission stations:

4) Cables entering buildings must end with branching or termination splices placed
in durable closures or junction boxes, well protected against unauthorized
interference.

5) Cables installed in cable tray, shafts, risers or very steep ducts should be fastened
with grips at intervals no greater than 6m. In case of longer shafts (above 30m),
reinforcement with a layer of aramid yarn or glass fiber should be made.

6) Cables installed in shafts longer than 10 m should be filled with non-dripping gel
or have partitioned cores, preventing gel from dripping inside cable coatings.
Partitions should be made of epoxide resins or materials with similar sealing
characteristics and should be distributed at intervals not longer than 10m. The
bottom section of a cable in a shaft should be joined to the outgoing cable in such
a way that the junction prevents leakage of gel.

Any disagreement will be treated as “Major Deviation”.

7) Cable length and Marking


 
1) Excess cables
 
a) Excess cable coils of 15 m along OFC lines should be placed at every splice
handholes.

Tender Document for OFC Network of Info-bahan Project


Page 106 of 149
b) Excess cable at a splice should be coiled up and properly tied up and
secured against mechanical damage.
 
2) Marking
 
a) Cable runs should be identified by means of marker posts according to
BTCL requirement and standard.

b) “CAUTION: BTCL F.O CABLE BELLOW” caution marks in English and


Bangla should be printed in every two meter of the yellow warning tape to
be placed in the cable trench (5cm width and 0.15 mm thickness).

Any disagreement of clause 7.2.5.3 (including sub clauses) will be treated as “Major
deviation”.

8) Cable laying and splicing


 
1) Optical fiber cable blown into ducts must not be exposed excessive tensile or bending
stress. Bending radius must not be lesser than 20 times cable outer diameters. However, if
tensile stress affects a cable, the acceptable bending radius must not be lesser than 25 times
cable diameters.

2) The minimum splice distance between splices shall be not less than 2 km. The average
splice distance should be stated on the As-Built document.
 
9) Installation documentation
 
1) Installation drawing (As-Built drawing) should be supplied (in hard & soft copy) by the
contractor upon completion of the construction. The drawing should be supported by
accurate data on the following:
 
a) Route drawing with actual distance (both route distance and OFC distance)
between joints, manhole, handhole, direction change, bridge/culvert/water cross
etc.
b) Location of each manhole and handhole showing correct Latitude and Longitude
c) Location of excess cable length
d) Location of each splice
e) Latitude & Longitude of each turning point in the route

Any disagreement will be treated as “Major Deviation”.

2) Documentation should also include the result of all tests, including the following;
 
a) Reflectometric graph, tested bi-directionally from both ends of regeneration
section.
b) Optical path loss after installation and before installation.

i. Tests and measurements


 
Tender Document for OFC Network of Info-bahan Project
Page 107 of 149
7.12.7 Tests during optical line construction:
 
1) The contractor shall test the continuity of each fiber and measure the attenuation
loss db/km of each OFC drum before taking delivery from BTCL. The contractor
must submit a copy of the test report to the project office. If any discontinuity of
fiber and/or any abnormal attenuation loss dm/km (i.e more than the specified
value of the OFC) of any fiber in any cable drum are found, the contractor shall
not use that OFC without the permission of the Engineer in charge of this project.

2) Following cable installation but prior to fiber splicing, all fibers have to
be unidirectionally tested by means reflectometer to verify fiber
continuity.

3) During fiber assembly, tests are to be performed by means of special “Splicing


Test Sets” included in the fiber bond equipment (LID and PAS methods).
 
a) LID (Local Injection & Detection) method - consists of aligning fiber cores
in a splice by injecting light through the splice and measuring the amount of
light lost.

b) PAS (Profile Alignment System) - consists of observing fiber cores in a


splice by means of an optical camera.
 
4) After all splices are installed, bi-directional reflectrometric measurement has to
be done for all optical fibers, in order to obtain reflectrometric graph. All faulty
splices must be detected and, having adjusted them, the lines with new
characteristic need to be entered into a chart and field.

5) Tests and inspections performed during installation also comprise quality


control of construction work, installed equipment and material used and
compliance of construction with the contract provisions.

6) Optical line Acceptance Test

1) Prior to the site installation work, contractor shall submit the test results of OFC to
be used to the project office as per instruction mentioned in clause 7.2.6.1.1 and
also as per the following table.

Sl Identification Delivery No. of Core Continuity Test Optical Remarks


no. of Cable length cores result of fibers loss
Drum of OFC of If Ok If not db/km
OFC marked Ok
as ‘√’ marked
as ‘X’
1
2
3
4
5

Tender Document for OFC Network of Info-bahan Project


Page 108 of 149
2) Acceptance tests should be performed on all fibers between optical cable terminal
(OCT) of each section by means of an optical power meter set using table below;

Test
Test item Testing at Performance Remark
Method
Continuity To verify any error
Back 1310nm:
test, post during cable
Scattering 1550nm:
placement blowing/pulling
To justify the
Post Back 1310nm:
integrity of
splicing test Scattering 1550nm:
1310±20nm splicing
1550±29nm Quality inspection
Total 1310nm:
Cut Back prior to
attenuation 1550nm:
termination
Final For acceptance
1310nm:
Acceptance Intersection after completion of
1550nm:
Test a hope/entire work

ii. Specific Requirements

7.12.7.1 Installation, Testing, Commissioning of OFC network systems and spur links meeting
the specification shall be entire responsibility of the contractor.

7.12.7.2 For any disagreement or proposal violating scope of works under this chapter,
the bid will be treated as Critical Deviation.

Tender Document for OFC Network of Info-bahan Project


Page 109 of 149
Section 8. Particular Specifications

8.1 During evaluation of the Bids, the Tender Evaluation Committee (TEC) will
examine non-conformities/deviations of the submitted bids and evaluate them
according to the criteria as set forth in Section-1 of this tender document. In
addition to that Non-responsiveness of a bid shall also be determined using the
following criteria;

8.1.1 In section-7 (General Specifications), the consequence due to non-


conformity /deviation of different clause /sub-clause is marked as Change of
Substance/Critical Deviation/Major Deviation/Minor Deviation.

8.1.2 Any item of “Critical Deviation” shall earn a score of 20 (twenty) penalty point.

8.1.3 Any item of “Major Deviation” shall earn a score of 5 (five) penalty point.

8.1.4 Any item of “Minor Deviation” shall earn a score of 1 (one) penalty point.

8.1.5 By adding up the penalty points of each evaluated bid by TEC, if it is found that
the bid has earned 50 (fifty) or more penalty points then that bid shall be
treated as “Non-Responsive”.

8.1.6 The bid offer found to be containing any item of “Change of Substance” shall
also be treated as “Non-Responsive”.

8.2 Acceptance Test of works and supplied goods: Acceptance test will be
divided into two parts. One is Provisional Acceptance Test (PAT) and other is
Final Acceptance Test.

8.2.1 The bidder shall be totally responsible for arrangement of all equipment, consumables,
test gears and measuring equipment required for the PAT. All costs for this service
shall be quoted and failure to quote shall be considered that the bidder proposes to
provide this service totally "free of charge" to BTCL.

8.2.2 For the acceptance test of the related goods [especially for supplied HDPE ducts,
DWC HDPE ducts, PVC pipe & Manhole cover], the bidder shall submit a copy of
the performance test certificate(s) of the goods to the project office and the PAT
team. For foreign goods/materials, the bidder shall perform this test from BUET
through the project office and such performance test certificate(s) of the goods will be
issued by BUET. But in the case of locally manufactured goods, the bidder shall
arrange factory test(s) of those goods/materials in manufacturing premises for BTCL
engineer(s) and the BTCL engineer(s) will issued quality certificate/performance test
certificate(s) of them. Such certificate(s) will be considered or acceptable to PAT team.

Tender Document for OFC Network of Info-bahan Project


Page 110 of 149
8.2.3 BTCL engineers shall have the right to inspect & test of any lot of any locally supplied
goods/materials during any stage of implementation.

8.2.4 The bidder’s engineer shall be liable to make necessary arrangement to complete any
kinds of possible tests for asserting the specifications requested by PAT members
during PAT.

8.2.5 In addition to this, the bidder has to provide per diem cost to PAT engineers as per
the following:

a) Number of BTCL’s PAT Engineers for each lot: Maximum 5 (five) persons.
b) Number of days allowed for per diem charge : 7 (Seven) working days per
person for the sites
c) Per diem charge to BTCL’s PAT Engineers : Taka 1000 per person per day
d) Other facilities : Transportation

However, the bidder shall note that, if necessary, any or all PAT can continue for more
than the above scheduled period; but, in such case, the bidder shall not be liable to
pay per diem for those additional days.

8.2.7 After satisfactory completion of PAT subsequent payment of that part of the whole
work may be made to the contractor according to the payment terms & conditions of
this tender. Based on the recommendation of the PAT team, the Project Director may
issue PAC hop by hop or a single PAC for the whole work under same lot.

8.3 Final Acceptance Test (FAT):

8.3.1. After completion of the PAT, the Engineers of the Bidder will take prompt necessary
steps to remove all types of defect/faults of the works and replace all types of faulty
goods/materials at their own cost. At the end of the “Performance Guarantee Period
for the Contract”, the overall performance of the woks and related supplied
goods/materials will be reviewed and this review shall be termed as “Final Acceptance
Test (FAT)”.

8.3.2. The review shall include (but not limited to) the required working reliability and
performance standards of the goods/materials to meet tender specifications. The
bidder’s responsibility is to resolve all shortcomings mentioned in PAT reports and to
remove of all pending & outstanding faults or shortages encountered during the
Performance Guarantee Period for the Contract. When this FAT becomes due, the
bidder shall make an official request to BTCL for starting of the FAT and BTCL shall
start the FAT within one month after receipt the request from the bidder.

8.3.3. The bidder shall be responsible for arrangement of all equipment, consumables, test
gears and measuring equipment required (if any) for such review tests. All costs for
materials and service (if any) shall be quoted and failure to quote shall be considered
that the bidder proposes to provide this service totally "free of charge" to BTCL.

8.4 Payments: As per Clause: GCC-63, the Employer shall pay the Contractor the
amounts certified by the Engineer within twenty-eight (28) days of the date of each
Tender Document for OFC Network of Info-bahan Project
Page 111 of 149
certificate. The maximum amount to be certified by the Engineer in different stages for
satisfactory progress of the work will be as follows:

1. 50% of the total amount of the price of material used for the works completed as per
BoQ.
2. 50% of the total amount of the price of OSP service works completed as per BoQ.

3. After issuing PAC of each hop, payment of remaining 50% of the total amount of price
of material and service works of that hop will be made. In any case, if the PAC can not
be issued due to some unavoidable circumstances for which the contractor is not
liable; BTCL may consider making a part payment of the completed materials and
service works for which PAC could not be issued.

8.5 Requirement of user’s certificates for the offered brand of OFC and HDPE
duct:

The Tenderer shall submit user’s certificates of satisfactory operational performance


for a period of at least one year for the offered brand of OFC (under ground type) and
HDPE duct from at least two Telecom operators/ carriers. The total amount of OFC
and HDPE duct to be covered in the said certification shall be at least 10,0 00 core-km
for the OFC and 200 km for the HDPE duct. Name and address of the certificate
issuing authority, certification date, name, designation and contact number of the
signatory shall be clearly mentioned in the certificate. If the tenderer fails to submit the
said certificates or the submitted certificate (s) do (es) not fulfill the requirements
mentioned in the clause, the Tender will be considered as having change of
substance and will be declared as non-responsive.

Tender Document for OFC Network of Info-bahan Project


Page 112 of 149
Annex A
Schedule of Compliances

Reference of Tender Compliance Reference to bidder's document Remarks


Document (if any)

Book Section Clause Agreed/Not Volume Chapter Item Page


# # Agreed # # # #

Tender Document for OFC Network of Info-bahan Project


Page 113 of 149
ANNEX B

List of Deviation(s)

Reference to Tender Complianc Reference to bidder's Remarks


Document e document of
Deviatio
ns
Book # Section Clause # Agreed/ Volume Chapter Item Page
# Not Agreed # # # #

Tender Document for OFC Network of Info-bahan Project


Page 114 of 149
The dimensions shall have the following tolerances.

c)
7.2.3 Tests and measurements
 
7.2.6.1

Tender Document for OFC Network of Info-bahan Project


Page 115 of 149
Tender Document for OFC Network of Info-bahan Project
Page 116 of 149
Section 9. Drawings Attachments

Notes on Drawings

9.1.Attachments (Backbone route & OFC Network)

a. MAGURA- BARISHAL Backbone Route

b. MAGURA- BARISHAL OFC Network

c. B-Baria- Sylhet Backbone Route

d. B-Baria-Sylhet OFC Network

9.2 Attachments ( Trench, MH,HH & Others)

1.Standard Trench section Diagram

2.Structural Diagram of M.H&H.H

3.Indicative Bridge/Culvert Crossing Methods

4.Diagram of 110mm PVC pipe & Bell Mouth

5.110mm PVC pipe spacer

6.Concrete marker post

7. Accessories

8.ODF

Tender Document for OFC Network of Info-bahan Project


Page 117 of 149
Figure 9.1.a

Tender Document for OFC Network of Info-bahan Project


Page 118 of 149
Figure 9.1.b- Optical Fiber Cable Route

700m

Tender Document for OFC Network of Info-bahan Project


Page 119 of 149
Figure 9.1.c

Tender Document for OFC Network of Info-bahan Project


Page 120 of 149
Figure 9.1.d
Figure 9.1.d- Optical Fiber Cable Route

OC-C12

Tender Document for OFC Network of Info-bahan Project


Page 121 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.1-
9.2.1- STANDARD
STANDARD TRENCH
TRENCH SECTIONAL
SECTIONAL DIAGRAM
DIAGRAM (1/2)
(1/2)

(FOR KATCHA & SEMI PACCA ROAD) (FOR PACCA ROAD)

Tender Document for OFC Network of Info-bahan Project


Page 122 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.1- STANDARD TRENCH SECTIONAL DIAGRAM (2/2)

(FOR KATCHA & SEMI PACCA ROAD) (FOR PACCA ROAD)

Tender Document for OFC Network of Info-bahan Project


Page 123 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.2- STRUCTURAL DIAGRAM M.H & H.H (1/5)

Tender Document for OFC Network of Info-bahan Project


Page 124 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.2- STRUCTURAL DIAGRAM M.H & H.H (2/5)

Tender Document for OFC Network of Info-bahan Project


Page 125 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.2- STRUCTURAL DIAGRAM M.H & H.H (3/5)

Tender Document for OFC Network of Info-bahan Project


Page 126 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.2- STRUCTURAL DIAGRAM M.H & H.H (4/5)

Tender Document for OFC Network of Info-bahan Project


Page 127 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.2- STRUCTURAL DIAGRAM M.H & H.H (5/5)

Tender Document for OFC Network of Info-bahan Project


Page 128 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.3- INDICATIVE BRIDGE CROSSING METHODS (1/2)

Tender Document for OFC Network of Info-bahan Project


Page 129 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.3- INDICATIVE BRIDGE CROSSING METHODS (2/2)

Tender Document for OFC Network of Info-bahan Project


Page 130 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.4- DIAGRAM OF 110mm PVC PIPE & BELL MOUTH (1/2)

Tender Document for OFC Network of Info-bahan Project


Page 131 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.4- DIAGRAM OF 110mm PVC PIPE & BELL MOUTH (2/2)

Tender Document for OFC Network of Info-bahan Project


Page 132 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.5- 110mm PVC PIPE SPACER

Tender Document for OFC Network of Info-bahan Project


Page 133 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.6- CONCRETE MARKER POST

Tender Document for OFC Network of Info-bahan Project


Page 134 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (1/6)

Tender Document for OFC Network of Info-bahan Project


Page 135 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (2/6)

Tender Document for OFC Network of Info-bahan Project


Page 136 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (3/6)

Tender Document for OFC Network of Info-bahan Project


Page 137 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (4/6)

Tender Document for OFC Network of Info-bahan Project


Page 138 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (5/6)

Tender Document for OFC Network of Info-bahan Project


Page 139 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.7- ACCESSORIES (6/6)

Tender Document for OFC Network of Info-bahan Project


Page 140 of 149
Internet Information Network Expansion (Info Bahan) Project

9.2.8- O.D.F

Tender Document for OFC Network of Info-bahan Project


Page 141 of 149

You might also like