Page - 1
Request for Quotation (RFQ)
No.: TCIL/KSA/ITC-OSP Maintenance FTTH BB Network/2018-1 Dated: 22/02/2018
SUB: Request for Quotation (RFQ) for Sub-contracting the OSP Maintenance of FTTH Broad Band Network
of Integrated Telecom Company (ITC) in Kingdom of Saudi Arabia (KSA)
1. INTRODUCTION:
Telecommunications Consultants India Ltd. (TCIL) is a Government of India Enterprise under Ministry of
Communications. TCIL is a world-reputed organization for providing turnkey solution from concept to
completion in the field of IT, Telecommunications, Civil Infrastructure, Power and other Hi-Tech
areas/sectors. TCIL has successfully completed a number of Turn-Key projects in IT, Telecom, Satcom,
Power, Civil Infrastructure and Consultancy projects throughout the world in last 40 years since its inception
in 1978. For a detailed account of TCILs credentials, please visit website www.tcil-india.com.
TCIL is executing FTTx Civil and OSP Implementation and OSP Maintenance works in Kingdom of Saudi
Arabia (KSA) from last many years. TCIL has been awarded the contract by M/s ITC for OSP Maintenance of
its FTTH Broad Band Network in Kingdom of Saudi Arabia.
In this regard, TCIL is looking for a prospective Sub-Contractor dealing in OSP Maintenance of FTTH
networks in Kingdom of Saudi Arabia (KSA) and willing to work as sub-contractor for mutual benefits.
Interested Sub-Contractors may submit their RFQ proposal as detailed below. TCIL reserves the right to
accept or reject any or all the RFQ submitted without assigning any reason.
2. BASIC ELIGIBILITY CRITERIA:
Sr.
No.
Qualification Criteria Documents/information to be
provided along with RFQ Proposal
1. The bidder must be a registered company in Kingdom of
Saudi Arabia. Commercial registration
ZAKAT / Tax registration
VAT registration
GOSI Certificate
Bank Details
2 Availability of Resources for OSP maintenance of FTTH
Network.
The details of Manpower, Machineries
and vehicles.
3 Experience in OSP Telecom Maintenance works. Copy of work Orders / POs
4 Power of Attorney (In case of Signatory is other than
Director of the Company or Proprietor / Partner of the
Firm)
Power of Attorney in the name of the
signatory of the Proposal
3. The sub-contracting work shall be awarded on the basis of availability of sub-contractors’ resources and
experience in OSP telecom Maintenance works.
4. The bidder shall submit the price in the Price Schedule enclosed as Annexure-1.
5. All the terms & conditions are given in TCIL’s sub-contracting agreement enclosed as Annexure-2.
6. The successful bidder needs to enter into the aforesaid agreement. Further this RFQ shall be part of
agreement.
7. The Scope of OSP Maintenance works is enclosed as Annexure-3.
Page - 2
8. The Prices offered by ITC for OSP Maintenance are as below. 5% VAT will be paid additionally.
Location Minimum
FDT Qty
Prices Per FDT (SAR)
Up to 20 FDTs Beyond 20 FDTs
Riyadh 5
2000 1500 Dammam/Khobar 5
Jeddah 5
Location Minimum
FDT Qty
Prices Per FDT (SAR)
Up to 15 FDTs Beyond 15 FDTs
Other Cities 5 2500 1500
However, for any Civil/Telecom implementation works including Horizontal Directional Drilling
(HDD)/Thrust Boring required for OSP maintenance for the Cabinets (FDTs) under the scope of work,
UPL prices (Annexure-4) of ITC-NBB project shall apply.
9. Both parties shall sign an Integrity Pact and be a party to it. Both parties will abide by the code of conduct
as defined in the Integrity Pact enclosed as Annexure-5.
10. Eligible bidder may submit their RFQ offer (Proposal including all documents/information establishing
eligibility criterion as detailed above & Price schedule) latest by March 01, 2018 till 3:00 PM (Arabian
Standard Time) in the office of Regional Director, Telecommunications Consultants India Limited
(TCIL), Riyadh, KSA in an envelope at following address or through e-mail (bn.chaturvedi@tcil-
india.com)
Manager (Procurement)
O/o Regional Director, TCIL
6997, Ash Shaikh Abdul Rahman
Ibn Abdullateef Street, Almanar Unit No.: 2
Wasel Saudi Post, Riyadh 14223-4470 – Saudi Arabia
Post Box : 88987, Riyadh – 11672
11. For any clarifications please contact Manager (Procurement), Telecommunications Consultants India
Limited (TCIL), Mobile : +966-554592488, Email: mail ([email protected])
12. Bid opening will be at 3:30 PM (Arabian Standard Time) on Mar 01, 2018 at above Venue.
Manager (Logistics)
Page - 3
Annexure-1
Price Schedule
Project Duration of
Contract
Estimated
Value (SAR)
% Rate**
in Figure
% Rate** in
Words
OSP Maintenance of FTTH
Broad Band Network of
Integrated Telecom Company
(ITC) in Kingdom of Saudi
Arabia (KSA)
One Year* 2,000,000/-
* Extendable by 2 years at the same rates terms and conditions
**Notes:
1. The Rates to be quoted as percentage of the ITC rates for example 75% may be quoted in case sub-
contractor is ready to work on 75% of UPL rates offered by ITC under contract with TCIL.
2. UPL rates do not include 5% VAT, which will be paid additionally.
3. Estimated value of the Sub-contract is only indicative. The work may be distributed amongst many
sub-contractors. The actual value of the work awarded will depend upon the availability of resources
and Experience with the sub-contractor.
Signature of Authorised Signatory with Seal
Page - 4
Annexure-2
Sub-Contract - Agreement – Draft Copy
Contract for OSP maintenance of FTTH Broad Band Network of Integrated Telecom Company (ITC)
in Kingdom of Saudi Arabia (KSA)
Contract No: TCIL/KSA/ITC-OSP Maintenance FTTH BB Network/………… dated ……………………
This agreement is dated …………, 201… (the “Effective Date”) by and between M/s Telecommunications
Consultants India Limited, herein referred to as TCIL, the 1st Party, having Commercial Registration No.
1010172193, P.O. Box: 88987, Riyadh-11673, Kingdom of Saudi Arabia.
and
------------------------------------------------------------------------------------ here in further referred to as
……XYZ………., the 2nd
Party, having Commercial Registration no. ……………………., P.O. Box:
……….., ………………………….., Kingdom of Saudi Arabia.
This agreement will be valid for ……………… from the date of signing of agreement
The parties here by agree to the following
TCIL (1st Party)
1. Provide work/Job order with scope of work as per ITC’s standards.
2. Assign a Project Manager who will be overall in-charge of entire OSP maintenance of FTTH
Broadband Network of ITC in Kingdom of Saudi Arabia and act as an interface between the 2nd
Party
and M/s ITC.
3. Coordinate all activities with M/s ITC and other agencies i.e. MOT/ Baladiya (Municipality) /Traffic /
Co-ordination office etc.
……….XYZ (2nd
Party)
2nd
Party shall in accordance with and subject to the Terms & Conditions of the contract and in particular in
conformity with Scope of work.
1. Execute all the OSP maintenance (Preventive, Corrective and Cable/route locating) activities as per
Scope of work for last mile OSP network under the ITC’s new FTTH BB project meeting the SLAs
and Maintenance schedule as per ITCs standards.
2. Scope of work may also include Civil/Telecom implementation works including Horizontal
Directional Drilling (HDD)/Thrust Boring required for OSP maintenance for the Cabinets (FDTs)
under the scope of work.
3. 2nd
Party shall provide Manpower, Vehicles, Machineries, tools, testers, equipment, spare parts,
consumables etc. required for performing the sub-contracted work. In case any item is provided by 1st
Party, the charges will be recovered as per prevailing market rates.
4. 2nd
Party shall arrange the Baladiya permits required for Civil restoration works.
5. All the materials provided by 2nd
Party must be of ITCs standards and from ITC approved suppliers.
6. Responsible for the rectification of fault occurred during the execution of sub-contracted works like
damages in the water pipes, Electrical cable, Fibre Cables, any other utility service etc., payments of
penalties, if any, imposed during the excavation of work due to any damage caused by 2nd
party.
Rectification of fault will be done at 2nd
party cost only.
7. Any penalty imposed to the 1st Party on account of sub-contracted work inter-alia, delay, utility
damages, bad workmanship, lack of safety measures or any other reason related to sub-contracted
work shall be borne by the 2nd
Party.
Page - 5
8. Provide safety in accordance with safety & Security regulations of the Kingdom of Saudi Arabia at
work site to protect the workmen during work execution and also safeguard materials issued to the 2nd
party by the 1st party from theft or damage.
9. 2nd
Party must provide catering, accommodation and transportation for all 2nd Party’s personnel.
10. All 2nd
Party’s equipment/tools/testers/vehicles shall be in good operating condition and suitable for
the safe and efficient performance of the work and equipment shall only be operated by qualified
personnel who possesses current operating permits and licenses
11. 2nd Party shall keep the contract document, digging permits, right -of -way documents and copies of all
drawings, specifications and standards for the work at work site.
12. 2nd Party shall be responsible for closing of Baladiya Permits/Complaints.
13. For any inspection or any test to be witnessed by the ITCs / TCIL representative, 2nd
Party shall depute
its representative on site as and when required.
14. 2nd Party shall fully mobilise and ready to start the work within one week from the effective date of
this contract.
Scope of work: the Scope of Work is enclosed. In addition, following requirements to be met by the 2nd
Party
and bear the cost of the same.
1. Manpower requirement: Following Minimum Manpower is required with matching Iqama
Profession per City / District.
i. One RMC In-charge – Experienced Technician / Fiber splicer
ii. Two Nos. of experienced Fiber splicing Team (One splicer + 1 no. of Labour) – up to 20 Nos. of
Cabinets and one additional splicing Team for every 20 Nos. of additional Cabinets or part
thereof.
iii. One No. of experienced Civil Team (One Civil supervisor + 1 no. of Labour) – up to 20 Nos. of
Cabinets and one additional Civil Team for every 20 Nos. of additional Cabinets or part thereof.
In addition, Minimum One Saudi Co-ordinator and one no. of CAD/GIS operator is required at
Riyadh. Further sub-contractor shall arrange resource for dealing issues Local authorities in concerned
city including lodging of FIR etc.
2. Vehicle requirement: Following Minimum Vehicle in good condition with ITC’s stickers is required
per City / District.
i. One No. of Car for RMC In-charge
ii. One No. of Fiber splicing VANs for each splicing team
iii. One No. of Pickup for each Civil Team.
3. Tools, Testers, Machineries requirement:
All required Tools, Testers and Machineries, but not limited to the following, need to be kept ready in
each Regional Maintenance Center (RMC).
S/No. Material Description Team Required Quantity
1 Calibrated Splicing Machine Fiber
Should be available with each
Fiber / Civil maintenance team
2 Calibrated OTDR tester (Live
Fiber) Fiber
3 Visual Fault Locator (VFL) Fiber
4 Optical Power Source Fiber
5 Optical Power Meter Fiber
6 Live Fiber Identifier Fiber
7 Optical Port Cleaner Fiber
8 Label Machine Fiber
9 Cable tagging machine Fiber
10 GPS Fiber
11 Camera Fiber/Civil
12 Safety tape and Cones Fiber/Civil
13 Generator (3.8KVA) Fiber/Civil
Page - 6
14 Toll Box Fiber/Civil
15 Emergency Light Fiber/Civil
16 Mandrel for 50 mm Duct Civil
17 Mandrel for 20 mm Duct Civil
18 Electrical Jack Hammer Civil
19 Compressor Machine Civil To be arranged whenever
Required 20 Heavy Equipment for Civil Work Civil
4. Consumable requirement:
All required Consumables, but not limited to the following, need to be kept ready in each Regional
Maintenance Center (RMC).
S/No. Material Description Minimum Required Qty
1 Patched Cord (LC/APC to LC/APC) 3mtr 10
2 Patched Cord (LC/APC to SC/APC) 3mtr 10
3 Patched Cord (SC/APC to SC/APC) 3mtr 10
4 Pigtail LC/APC 1.5 mtr (Connector) 48
5 Coupler (LC/APC) 48
6 Sleeves 2000
10 50 mm Duct End Caps 100
11 20 mm Duct End Caps 100
12 50 mm HDPE Duct Coupler 30
13 20 mm HDPE Duct Coupler 100
14 Rope 4 mm 1000
15 Rope 6 mm 1000
16 Orange Pipe (Corrugated) 400 mtr
17 ITC Approved Warning Tape 305 mtr
18 PVC Tape 12 ( 1 Pack)
19 Spray Paint ( Red Colour) 6
20 Duct Sealant Foam 10
21 Tie 6" 6 Packet
22 Tie 8" 6 Packet
23 Tie 12" 6 Packet
24 Paint Brush roller 3
25 Gloves cotton 5 pair
26 Gloves Leather 5 pair
27 Helmet 5
28 Heat Shrink Tube 1.25 mtr 10
29 Belcha 3
30 Warning Letter Book 6
31 Cable / Duct Damaged Notice Book 6
5. Other Requirements:
i. One RMC with Electricity and Water connection per city / District, one room of which will
serve as warehouse.
ii. Smart phone with Call & data pack – One each for RMC in-charge, Telecom and Civil Teams.
iii. One Laptop with Printer, Scanner and stationary at each RMC.
iv. Internet connectivity at each RMC
v. T-Shirt, Safety, Jacket, Cap etc with ITC’s Logo.
Page - 7
vi. RMC establishment – office Furnitures, Almirah, Drinking water with Dispenser, Air
conditioners, Fridge, Fire Extinguishers etc.
vii. Racks for storing consumables.
Sub-contract Price
1. OSP Maintenance works - Work order shall be issued for minimum 5 nos. of Cabinets in a City /
District.
2. Civil/Telecom implementation works - Separate work order shall be issued for including Horizontal
Directional Drilling (HDD)/Thrust Boring required for OSP maintenance for the Cabinets (FDTs)
under the scope of work.
3. The 2nd
Party shall be paid as a percentage of Prices offered by M/s ITC as given below:
Item Description 1st Party –TCIL (%) 2
nd Party (%)
Building Passive FTTH Network Infrastructure Civil
Work and OSP Implementation
4. Prices do not include 5% VAT, which will be paid additionally.
5. The final amount is based on the actual works executed by the sub-contractor after recovery of
penalties, if any.
6. Prices of the material supplied by the 1st Party, if any, shall be recovered from 2
nd Party at actual
purchase price. However, material transportation charges including loading and unloading shall be
recovered from due payments of the sub-contractor.
7. Any penalty imposed on 1st party by any authority in KSA including ITC on account of scope of work
awarded to the 2nd
party, shall be recovered from due payments of 2nd
Party.
8. The cost of the machines/manpower supplied by 1st party and any expenditure incurred by 1
st Party, on
account of scope of work awarded to the 2nd
party shall be recovered from due payments of 2nd
Party.
9. The charges of testing of material including concrete and asphalt shall also be recovered from due
payments of 2nd
Party.
10. Permit renewal and closing charges will also be recovered from due payments of 2nd
Party.
Payment Terms & conditions:
1. OSP maintenance works - payment to 2nd
Party within 60 days’ from the date of submission of un-
disputed Invoice to M/s ITC.
2. Civil/Telecom implementation works - 80% payment against shall be released within 60 days’ from
the date of submission of un-disputed Invoice to M/s ITC and balance 20% shall be released after
closure of related permits / complaints.
3. All other terms and conditions of Main Contract between TCIL and M/s ITC shall also apply on
back to back basis between 1st party and 2
nd Party.
4. Payment will be made by 1st Party though ECS/cheque.
General Terms & Conditions
The purpose of this sub-contract is to complete the job within the stipulated time set by ITC.
1. All the Terms & Conditions in the contract signed by 1st Party with ITC related to work execution,
maintenance of quality, safety, work procedures, standards and time schedules will also be an implicit
part of this agreement.
2. The Regional Director, TCIL, KSA, has the right to terminate the sub-contract of the approved 2nd
Party through written notice duly mentioning all reasons for the same. The works will be awarded
based on the jobs received from the ITC and the performance of sub-contractor. 2nd
Party cannot claim
any quantum of work based on this agreement. The sub-contract work may be distributed amongst
bidders at L1 bidder’s rate.
Page - 8
3. 1st Party has the right to re-allot the work to any other party if the performance of the 2
nd party is not
satisfactory.
4. In case the work allotted to 2nd
Party or part thereof is not completed within the stipulated time period
or abandoned, the same shall be got completed by the 1st Party at the risk and cost of 2
nd party.
5. All risks of loss or damage to physical property and of personnel injury and death, which arises during
and in consequence of the performance of the sub-contract, are the responsibility of the 2nd
Party.
6. The 2nd
Party shall not sublet, transfer or assign the contract or any part thereof without the written
permission from 1st Party.
7. All correspondence, reports, plans and documents forwarded to the 1st Party shall be in English
Language.
8. Amendment to this agreement shall be issued if need arises.
9. 2nd
Party shall abide by all the rules and regulations in force or coming into force in the Kingdom of
Saudi Arabia and shall pay all fees, duties etc. in connection with the execution of the Sub-contracted
work.
10. This agreement is subject to the Laws in the Kingdom of Saudi Arabia.
Technical & Safety Specifications
1. All the technical specifications shall be as per ITC’s Standards and Specifications.
2. Any revision/modification in work suggested by the M/s ITC has to be accepted and followed by the
2nd
party. 1st Party will supply the revised plan to 2
nd Party.
3. The safety barricades, safety mesh, safety signboards, steel plates, bridges, night watchman, night
safety items including generator shall be provided by the 2nd
Party as per MOMRA/MOC/TRAFFIC
requirements. TCIL sign board will be supplied by 1st Party prior to start the work. All the machineries
shall display TCIL stickers provided by the 1st Party. All the working staffs of 2
nd party have to wear
uniform with TCIL embedded logo which will be supplied by 1st Party on cost basis.
4. Following Safety to be made available on site by the sub-contractors before starting any type of
activity.
i. All staff on site must use (Helmet, Safety Shoes, Safety jacket etc.)
ii. Locate & mark all existing utilities before start any type of work (before test pit or any type of
excavation).
iii. Amana sign board must be available at beginning and end of any trench and in every
excavation as per Amana standard.
iv. All debris must be removed from site and shall be dumped at approved dumping area.
IN WITNESS WHEREOF the parties hereto have this agreement as of the effective date of Sub-
contract first written above.
TCIL (1
st Party) --------XYZ--------- (2
nd Party)
Signature: ................................................ ______________________
Name:........................................................... ______________________
Designation ___________________________ ______________________
Name of the Company ____________________ ______________________
Address _______________________________ ______________________
_______________________________________ ______________________
Dated: _________________________________ ______________________
Mob: __________________________________ _______________________
E-mail__________________________________ ______________________
FAX:____________________________________ ______________________
Page - 9
Annexure-3
Scope of OSP Maintenance works
1. Objective:
The objective of this scope is to provide ITC with preventive and corrective maintenance services for
last mile OSP network under the new FTTH BB project. The bidders are requested to submit proposal
detailing their methodology and approach against each of the services listed below along with their
previous capabilities in managing such scope.
Below services to be provided by the vendor/supplier:
1) Preventive maintenance
2) Corrective maintenance
3) Cable and/or route locating activities
2. Overview:
The maintenance services are required under FTTH BB project from FDT through the fiber/duct
routes up to customer ODB/FTB:
a) FDTs: 1. Central - Riyadh: 80 cabinets
2. Eastern - Dammam and Khobar: 20 cabinets
3. Western - Jeddah: 25 cabinets
b) OSP cable/duct routes: 1. Central - Riyadh: 666.955 KM
2. Eastern - Dammam and Khobar: 161.833 KM
3. Western - Jeddah: 245.923KM
Note: As part of NW expansion, Additional 5% of existing FTTH NW should be covered by the
maintenance scope without additional cost
3. Scope of requirements:
3.1 Preventive maintenance services: 3.1.1 FDT maintenance services:
3.1.1.1 Preventive maintenance routine (PMR) : All ITC FDTs under FTTH project must be visited,
checked, list the finding issues, fix all findings and submit PMR report to ITC in once per quarter
3.1.1.2 Upon request by ITC or as per agreed schedule, all FDTs shall:
a. Be cleaned and locked
b. Be mounted properly and free of damages
c. If any part of the FDT is rusted spray the same with an anti-rust spray/paint
d. Patch cords feeder and distribution cables are routed properly and labelled
e. Splitters are mounted probably, labelled and unused ports are closed with covers
f. If there is any other remedial work required
3.1.2 Patrolling:
3.1.2.1 All network routes under FTTH project shall be patrolled once a week. Special cases, such as
construction near the network routes and sites, will require daily visits to monitor 3rd party activities,
ensure that there is no risk to the network, and to prevent any cable cuts. The patrolling activity shall
be summarized in weekly patrolling report and submit it to ITC including “Log File” update of all
construction near the network routes.
3.1.2.2 Contractor shall provide following preventive maintenance services including, but not limited
to:
a) Contractor shall execute proper and timely coordination with government authorities and
municipalities to get needed permits for the expected activities that required to carry out the
preventive maintenance service.
b) In the event that the contractor detects, or has been made aware, that a third party is working
or intends to work close to ITC cables/duct, contractor shall:
Page - 10
i. Stop the third party activities nearby ITC network if 3rd party doesn’t have a proper
permission /coordination with ITC prior to start with his activity and such case shall
be opened with the police if required.
ii. Dully fill warning letter form, get it signed by the 3rd party/project owner and submit
to ITC.
iii. Open ticket and document the third party name, route under risk, date/time, and
expected action to take.
iv. If the 3rd party has all permission, locate the cable route, monitor the 3rd parties
activities to ensure that there is no risk to ITC network and to prevent any cable/duct
cut or damage.
3.1.2.3 Follow up on all cut cases up to permanent repair and settlement is completed with third
parties/project owners.
3.2 Corrective Maintenance Services:
3.2.1 Contractor shall provide following services as fault alarms generated from monitoring system or
when requested by ITC, corrective maintenance services including, but not limited to:
a) Restoring cable or duct damaged by 3rd parties or natural calamities to their original state.
Maintenance service scope covers OSP routes between FDTs as well as OSP routes from FDT
to the ODB/FTB location outside customer building including feeder cables, distribution
cables, drop cables, manholes, hand holes, closures, FDTs, ODB, splitter, ODF and FTB
b) Restoring wash out due to natural calamities or due to third party intervention and the
backfill materials around the duct or manhole disturbed.
c) Troubleshooting and repairing of: (Metro and Last mile inside FTTH district)
i. Cuts or damages to cable\duct in the routes or inside manhole or hand hole
ii. Damages to closure, manhole and/or hand hole infrastructure or their related
accessories
iii. Damages or faults to the fiber cables (feeder cable, distribution cable, drop
cables)
iv. Damages to MH/HH structure including missing covers.
v. Faults or damaged to the splitters, ODF, ODB, FTB or their related
accessories
vi. Faults or damaged to Patch cords or connectors
vii. Faults or damages in the FDT or its related accessories
d) Ensure availability of qualified team, equipment, spare parts and tools and mobilize them to
the damaged location within two (2) hours of receive request in the cities where maintenance
Center (MC) is available and plus travelling time from nearest MC in remote cities.
e) Equipment and tools must be available with all maintenance field teams
f) The time of request shall be recorded as the time first report/inform of such an incident to
the contractor point of contact
3.2.2 Temporarily repair:
3.2.2.1 Regardless of the cause, contractor; should find out the fault, cut or damage location and splice
the working fibers to restore the traffic as soon as possible, and then immediately splicing the non-functioning fibers and couple the free ducts should follow
3.2.2.2 Contractor shall be In-charge of searching and locating the 3rd party/project owner who caused
the damaged, if any, and coordinate with him to facilitate whatever needed to carry out immediate
repair, if the 3rd party could not be found or refused to cooperate then contractor will be responsible to
do whatever needed by his own to rectify the damage and restore damaged cable/duct temporary and
then permanently
3.2.2.3 Contractor shall prepare and submit incident report , notice for cable cut\duct damage additionally to the police report to ITC
3.2.2.4 In case equipment for civil work are required to carry out the temporary repair, contractor shall
arrange all required equipment for civil work
3.2.3 Permanent repair:
Page - 11
3.2.3.1 This may include damaged duct repair, cable and course replacement in addition to associated
civil work, contractor and upon request by ITC and within a week from ITC request, should submit all
required documentation such as bill of quantity (BOQ), material required and maintenance downtime
request in order for ITC to review and approve the final repair plan.
3.2.3.2 Contractor shall obtain all required permits such as municipality permit, traffic authority permits etc.
3.2.3.3 Following to any temporary repair, and if the 3rd party is identified and commit to repair all
damages, contractor shall be in charge to coordinate with the 3rd party to carry out the permanent
repair, provide the permanent repair plan (including MDT request) to ITC and upon approval to
supervise and support the 3rd party till permanent repair is successfully implemented
3.2.3.4 Following to permanent repair by 3rd party, contractor to prepare and submit incident report,
notice for cable cut\duct damage which to be signed by the 3rd party and project owners and obtain receipt confirmation.
3.2.3.5 if the 3rd party could not be identified or refused to cooperate, contractor shall provide the
repair plan (including MDT request) to ITC along with bill of quantities (BOQ) and upon approval ITC will issue work order to the contractor to implement the permanent repair
3.2.3.6 Following to permanent repair by the contractor, contractor to prepare and submit incident
report, notice for cable cut\duct damage which to be signed by the 3rd party and project owners and
obtain receipt confirmation, police report to be obtained and submitted and as built bill of quantities (BOQ) to be prepared and submitted to ITC
3.2.3.7 ITC will issue purchase order to the contractor as per the approved BOQ, items cost will be
based on ITC NBB UPL
3.2.3.8 After activity or repair completion, the contractor should perform the end-to-end test continuity
and attenuation should be within normal range and should be performed with or without the
attendance of ITC’ representative, and In case if test results show high attenuation level, contractor shall perform all responsible efforts to make any required repairs to resolve the attenuation issues
3.2.3.9 In case equipment for civil work are required to carry out the permanent repair, contractor shall
arrange all required equipment
3.2.3.10 ITC and the contractor shall provide the respective materials for any corrective maintenance
services to be performed by the contractor. The contractor shall provide all needed consumables (i.e.
patch cords, connectors, couplers, ropes, warning tapes, labels). ITC will provide all spare materials
(i.e. splitters, ODFs, Patch panels, FO Cable, FAT, Closures, ODBs….) to the contractor.
3.2.3.11 ITC might request the contractor to Provide the spare materials through work order and the contractor will be compensated as per ITC UPL.
Required material due to damage by 3rd
party, to be arranged and co-ordinated between the contractor
and 3rd
party. If the 3rd
party is unknown then the contractor shall arrange required materials and ITC to be charged based on UPL.
3.2.3.12 Contractor shall provide a one (1) year warrantee from the date of permanent reinstatement above during which time the Contractor shall remedy, free of charge, any failure, repair or restoration
3.2.3.13 All equipment or tools used by contractor must be always calibrated as per frequency
specified by manufacturer through an independent agency and the due date of calibration shall be
affixed on the equipment and contractor shall provide ITC with a copy of calibration certificates for
each or any equipment\tool.
3.2.3.14 Contractor field team duty shall be 24/7 and 365/year (Including Eid and Hajj holidays) to
manage all the preventive and corrective maintenance activities.
3.3 Cable\Route locating activities and tasks:
3.3.1 Upon request by ITC to coordinate with municipalities, third parties and/or any other
competent local authorities for all operational and maintenance issues, including Identifying,
showing existing ITC FDTs, routes and cable locating tasks requested by third parties, other
service provides or any local authorities
3.3.2 The contractor shall close any cable locating request within three (3) business daysfrom the
request receiving date.
Page - 12
3.4 Maintenance Downtime (MDT) and Threatening Condition (TC):
Contractor has overall responsibility for the following aspects of MDT or TC:
3.4.1 Submit any MDT or TC request to ITC providing all required diagram, sketch, drawings and
any documents to help ITC to understand the required work.
3.4.2 Acquired the required government permission/permits where required.
3.4.3 Request should be follow ITC process and should be submitted to ITC for approval prior to
any and each activity as follows:
a. Planned Activity:
Contractor should give ITC at least fourteen (14) working days advance notice prior to the
planned activity. Such activities are typically performed during a standard maintenance
window as per ITC policy.
b. Urgent activity:
Critical or emergency cases which might requires immediate actions or efforts to correct
Network conditions that are likely to cause service outages, links down or customer down,
such cases will be approved by ITC on case by case basis and contractor should provide at
least twenty four (24) hour notice prior to any and each activity providing all required
documents, For non-service affecting maintenance, a minimum twelve (12) hours’ notice is
required.
3.5 Hand over and take over required materials and spare parts: Contractor prior to commencement date shall submit to ITC a list of sufficient amount of materials
and spare parts required for the maintenance services, and contractor shall be responsible for the
followings:
i. Ensure the materials availability in maintenance centers
ii. Ensure that material and spare parts are properly maintained\used.
iii. Responsible for any damage, loss or improper use.
iv. Reconciliation tracking sheet to maintain the material and spare parts both received
and consumed ones against each incident or activity and the balance.
v. Responsible to return back to ITC warehouse the balance of issued materials\spare
parts at the end on the contract at the same condition.
3.6 Maintenance Centers (MC) 3.6.1. The contractor responsibility is to establish maintenance centers (MC’s) to operate and maintain
daily network activities and requirement. In case of network expansion, the contractor shall establish
new maintenance center in new cities as soon as the new FDTs are added into the contractor scope.
3.6.2. The contractor is responsible to store all materials in a secure place in each maintenance center.
3.7 Documentation 3.7.1. As built Drawings: As-built drawings shall be updated on periodic basis and updated drawings
shall be in place at the appropriate HQ and maintenance centers. All information, such a new
enclosure, new marker posts , GPS location, slack, duct utilization , and other change in the network
shall be reflected on as-built drawing.
3.7.2. Documentation and log files: the contractor has overall responsibility for providing all
documents processes, procedure, forms , checklist, log –files and any other documentation necessary
to properly operate and maintain the network. These document s shall include but not limited to the
fiber utilization plan, cable relocation, cable cut with claims and tracking of official letters sent to 3rd
parties, cable locating, exposed cable, equipment and tools distribution, calibration, and next
calibration date, spare parts and consumables available in the stores and utilized.
3.8 Operations performance reporting The Contractor shall provide the following Periodic Reports
i. Monthly performed activities such as tickets tracking report with SLA calculation, issued
warning letters, issued notice for fiber cut/duct damage reports
ii. Monthly Work orders tracking report
iii. Monthly cable locating activities tracking report
Page - 13
iv. Monthly stock utilization report
v. Yearly MH PMR findings and clearance tracking report
vi. Quarterly FDT PMR findings and clearance tracking report
vii. Weekly patrolling report along with finding list and correction plan
viii. The Contractor shall provide the ITC with a comprehensive report about any subject requested
by ITC relating to the operation and maintenance at any time.
ix. The Contractor shall provide customized report needed by ITC management at any time.
3.9 Preliminary Acceptance Test (PAT) In case of network expansion or additional FDT, the Contractor is responsible to attend all Preliminary Acceptance Test PAT activities on behalf of ITC in order to perform the Acceptance and Handover, record the outstanding items list (OIL) during PAT, verify the as-built documents.
4. Service Levels and Key Performance Indicators: 4.1.1 Organization chart to be submitted with qualified staff members within fourteen (7) days prior to
the activity’s commencement date for ITC representative to review and approve in writing, and in the
event that ITC representative does not approve the submittals, contractor shall revise same and re-
submit to the full satisfaction of ITC representative and until the latter approves the organization chart
with qualified staff members.
4.1.2 The contractor shall be ready to perform all activities necessary to mobilize all needed resources
such as key persons and staff, and this preparation shall also include making available all spare parts,
equipment, tools, vehicles, drawings, transportation and any other items required for starting the
contract activities service.
4.1.3 Contractor shall get approval from ITC prior to mobilization and demobilization of staff.
4.1.4 Contractor shall within thirty (30) days prior to the activity’s commencement date get registered
in the corresponding municipality and other authority to be eligible to apply for an emergency and
normal permits to work on sites whenever needed
4.1.5 PMR staff shall wear uniform similar to ITC Logo (Red Shirt and Gray paint), the contractor’s Staff shall wear this uniform all the time during any field activity.
4.1.6 All equipment and staff related to ITC project shall always remain on standby status and be ready for verification and inspection by ITC staff at any time and without prior notice.
4.1.7 All contractor staff members shall be obliged to answer the telephone calls or shall call back ITC
FOPS team within 15 minutes.
4.1.8 The preventive and corrective maintenance team shall have new vehicles/vans equipped with
flash lights, safety corns, valid calibrated equipment, and all required materials and necessary item to
be on the site for emergency repair.
4.1.9 Contractor shall appoint a competent and qualified contract coordinator who shall effectively
address contractor’s services related problems including fulfilling all administrative requirements
towards ITC (e.g. preparing and submitting all periodic report, follow up assigned tickets/tasks/work
orders etc.….). Said contract coordinator shall make good faith efforts to settle ITC’s issues or
grievances relating to contractor’s performance in a swift and a professional manner.
4.1.10 ITC has the right to issue work order to the contractor to perform any specific work related to
FTTH OSP project, such work orders will be charged separately as per attached UPL
A) Preventive Maintenance SLA:
1. FDTs: Quarterly preventive maintenance routine visit (agreed schedule or upon ITC request)
2. Weekly routes patrolling
3. Correction plan for finding list to be conducted as following:
a) Non-service affect finding: to be corrected within the same day
b) Service affected finding: depends on the finding severity, MDT / TC process to be followed
4. The contractor shall close any cable locating request within three (3) business days from the request
receiving date.
B) Corrective Maintenance SLA:
1. Corrective maintenance services shall be conducted upon the fault alarm generated from monitoring
system or request from ITC NOC/FOPS twenty four (24) hours a day, seven (7) days a week and three
hundred and sixty five (365) days a year (including any and all holidays Hajj, Eid etc.).
Page - 14
2. Mobilize and ensure team availability to the damage Site within 2 hours from fault alarm generated
from monitoring system or request from NOC team.
3. Fault repair or temporarily repair and re-instate network service time SLA:
No. City SLA
1 Riyadh 6 Hours
2 Dammam & Khobar 6 Hours
3 Jeddah 6 Hours
*For new cities under upcoming FTTH project phases, same SLA will be applied after introduce new MC
4. Permanent repair and re-instate the damaged site to its original state within a week from ITC request after submitting the permanent plan including all required documentation such as BOQ, material and MDT request in order for ITC to review and approve the final repair.
5. Escalation Management 1. The Contractor shall follow the escalation processes for operation issued by ITC.
2. The Contractor shall setup and provide his escalation matrix and processes for operation.
6. Delay Penalty
Maintenance Services shall be subject to a delay penalty which will be applied when the Maintenance Services are delayed:
6.1 Preventive Maintenance Delay Penalty: Contractor shall be subject to a delay penalty of
(20%) of the FDT Maintenance fee value for each forty-eight (48) hours period that preventive
maintenance services are delayed beginning from the time a preventive maintenance service is due in
accordance shall not to exceed 10% of the annual maintenance fee. 6.2 Corrective Maintenance Delay Penalty: Contractor shall be subject to a delay penalty from the fault time or network operation center notification time and according to the following table:
Applicable Outage penalty per hour (or part thereof) Per
incident
Service affecting faults Non-Service affecting faults
500 SAR 200 SAR
*However, the corrective maintenance delay penalty will be applicable for each (1) hour delay or part thereof and for each incident from the time fault alarm generated from monitoring system or Contractor is notified and shall not to exceed 10% of the contract value. *Delay due to uncontrollable reason by the contractor such as customer request, access permission,
force majeure, ITC request or any other justifiable reason dully approved by ITC will be excluded
Page - 15
Annexure-4
M/s ITC – Unit Price List (UPLs)
Item
Code Item Description Unit
ITC -
NBB UPL
Prices
BB001
Directional drilling with minimum 140 MM main HDPE (OD), PN16 or as per
requirement to accommodate 3X50MM-OD (including supply and installation of
3X50MM HDPE PE100,PN 16 (40.8MM/50 MM (ID/OD)) ducts with 6mm Nylon
rope and end caps.
M 753.11
BB002
Directional drilling with minimum 200MM-OD PN16 HDPE or as per requirement to
accommodate 6x50MM-OD (including supply and installation of 6X50MM HDPE
PE100,PN 16 (40.8mm/50 mm (ID/OD)) ducts with 6mm Nylon rope and end caps.
M 902.74
BB003
Directional drilling with minimum 315-OD PN16 MM HDPE OR as per requirement
to accommodate 15X50MM-OD (including supply and installation of 15X50MM
HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD) ducts with 6mm Nylon rope and end
caps.
M 1541.14
BB004
Trench excavation 200MM X 650MM in SOIL including full concrete back filling
(without 1M2 milling and paving) compaction and complete reinstatement. (Lump sum
cost, inclusive of preparing all kinds of drawings, obtaining permits transporting
surplus excavated material to designated area etc.) without marker post.
M 40.00
BB005
Trench excavation 200MM X 650MM in ROCK including full concrete back filling
(with 1M2 milling and paving) compaction and complete reinstatement. (Lump sum
cost, inclusive of preparing all kinds of drawings, obtaining permits transporting
surplus excavated material to designated area etc.) without marker post.
M 90.00
BB006
Trench excavation 100~130MM X 600MM in SOIL including full concrete back
filling (without 1M2 milling and paving) and complete reinstatement. (Lump sum cost,
inclusive of preparing all kinds of drawings, obtaining permits, transporting surplus
excavated material to designated area etc.) without marker post.
M 40.00
BB007
Trench excavation 100~130MM X 600MM in ROCK including full concrete back
filling (with 1M2 milling and paving) and complete reinstatement. (Lump sum cost,
inclusive of preparing all kinds of drawings, obtaining permits, transporting surplus
excavated material to designated area etc.) without marker post.
M 84.00
BB008
Trench excavation 90MM X 450MM in Rock including full concrete back filling
without 1 M2 milling and paving (Lump sum cost, inclusive of preparing all kinds of
drawings, obtaining permits, reinstatement, transporting surplus excavated material to
designated area etc.)
M 74.00
BB009
Trench excavation 90MM X 450MM in soil including full concrete back filling
without 1 M2 milling and paving (Lump sum cost, inclusive of preparing all kinds of
drawings, obtaining permits, reinstatement, transporting surplus excavated material to
designated area etc.)
M 32.55
BB010 Milling and paving as per Municipality / MOT requirement with 1 meter width Sq.M 29.00
BB011 Milling and paving as per Municipality / MOT requirement with 3 meter width Sq.M 87.00
BB012 Milling and paving as per Municipality / MOT requirement with 4 meter width Sq.M 116.00
BB013 Milling and paving as per Municipality / MOT requirement with 5 meter width Sq.M 145.00
BB014
Supply and install 1x50mm HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD)) duct with
detectable warning tape, 6mm Nylon rope, end caps and spacers for 20cm trench-
without concrete
M 9.20
BB015
Supply and install 3x50mm HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD)) duct with
detectable warning tape, 6mm Nylon rope, end caps and spacers for 20cm trench-
without concrete
M 31.92
BB016
Supply and install 6x50mm HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD)) duct in
sand/normal soil with detectable warning tape, 6mm Nylon rope, end caps and spacers
for 20/40 cm trench-without concrete
M 52.00
BB018
Supply and install 12x50mm HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD)) duct in
sand/normal soil with detectable warning tape, 6mm Nylon rope, end caps and spacers
for 20/40 cm trench-without concrete
M 87.00
BB019
Supply and install 15x50mm HDPE PE100,PN 16 (40.8mm/50 mm (ID/OD)) duct in
sand/normal soil with detectable warning tape, 6mm Nylon rope, end caps and spacers
for 20/40 cm trench-without concrete
M 111.00
Page - 16
Item
Code Item Description Unit
ITC -
NBB UPL
Prices
BB020 SUPPLY & INST. 1 way 7X20/16mm MICRO DUCT with detectable warning
tap,spacer and end caps. 4mm Nylon rope, end caps and spacers for 10~13cm M 16.00
BB021 SUPPLY & INST. 1 way 2x12/8mm MICRO DUCT warning tap, spacer and end caps.
4mm Nylon rope, end caps and spacers for 9cm M 7.60
BB022 Supply and install 1x20mm HDPE PE100,PN 16 duct with detectable warning tap,
spacer, 4mm Nylon rope and end caps. M 5.49
BB023 Supply and install 2x20mm HDPE PE100,PN 16 duct with detectable warning tap,
spacer, 4mm Nylon rope and end caps. M 10.98
BB024 Supply and install Mini-manhole Type-1 with round cover heavy duty cover as per ITC
approved design by approved supplier. Each 6159.00
BB025 Supply and install Mini-manhole Type-2 with round cover heavy duty cover as per ITC
approved design by approved supplier. Each 8528.00
BB026 Supply and install Two cover Handhole with square heavy duty cover as per ITC
approved design by approved supplier. Each 3659.00
BB027 Supply and install One cover Handhole with square heavy duty cover as per ITC
approved design by approved supplier. Each 1895.00
BB028 Supply and installation of Street Cabinet Foundation as per ITC approved design and
supplier for street cabinets. Each 3750.00
BB029 Supply and installation of protection post (Dia. 150mm) as per ITC approved design
and supplier Each 236.41
BB030 Supply and installation of protection post (Dia. 300mm) as per ITC approved design
and supplier Each 331.17
BB031 Extra depth excavation in SOIL. Cu.M 46.88
BB032 Extra depth excavation in ROCK Cu.M 94.76
BB033
Breaking & reinstatement of asphalt road surface as per municipality requirements &
standards including transportation of excavated materials to a pre-approved dumping
area.
Sq.M 73.82
BB034 Breaking and reinstatement of normal concrete tile. Sq.M 89.78
BB035 Breaking and reinstatement of special tile Sq.M 145.64
BB036 Removing and reinstatement of interlocking tiles Sq.M 105.74
BB037 Breaking and reinstatement of marble tile. Sq.M 214.46
BB038 Breaking and reinstatement of asphalt footway. Sq.M 73.82
BB039 Cutting and reinstatement in garden areas. Sq.M 17.96
BB040 Cut access hole thru block wall with 50MM DIA Each 97.76
BB041 Making new duct entries (1x50mm) to cable vault / concrete wall by core drilling. Each 103.74
BB042 Supply and install of 100mm galvanized cable tray as per ITC approved design. M 79.80
BB043 Supply and install of 150mm galvanized cable tray as per ITC approved design. M 128.68
BB044 Supply and install of 300mm galvanized cable tray as per ITC approved design. M 189.53
BB045 Supply and install GI pipe (50mm OD) with minimum wall thickness of 2mm and 60
micron of galvanising. M 63.84
BB046
Supply and install Galvanized U-guard 1.5M height (60mm OD) to accommodate
2x20mm duct with minimum wall thickness of 2mm and 60 micron of galvanising and
clamps with marking plate for codification.
Each 48.88
BB047
Supply and install Galvanized U-guard 1.5M height (30mm OD) to accommodate
1x20mm duct with minimum wall thickness of 2mm and 60 micron of galvanising and
clamps with marking plate for codification..
Each 33.92
BB048 Supply and installation of 25mm plastic trunking with wall. M 8.98
BB049 Supply and installation of 50mm plastic trunking with wall. M 10.97
BB050 Supply and installation of concrete marker post as per ITC design and approved
supplier including paint Each 139.65
BB051 Supply and install 5 micro ducts (each with different colored) (HDPE, 12 mm(ID), PE
100, PN 16) in existing 50/40.8MM duct M 20.95
BB052 Supply and install 5 micro ducts (silicon coated with different colored) (HDPE, 12
mm(ID), PE 100, PN 16) in existing 50/40.8MM. M 24.94
Page - 17
Item
Code Item Description Unit
ITC -
NBB UPL
Prices
BB053 Supply and install 4x14/11.5 micro ducts (silicon coated with different colored)
(HDPE, 14.0 mm(OD), 11.5mm (ID) PE 80, PN 12) bundle in existing 50/40.8MM. M 18.95
BB054 Supply and install 4 micro ducts (silicon coated with different colored) (HDPE, 12.5
mm(OD), 10.5mm (ID) PE 100, PN 16) in existing 50/40.8MM. M 24.94
BB055 Supply and placement of lean mix concrete (with minimum strength of 150kg/sq.cm at
28 days) for backfilling. Cu.M 183.54
BB056 Supply and placement of concrete (with minimum strength of 250kg/sq.cm at 28 days)
in cast in-situ structures. Cu.M 201.50
BB057 Supply and placement of concrete (with minimum strength of 300kg/sq.cm at 28 days)
in cast in-situ reinforced structures. Cu.M 220.45
BB058 Supply and install manhole Type-A with round cover heavy duty cover as per ITC
approved design by approved supplier. Each 13545.00
BB059 Dewatering from existing Manhole Type-A Each 448.88
BB060 Dewatering from existing Mini Manhole Type-1 Each 269.33
BB061 Dewatering from existing Mini Manhole Type-2 Each 359.10
BB062 Dewatering from existing single cover hand-hole Each 179.55
BB063 Dewatering from existing Two cover Hand-hole Each 224.91
BB065 Supply and installation of Manhole Heavy duty cover for Type-A/D manhole. Each 1042.39
BB066 Supply and installation of Mini Manhole Heavy duty cover for Type-1/2 manhole. Each 900.74
BB067 Supply and installation of Hand hole Heavy duty cover for Hand-hole. Each 852.86
BB068 Close & seal of occupied ducts Each 5.99
BB069 Close & seal of empty ducts with end caps Each 6.98
BB070 Provide 20mm holes for villas or flats (house connection each 47.50
BB071 Installation of Street cabinet on foundation including transportation from ITC
warehouse to site. Each 700.00
BB072 Installation of all types of Splitters in FDT Each 51.87
BB073 Installation of fiber optic cable in sub-duct or HDPE pipe ( either blowing or pulling)-
Height count with orange pipe installation in MH/HH Lm 4.20
BB074 Installation of fiber optic cable in sub-duct or HDPE pipe ( either blowing or pulling)-
Low count with orange pipe installation in MH/HH Lm 3.20
BB075 Installation of fiber optic cable in buildings including protection pipe. (do not include
civil works) Lm 12.83
BB076 Splice individual fiber in splice tray. Each 17.00
BB077 Terminate Individual Fiber at ODF (Any type) Each 17.00
BB078 Setting up joint closure in manhole or in direct buried cable. Each 379.05
BB079 Installation of ODF/OSF (Any Type) 144.64
BB080 Installation of 60x60 cabinets 9U & 12U (inclusive transportation from ITCW/H to
site) Each 171.00
BB081 Installation of 60x60 cabinets 21U & 42U (inclusive transportation from ITCW/H to
site) Each 237.50
BB082 Installation of 2-32F ATBs, FTB, FOB, OSB, ODB on Wall (No splicing) Each 47.50
BB085
Survey, plan, design, as-built and updating as built in GIS producing, updating all type
of drawings and inventory in GIS/GDI, per FDT including distriction and feeder design
and as built binder and updating in GIS/GDI
Per
street 14000.00
BB129 Supply and Installation of steel flexible pipe - 20mm dia Lm 23.75
BB130 Supply and Installation of steel pipe - 20mm dia Lm 28.50
Page - 18
Annexure-5
INTEGRITY PACT
General
This Agreement (herein after called the Integrity Pact) is made on ……. day of the Month of………, between on one
hand, Telecommunications Consultants
India Ltd. (TCIL) acting through Mr. ………………………………. Regional Director, TCIL KSA (Name & Designation
of the officer) (Hereinafter called the “BUYER” which expression shall mean and include, unless the context otherwise
requires, his successors in office and assigns) of the First Part and M/s ……………………………………………. (Name
of the Company) C.R No. ……… ……………………………. represented by Mr.
………………………………………….., …………………………………. (Name & Designation of the Authorized
Signatory) (hereinafter called the “BIDDER/Seller” which expression shall mean and Include, unless the context
otherwise requires, his successors and permitted assigns) of the Second Part.
WHEREAS THE BUYER invites bid against Tender/RFO/EOI/RFP/RFQ for the …………………
………………………………
Name of the Stores/ Equipment/ Services, Ref No. & Date and the BIDDER/Seller is willing to submit bid for the same
and WHEREAS the BIDDER is a Private Company/ Public Company/ Government Undertaking/ Partnership
Firm/Proprietorship Firm/ Registered Export Agency, constituted in accordance with the relevant law in the matter and
the BUYER is a Public Sector Undertaking.
NOW, THEREFORE
To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced
dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :-
Enabling the BUYER to obtain the desired said stores/equipment/Services at a competitive price in conformity with the
defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract(s) by
providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the
BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-
1. Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract(s), will
demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or
any material or immaterial benefit or any other
Advantage from the BIDDER, either for themselves or for any person, organization or third party related to the
contract(s) in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process
related to the contract(s).
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all BIDDERs the same
information and will not provide any such information to any particular BIDDER which could afford an advantage to that
particular BIDDER in comparison to other
BIDDERs.
1.3 All the officials of the BUYER will report to the CMD, TCIL any attempted or completed breaches of the above
commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with
full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a
person shall be debarred from further dealings related to the contract(s) process. In such a case while an enquiry is being
conducted by the BUYER the proceedings under the contract(s) would not be stalled.
2. Commitments of BIDDERs
The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal
activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract(s) or
in furtherance to secure it and in particular commit itself to the following :-
Page - 19
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person,
organization or third party related to the contract(s) in exchange for any advantage in the bidding, evaluation, contracting
and implementation of the contract(s).
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the BUYER or otherwise in procuring the contract(s) or forbearing to do or having done any
act in relation to the obtaining or execution of the contract(s) or any other contract(s) with TCIL for showing or
forbearing to show favour or disfavour to any person in relation to the contract(s) or any other
contract(s) with TCIL.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their
foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other intermediary, in connection
with this bid/contract(s).
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER has not engaged any individual or firm
or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its
functionaries, whether officially or unofficially to the award of the contract(s) to the BIDDER, nor has any amount been
paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession,
facilitation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before signing the contract(s)
shall disclose any payment he has made, is committed to or intends to make to officials of the BUYER or their family
members, agents brokers or any other intermediaries in connection with the contract(s) and the details of services agreed
upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract(s) to impair the transparency, fairness and
progress of the bidding process, bid evaluation, contracting and implementation of the contract(s).
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to others any
information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and
business details, including information contained in any
Electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is
divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.
3.12 If the Bidder or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or
indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER
has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of
tender.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions,
directly or indirectly, with any employee of the BUYER.
3.14 The BIDDER will not bring any Political, Governmental or Diplomatic influence to gain undue advantage in its
dealing with BUYER.
3.15 The BIDDER will promptly inform the Independent External Monitor (of BUYER) if he receives demand for a bribe
or illegal payment/benefit and
i. If comes to know of any unethical or illegal practice in BUYER.
ii. If he makes any payment to any BUYER Associate.
3.16 The BIDDER will undertake to demand from all sub-contractors a Commitment in conformity with this Integrity
Pact.
3.17 The Bidder will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or
informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of
this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with
Page - 20
any Public Sector Enterprise in India or any Government Department in India/Kingdom of Saudi Arabia that could justify
BIDDER’s exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender
process or the contract(s), if already awarded, can be terminated for such reason.
5. Sanctions for Violations
5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether
with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions,
wherever required:-
i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the
BIDDER. However, the proceedings with the other BIDDER(s) would continue.
ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract(s)
is/are signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be
required to assign any reason.
iii) To immediately cancel the contract(s), if already signed, without giving any compensation to the BIDDER.
iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 5% higher
than the prevailing Base Rate of State Bank of India, while in case of a BIDDER from a country other than India with
interest thereon at 5% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in
connection with any other contract(s), such outstanding payment could also be utilized to recover the aforesaid sum and
interest or initiate penalties as per the Laws in the Kingdom of Saudi Arabia.
v) To encash the advance Bank Guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to
recover the payments, already made by the BUYER, alongwith interest.
vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss
or damage to the BUYER resulting from such cancellation/rescission
and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.
vii) To debar the BIDDER from participating in future bidding processes of TCIL for a minimum period of five years,
which may be further extended at the discretion of the BUYER.
viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to
securing the contract(s).
ix) In cases where irrevocable Letters of Credit have been received in respect of any contract(s) signed by the BUYER
with the BIDDER, the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason
for imposing sanction for violation of this Pact.
xi) Any other action as decided by CMD, TCIL based on the recommendation by Independent External Monitors (IEMs).
5.2 The BUYER will be entitled to take all or any of the actions mentioned at para 5.1(i) to (xi) of this Pact also on the
Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of
the BIDDER), of an offence as defined in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act
1988 or any
Other statute enacted for prevention of corruption in the respective Countries where the act occurs.
5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the
BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent External
Monitor (s) appointed for the purposes of this Pact.
5.4 For any breach of the provisions of Clauses 1.1 to 1.3 by the Buyer, action as mentioned at Clause 2 shall be
applicable.
6. Fall Clause
6.1 The BIDDER undertakes that it has not supplied similar products/systems or subsystems or executed works in the
past six months in the same State for quantity variation upto -50% or +10%, at a price lower than that offered in the
present bid in respect of any other Ministry/Department of the Government of India or PSU and if it is found at any stage
that similar products/systems or sub systems was supplied by the BIDDER to any other Ministry/Department of the
Government of India or a PSU at a lower price, then that very price will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the BUYER, if the contract(s) has/have already been
concluded, else it will be recovered, from any outstanding payment due to bidder from TCIL.
7. Independent External Monitor (IEMs)
7.1 The BUYER has appointed Independent External Monitors (IEMs) for this Pact in consultation with the Central
Vigilance Commission. Names and email addresses of the IEMs are given on TCIL Website.
7.2 The task of the IEMs shall be to review independently and objectively, whether and to what extent the parties comply
with the obligations under this Pact.
Page - 21
7.3 The IEMs shall not be subject to instructions by the representatives of the parties and perform their functions neutrally
and independently. They report to the CMD, TCIL.
7.4 Both the parties accept that the IEMs have the right to access all the documents relating to the project/procurement,
including minutes of meetings.
7.5 As soon as the IEM notices, or has reason to believe, a violation of this Pact, he will so inform the CMD, TCIL. The
IEM can in this regard submit nonbinding recommendations. If TCIL has not, within the reasonable time, taken visible
action to proceed against such offence, the IEM may inform directly to the Board of Directors, TCIL.
7.6 The BIDDER(s) accepts that the IEM has the right to access without restriction to all Project documentation of the
BUYER including that provided by the BIDDER. The BIDDER will also grant the IEM, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The IEM shall be under obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
7.7 The BUYER will provide to the IEM sufficient information about all meetings among the parties related to the Project
provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the
IEM the option to participate in such meetings.
7.8 The IEM will submit a written report to the CMD, TCIL within 8 to 10 weeks from the date of reference or intimation
to him by the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.
7.9 The word 'IEM' would include both singular and plural.
8. Facilitation of investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies
shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall
provide necessary information and documents in English and shall extend all possible help for the purpose of such
examination.
9. Law and Place of jurisdiction
This Pact is subject to Indian Law /the Laws of the Country applicable in dealing with Anti-Corruption. The place of
performance and jurisdiction is the seat of the BUYER (Riyadh) or Delhi –India.
10. Other Legal Actions
10.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in
accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
10.2 The arbitration clause provided in the tender document/contract shall not be applicable for any issue/dispute arising
under Integrity Pact.
11. Validity
11.1 The validity of this Integrity Pact shall be from the date of its signing and extend up to 5 years or the complete
execution of all the contracts to the satisfaction of both the BUYER and BIDDER/Seller, including warranty period,
whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the
signing of the contract.
11.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In
this case, the parties will strive to come to an agreement to their original intentions.
11.3 If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of
this pact as specified above, unless it is discharged / determined by CMD, TCIL.
11.4 Changes and supplements need to be made in writing.
11.5 If the Contractor is in a partnership or a consortium, this agreement must be signed by all partners or consortium
members.
12. The parties hereby sign this Integrity Pact at ___________ on ___________.
BUYER BIDDER/SELLER
Signature _____________________________ ______________________
Name of the officer ______________________ ______________________
Designation ___________________________ ______________________
Name of the Company ____________________ ______________________
Address _______________________________ ______________________
Page - 22
_______________________________________ ______________________
Dated: _________________________________ ______________________
Witness-1 (1st Party) Witness-1 (2
nd Party)
Signature _____________________________ ______________________
Name of the officer ______________________ ______________________
Designation ___________________________ ______________________
Name of the Company ____________________ ______________________
Address _______________________________ ______________________
__________________________________________ ______________________
Dated: _________________________________ ______________________
Witness-2 (1st Party) Witness-2 (2
nd Party)
Signature _____________________________ ______________________
Name of the officer ______________________ ______________________
Designation ___________________________ ______________________
Name of the Company ____________________ ______________________
Address _______________________________ ______________________
_______________________________________ ______________________
Dated: _________________________________ ______________________