ITI LIMITED Network Systems Unit, Dooravaninagar, Bangalore-560 016 NOTICE INVITING EXPRESSION OF INTEREST Ref: NSU/BD/EPC-OFC/37/A Date: 25 /10 /2013 Expression of Interest (EoI) is invited from eligible Optic Fibre Cable (OFC) Manufacturers / EPC (Engineering, Procurement and Construction) Contractors, hereinafter called the Bidder for Procurement, Supply, Trenching, Laying, Installation, Testing and Maintenance of OFC ( 48F/96F/6F tactical mobile ), PLB duct, FDMS, OFC Operation & Maintenance kits, Optical Network Inventory Tool, Fibre Monitoring System, Fibre Intrusion Prevention System and Accessories for Construction of OFC network on turnkey basis with ITI Limited, herein after called ITI to partner with ITI on back to back terms and conditions to address works partially or completely as per RFI/RFP/Tenders released by various agencies / organizations. The Bidder shall enter into MoU with the ITI and undertake Construction and Maintenance of OFC Network along with the supply of OF Cable, Accessories and integration of various systems to provide the Turnkey Solution as per RFI/RFP/Tender released by customers. EPC Contractors having tie-up with OFC manufacturer or OFC Manufacturer in India having necessary experience / tie-up with EPC contractor for turnkey construction and maintenance of OFC Network shall send their response to this EOI to provide the required Turnkey solution. The following documents shall be submitted as response to this EOI: 1. Duly signed NDA (Format given at Appendix-1) on a non-judicial stamp paper of Rs.100/-. 2. Complete compliance to the eligibility conditions of this EOI with necessary documents as per Appendix-2. 3. The details of the Authorised Signatory of the Bidder duly signed along with the power of attorney on company letterhead shall be provided for all correspondence regarding the detailed tender and for the submission of technical and commercial bids. Detailed Tender Document shall be provided to the respondents qualifying as per this EoI for the next stage of submission of Technical and Commercial bids. EoI response shall be submitted in hard copy or by email followed by hard copy upto 15:00 hours on 06/11/2013 at the following address : Mr. SIVARAMAKRISHNA. M, CMR - BD & MIS, NETWORK SYSTEM UNIT, ITI LIMITED, DOORAVANINAGAR, BANGALORE-560 016. Email ID : tenderbox_nsu@itiltd.co.in For Queries: Tel : 080-25660613, E-mail : msrkrishna_nsu@itiltd.co.in Opening of EOI response : At 15:30 hours on 06/11/2013 1 5
NON-DISCLOSURE AGREEMENT Appendix 1 This Agreement is made on day of 2013 between ITI LIMITED a Government of India undertaking, having its registered and corporate office at ITI BHAVAN, BANGALORE 560 016 hereinafter called ITI which expression shall unless repugnant to the subject or the context mean and included its successor, nominees or assigns and M/s a company incorporated under the Indian Companies act,1956, and having its registered office at herein after called Bidder which expression shall unless repugnant to the subject or the context mean and include its successors, nominees or assigns. Whereas an EOI was floated by ITI for Procurement, Supply, Trenching, Laying, Installation, Testing and Maintenance of Optic Fibre Cable & its accessories, Optical Inventory Tool, Fibre Intrusion Prevention System, Fiber Monitoring System, HDPE/PLB Pipe, GI Pipe, DWC Pipe, RCC pipe & their accessories, construction of OFC network on turn-key basis and M/s is one of the eligible bidders. The successful bidder will be issued tender document, which contains highly classified and confidential information. The information is to be protected from unauthorized use and disclosure. In consideration of this, the bidder agrees as follows:- 1. This Agreement will apply to any information pertaining to project disclosed by ITI to the bidder in writing or otherwise Information consists of tender document, specifications, designs, plans, drawing, software, prototypes and/or technical information, and all copies and derivatives containing such Information, that may be disclosed to bidder for and during the Purpose. Information may be in any form or medium, tangible or intangible, and may be communicated/disclosed in writing, orally, or through visual observation or by any other means by ITI to the bidder. 2. The bidder shall use the information pertaining to this project only for the purpose and shall hold Information in confidence using the same degree of care as it normally exercise to protect its own proprietary information, but not less than reasonable care, taking into account the nature of the Information, and shall grant access to Information only to its employees who have a need to know, but only to the extent necessary to carry out the business purposes of this project defined in. The bidder shall cause its employees to comply with the provisions of this Agreement applicable to his and shall not reproduce Information without prior permission of ITI. The permission to reproduce shall only be given if considered necessary and to the extent essential for fulfilling the purpose. The bidder may, however, disclose the Information to its consultants/sub-contractors with a need to know; provided that by doing so, the bidder agrees to bind those consultants/sub-contractors to terms at least as restrictive as those stated herein, advise them of their obligations, and indemnify the ITI for any breach of those obligations. 3. The bidder shall not disclose any information pertaining to this project to any third party. 2 5
4. Upon the request of the ITI, he shall return all Information to ITI immediately. Provided, however, that an archival copy of the Information may be retained in the files of the bidder s counsel, solely for the purpose of providing the contents of the Information. 5. In case the bidder is not selected for awarding the work of this project, he shall return ITI all the original documents that have been made over by ITI to him pertaining to this project Within 15 days of outcome of the tender and shall destroy all hard/soft copy/(ies) of the information pertaining to this project. Intimation in this regard is to be given by bidder to ITI. 6. The bidder recognizes and agrees that all the Information pertaining to this project is highly confidential and is owned solely by the ITI / Customer the unauthorized disclosure or use of such Confidential Information would cause irreparable harm and significant injury, the degree of which may be difficult to ascertain. Accordingly, the bidder agrees that the ITI will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 7. The bidder s failure to enforce any provision, right or remedy under this agreement shall not constitute a waiver of such provision, right or remedy. 8. This Agreement will be construed in, interpreted and applied in accordance with the laws of India. 9. This Agreement hereto constitutes the entire agreement with respect to the bidders obligations in connection with Information disclosed hereunder. 10. The bidder shall not assign this Agreement without first securing the ITI s written consent. 11. This Agreement will remain in effect for ten years from the date of the last disclosure of Confidential Information, at which time it will terminate, unless extended by the ITI in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement by their duly authorized officers or representatives. M/s Signature Printed Name Title ITI LIMITED Signature Printed Name Title 3 5
4 5 Appendix-2 1.1 General Eligibility conditions for EPC Contractors and OFC Manufacturers: a. Shall be an Indian Registered Company under Company Act 1956. b. Shall have Certificate of Incorporation from Registrar of Companies. c. Articles and Memorandum of Association shall be provided. d. Shall submit valid documents for PAN, excise, permanent sales / service tax registration number e. Audited Annual Report for the last three financial years shall be submitted. f. Willing to provide EMD, PBG and banker s solvency certificate as per customer requirements. g. Shall tie up with the suppliers of accessories like HDPE duct, FDMS, Joint closures, Electronic route locator / marker and Warning tapes & Jetty enclosures with necessary TEC approvals. h. Shall tie up with reputed OEM s of Optical network inventory tool, Fibre testing & Monitoring system, Fibre intrusion prevention system and OFC operation / maintenance kits ( like GPS data collector, laser source, visual fault locator, OTN tester, mini OTDR, Optical power meter, Ribbon OF splicing machine, cleaning kit, etc.) The bidder & OEM s shall be jointly responsible and liable for due performance of the turnkey solution provided. 1.2 Eligibility requirements for EPC Contractor. a. EPC Contractor as a bidder shall tie up with OFC Manufacturer meeting eligibility criteria detailed at Clause 1.3 a to g to provide turnkey solution for construction and maintenance of OFC routes as per customer s terms and conditions. b. (i) Shall have cumulative turnover of Rs 600 Cr. over the last three financial years. (ii) If the EPC contractor has a teaming agreement with OFC manufacturer meeting eligibility requirements as per Clause 1.3 a to g, the combined cumulative turnover over the last three financial years shall be considered for eligibility to this EOI c. Shall have an experience of trenching and laying of at least 1,000Kms of OFC. d. Shall have company owned, leased or rented OTDR, OFC blowing machine, Optical Power meter, Laser source, Cable route locator, Splicing and HDD machine, equipment for OFC laying & committing resources for execution, commissioning and maintenance of project. The machine should be of 10 tons or above pullback capacity and should be able to bore up to 200 metres in a single stretch. e. Shall have their own capability / leased equipments with contract agreements for trenching and OFC laying capacity for at least 25 kms per day concomitantly in four separate regions of India. f. EPC shall have Financial capacity and sufficient technical manpower to undertake route survey, RoW and execution of trenching, laying, commissioning and maintenance of OFC routes. g. The EPC Contractor shall have ISO 9001:2008 certification or better on OFC laying with no prior history of withdrawal h. The EPC contractor should not be blacklisted for Telecom business by any Central /State Government/ PSU or Telecom operator in India at the time of submission of bid. (Undertaking on Company letterhead shall be submitted). 1.3 Eligibility requirements for OFC Manufacturer. a. Shall have complete manufacturing facility in India with a cumulative turnover of at least Rs.100 Crores during the last 3 financial years. b. The OFC Manufacturer should have manufactured and supplied minimum of cumulative 3,000 Kms of OFC for Telecom Service Provider during the last 5 years, which should include minimum of 1,000Km of Ribbon Type OFC. Trading and supply is not acceptable.
c. The OFC manufacturer should have Infrastructure Assessment (IA) certificate for 96F/ 48F Ribbon type metal free Optic fiber cable. d. Shall have valid TSEC for 96/48 Fiber ribbon type metal free cable or submit proof of submission for having applied for TSEC evaluation. e. Shall have complete in-house test facilities for Optical, Geometrical, Mechanical and Reliability parameters of Fibre and Cable as per EIA/TIA, IEC & ITU standards for fiber, ribbon fiber and cable along with own material and transmission lab as well as climatic chamber for testing of temperature range. f. The OFC Manufacturer shall have ISO 9001:2008 certification or better with no prior history of withdrawal. g. The OFC Manufacturer should not be blacklisted for Telecom business by any Central / State Government/ PSU or Telecom operator in India at the time of submission of bid. (Undertaking on Company letterhead shall be submitted). h. (i) OFC manufacturer submitting their response as a bidder for this EOI shall have a cumulative turnover of Rs. 600 Crores over the last three financial years and tie up with EPC Contractors as per Clause 1.2 c to h to provide turnkey solution for construction and maintenance of OFC routes as per customer s requirement. (ii) If the OFC manufacturer has a teaming agreement with the EPC Contractor, meeting eligibility requirements as per Clause 1.2 c to h, the combined cumulative turnover over the last three financial years shall be considered for eligibility to this EOI. 2 ITI reserves the right to suspend or cancel the EoI process at any stage, to accept, or reject any, or all offers at any stage of the process and / or to modify the process, or any part thereof at any time without assigning any reason, without any obligation or liability whatsoever. 3 Cost of EoI: The vendor shall bear all costs associated with the preparation and submission of its EoI, including cost of presentation for the purposes of clarification of the offer, if so desired by the ITI. ITI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the EoI process. 4 Amendment of EoI: At any time prior to the last date for receipt of offers, ITI, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective vendor, modify the EoI document by an amendment. In order to provide prospective vendor reasonable time in which to take the amendment into account in preparing their offers, ITI may, at their discretion, extend the last date for the receipt of offers and/or make other changes in the requirements set out in EoI. 5 Disclaimer: ITI and/or its officers, employees disclaim all liability from any loss or damage, whether foreseeable or not, suffered by any person acting on or refraining from acting because of any information including statements, information, forecasts, estimates or projections contained in this document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation on the part of ITI and/or any of its officers, employees. 5 5