national competitive bidding (ncb) single stage …...scheduled in india only drawn in favour of...

27
National Competitive Bidding (NCB) Single Stage Two Cover System BIDDING DOCUMENT For Procurement of the work Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme. Volume 1-Technical Bid Issued on : 23.08.2018 Invitation for Bids No. : 2599/ENGG/2018-19 Package No : Employer: The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation Limited, Tamil Nadu Tourism Complex, 2, Wallajah Road, Chennai 600 002, Tamil Nadu Telephone: +91- 44-, 25333851-85 Email: [email protected] 1 | P a g e

Upload: others

Post on 16-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

National Competitive Bidding (NCB)

Single Stage Two Cover System

BIDDING DOCUMENT

For Procurement of the work

Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with

Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram,

Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

Volume 1-Technical Bid

Issued on

: 23.08.2018

Invitation for Bids No.

: 2599/ENGG/2018-19

Package No

:

Employer: The Chairman & Managing Director,

Tamil Nadu Tourism Development Corporation Limited,

Tamil Nadu Tourism Complex,

2, Wallajah Road, Chennai – 600 002, Tamil Nadu

Telephone: +91- 44-, 25333851-85

Email: [email protected]

1 | P a g e

Page 2: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION I TAMILNADU TOURISM DEVELOPMENT CORPN. LTD., CHENNAI-2

INVITATION FOR BID (IFB)

TENDER NOTICE NO: 2599/ENGG/2018 Dt. 23-08-2018

Tamil Nadu Tourism Development Corporation Ltd., Chennai invites sealed Competitive Bids in 2 cover system (Techno Commercial & Price bids) for Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

1. Tender inviting Authority, The Chairman & Managing Director Designation and Address Tamil Nadu Tourism Development Corporation No.2, Wallajah Road

Triplicane

Chennai-600002.

Phone: +91-44-25333851-85

E-mail: [email protected]

2. Name of the Work Tender for Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

3. Estimate Cost Rs.1,41,17,520

4. Tender reference XXXX

5 Tender documents available Tender document can be freely downloaded

from www.tenders.tn.in websites till the closing date and

time of the Tender. The tender document fee is waived

for downloading the tender from these sites.

6. Earnest Money Deposit An EMD amount of Rs.1,41,000/- (Rupees One Lakh

(EMD) Forty one thousand only) should be paid by way of Demand Draft or Banker's Cheque issued by a Bank

scheduled in India only drawn in favour of “The

Chairman & Managing Director Tamil Nadu Tourism

Development Corporation” payable at Chennai.

7. Pre-Bid meeting

Pre-bid meeting will be held on 17.09.2018 at 11.00 AM

at the address mentioned in (1).

8. Tender submission Two Part Bid (Technical Bid and Price Bid) should be

submitted on the due date and time specified in Sl.No.8

below.

9. Submission of Tender – Due

25.09.2018 at 3.00 PM as mentioned in Sl.No.7 above

Date and Time

10. Date, Time and Place

Technical Bid will be opened on 25.09.2018 at 3.30 PM

of opening of Technical Bid at the address mentioned in Sl.No.(1) above

11. Date, Time and Place The date and time of opening of Price Bid will be

of opening of Price Bid intimated later only to the Technically Qualified Bidders

Page- 2 - Signature of the Bidder

Page 3: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

1. A complete set of the Bidding Document in English language may be purchased by interested

Bidders on submission of a written application to “The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation Limited” address given above, on payment of a non-refundable document fee of INR 15,000 (Rupees fifteen thousand only) plus 18% GST for the Contract package separately, only in the form of Demand Draft (Indian Rupees only) during 10:00 hours to 17:00 hours on all working days starting from 23.08.18 to 24.09.18.

2. Further the Bidding Document may also be downloaded from the website www.tenders.tn.gov.in and www.tamilnadutourism.org. The method of payment of document fee will be in the form of Demand Draft in favour of “The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation Limited” payable at Chennai. In case the Bidding Document is downloaded from the website, the document fee has to be paid along with the Bid as a separate instrument other than that of Bid security.

3. Sealed Bids must be delivered at the address above on or before 25.09.18 (15:00 hours). Technical bid must be accompanied by a Bid Security in requisite form for an amount as indicated in Bid data of the bid document. The EMD/Bid security shall be in the form of “Demand Draft or Banker's Cheque. The EMD shall be drawn in favour of “The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation Limited”, payable at Chennai. Late bids shall be rejected. Technical Bids will be opened on the same day 25.09.18 (15:30 hours) in the presence of the bidders or bidder’s representatives who choose to attend. In the event of the specified date of bid submission/opening being declared a holiday for the Employer, the bids shall be received and opened at the same time and place on the next working day.

4. Bidders are encouraged to visit the site, at their own cost, before the pre -bid meeting

/submission of bid. Bidders may visit the respective sites from 03.09.18 to 20.09.18 for this Package during 10:00 hours to 17:00 hours. A list of contact officers may be obtained from the office addresses given above.

CHAIRMAN AND MANAGING DIRECTOR TTDC LTD. CHENNAI-2

Page- 3 - Signature of the Bidder

Page 4: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

Section II

INSTRUCTIONS TO BIDDERS (ITB)

A. General

2.1. Scope of Bid 2.1.1 Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work

and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme

2.1.2 The successful Bidder will be expected to complete the Contract with in the period stipulated in the Contract Data.

2.2 Scope of work: Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

The details scope of work for the bid are as follows;

Extend OFC links @n*10 Mbps at competitive rates as compared to any other Telco QoS enabled Internet BW for campus-wide WiFi through Gateway Provide interface for Lawful Intercept Monitoring and IPDR sharing to LEAs. Should have a nodal officer @ GM-level to co-ordinate and monitor the extension of backhaul

links to all the identified WiFi sites

Identify maximum Footfall areas at the locations identified for Wi-Fi deployment Plan and Design Radio Network for both Capacity and Coverage Plan for Subscriber Capacity & Internet Bandwidth for the Campus-wide deployment Deploy the WiFi Network Infrastructure on the Campus Premises Integrate the Campus WiFi network with the BSNL Internet Gateway Set up and manage a portal for online registration, recharge etc. Operate a NOC with EMS/NMS and OSS/BSS systems for Operations, Monitoring and Control

(OMC) of the entire Wi-Fi Network

Features/service attributes to be provided by the bidder are listed below;

Speed : Assured throughputs between 2 to 10 Mbps to the users at the HotSpot Availability : 99 % availability of WiFi service at the HotSpots Network Management : Centralised Provisioning ,Activation and Monitoring Security : Absolutely secure authentication in conformance to LEA requirements Scalability : 10 to 50 WiFi APs per HotSpot Coverage : At HotSpot Premises From 200 mt *200 mt area to 1 Km * 1 Km area (Upto 100 sq.m per AP) Capacity : From 200 subscribers to 400 subscribers in the proposed HotSpot area Customer Support : 24/7 dedicated Wi-Fi Service Customer Support Center POE switches, Rack, UPS and other auxiliary equipment as needed. Site survey, CAT-5 / CAT-6 cabling based on network design. Installation and Commissioning of WAP and integration with centralized core. Monitoring and Management of campus Wi-Fi network on 24 X 7 Basis. Repair/Replacement of the equipment/accessories without any charges

Page- 4 - Signature of the Bidder

Page 5: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

2.3. Qualification of the Bidder

2.3.1 The bidder should have the following qualification for qualifying in the Technical Bid.

a. The Bidder should have ISO 9001:2008 or an equivalent certification for supply and Maintenance of IT and Network products. (Documentary proof to be attached).

b. The Bidder should have minimum 5 years in business and at least three years of experience in the supply and installation of Wireless Access Points with all necessary accessories and implementation of Wi-Fi Network with core competence in Wi-Fi installation and supported similar solutions for reputed organization(s)/Government Sector ( Documentary proof to be attached)

c. Average annual turnover of Rs.141 lakhs per annum during the last three financial years (Viz 2015-2016, 2016-2017, 2017-2018. (Copy of Audited balance sheet and P&L A/c)

d. The bidder should have offices & Technical resources at Tamil Nadu. Address and contact number of bidder service centre should be provided.(documentary proof to be attached)

e. The bidder should provide names and references of at least three sites where they have

installed, implemented and managed Wireless Network in the last three years with copies of performance certificate. (Documentary proof to be attached)

f. The bidder should provide backend support commitment letter from the respective OEM. The

letter has to be signed by an authorized representative of the OEM. Photo copy of OEM authorization letter would be rejected. (Documentary proof to be attached). The bidder should be a private/public limited company/firm/proprietary concern/ register class I contractor.

g. The bidder should have all the necessary registration of the Govt. under the shop and

Establishment Act, GST, PF, ESI and PAN Number. (Documentary proof to be attached)

h. Any firm black listed by State / Central Government / Undertaking should not participate in the tender. If any such firm participate in the tender concealing the fact and if it is known later their tender/ work order shall be cancelled at any time. Their EMD shall be forfeited and payments if any to them shall be withheld.

2.4 Joint venture not allowed

2.5. Cost of Bidding

2.5.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the

TTDC will in no case be responsible or liable for those costs.

2.6. Amendment of Bidding Documents

2.6.1. At any time after the issue of the Bid documents and before the opening of the Bid, the Bid inviting authority may make any changes, modifications or amendments to the Bid documents and shall send intimation of such change to all those who have purchased the original Bid documents or shall be uploaded in the net. Prospective bidders shall promptly acknowledge the receipt thereof by telex, cable or fax to the Bidding authority. The Bid shall be furnished taking into account the addendum/amendments, if any, issued as mentioned above and any failure in doing so will lead to consequences including rejection of Bid.

B. Preparation of Bids

2.7. Language of Bid

Page- 5 - Signature of the Bidder

Page 6: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

2.7.1 All documents relating to the Bid shall be in the language specified in the English

2.7.2 Where such documents are in other languages (copies of Invoice/performance certificates), it is

the responsibility of the bidder to attach attested translated versions in English along with the

copies of such documents. Failing which the same may not be considered for evaluation.

The attestation should be done by an officer not below the rank of general manager of the bidder’s organization or any notary public.

The authenticity and genuineness shall be the responsibility of the bidder.

2.8. Documents Comprising the Bid

2.8.1 The Technical Bid (Cover-A) submitted by the Bidder shall comprise the following:

a. The Bid b. EMD c. Registration Certificate of the company d. Proof for ISO 9001:2008 or an equivalent certification. e. Proof for having minimum 5 years in business and at least three years of experience in the

supply and installation of Wireless Access Points with all necessary accessories and implementation of Wi-Fi Network with core competence in W i-Fi installation and supported similar solutions for reputed organization(s)/Government Sector.

f. Latest registered partnership deed, in case of partnership firm. g. Copy of Annual Report / Financial statement certified by the Auditors as proof for the bidder

achieving an average annual turnover of Rs.141 lakhs in the preceding three financial years (2015-16, 2016-17, 2017-18).

h. If the bidder is proprietary concern or partnership firm they should furnish a copy of the income tax return for the preceding three financial years. (2015-16, 2016-17, 2017-18).

i. Proof to that the bidder supplied such W ireless Access points with all necessary accessories at least three sites with copies of performance certificate ( copy of supply order to be enclosed).

j. Proof for having offices and Technical resources at least three places in different district of

Tamil Nadu k. Proof for having backed support commitment letter from the respective OEM l. Copy of Registration for GST, PF, ESI particulars with duly notarized m. Copy of PAN card with photo duly notarized. n. Undertaking letter that the company has not been blacklisted by any State/Central

Government/Undertakings.

2.9. The Financial Bid (Cover-B) submitted by the Bidder shall contain the schedule of rates and quantities

duly filled:

a) The price of the each items for Wi-Fi facilities quoted shall be, net up to delivery at our required spot mentioned.

b) Charges for transportation, insurance and other incidental expenses for delivery of items for Wi-Fi facilities shall be included in the cost.

c) The prices, cost stated in the tender shall be in Indian Currency only.

2.10. Bid Prices 2.10.1 The Contract shall be for Supply, Erection, Installation and Commissioning of Wireless

Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme

2.10.2 If the contractor offers discount / rebate in the item, his bid price will be after deducting the discount from the original quoted price. If the contractor offers discount / rebate in the total value

Page- 6 - Signature of the Bidder

Page 7: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

of work, his bid price will be same as original quoted rate, after calculating the total amount the discount / rebate amount is to be deducted.

1. Government of India has notified vide Notification No. 20/2017 – Central Tax (Rate), dated 22nd August, 2017 and Notification No. 24/2017 Central Tax (Rate), dated 21st September, 2017, the concessional rate of the Goods and Services Tax (GST) is leviable for any Government Contract, whether Civil or Electrical, irrespective of the Goods and Services Tax (GST) rate applicable on purchase of goods used in the execution of Government Contract.

2. Goods and Services Tax (GST) Registration and addition of GST in bills: “The Bidder should be required to indicate their GST registration number under the Goods and Services Tax (GST) Act 2017 in the tender form. The Central Goods and Services Tax (CGST) Act 2017, the Integrated Goods and Services (IGST) Act 2017 and the Tamil Nadu Goods and Services (TNGST) Act 2017 have been enacted and enforced from 01.07.2017. Under the new tax regime, GST (comprising CGST, SGST and IGST) as per the Tamil Nadu Goods and Services (TNGST) Act 2017, with effect from 01.07.2017.

3. For every Bill, GST will be paid to the Bidder by the Employer. After the payments including GST, the Bidder should pay the GST Amount to Government through his GST Registration No. to the Employer.

a) First Bill Payment:

“At the time payment for first running account bill, the Bidder should produce the GST paid details on goods (Materials) to the Employer for ITC.”

b) Intermediate Bill Payment: “At the time payment next running account bill, the Bidder should produce the GST paid details of services up to previous bill payment (i.e. GST paid detail for the previous work bill) along with Input Tax Credit (ITC) availed at the time of payment of intermediate bill to the employer.”

c) Final Bill Payment: “The Bidder should produce the GST paid details for all the materials used for construction work and GST paid details of services for the up to previous payment (i.e. GST paid detail for the up to previous work bill) to the Employer along with Input Tax Credit (ITC) availed at the time of payment of final bill to the employer.”

d) Submission of GST paid details of Final Bill “The GST paid details for the final work bill payment of construction work to be submitted by the Bidder to be employer in few days after getting payments”.

2.11. Earnest Money Deposit

2.11.1 The tenderer should furnish EMD of Rs.1,41,000/- (Rupees One lakh Forty One thousand only) by DD or by Banker cheque from a Nationalized Bank/Scheduled Bank along with the tender. Any other form of EMD shall be rejected. The successful tenderer shall also execute the agreement in the proforma prescribed by the TTDC along with the Bid security within one week

from the date of receipt of supply order from TTDC. The Earnest Money will be refunded to the

unsuccessful bidder on application after intimation is sent to the unsuccessful Tenderer tender or at the expiration of Bid validity period. Bids not accompanied by the EMD will be rejected. The EMD of the successful Bidder will be returned after the expiry of the guarantee period for the goods supplied.

2. 11.2 The EMD of the successful Bidder will be discharged when the Bidder has signed the

Agreement and furnished the required Performance Security. 2.11.3 The EMD will be forfeited:

(a) If a bidder withdraws his Bid during the period of Bid validity. (b) If a successful Bidder fails to:

i) Execute the agreement or ii) Furnish the necessary performance security within the specified time limit of

30 days from the date of issue of letter of acceptance of his bid. (c) If the Bidder does not accept the correction of the Bid price, pursuant to Clause 2.17;

Page- 7 - Signature of the Bidder

Page 8: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

2.12 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be signed by the person or persons signing the Bid.

C. Submission of Bids

2.13. Sealing and Marking of Bids 2.13.1 The tenderers participating are required to follow the procedure as given below while submitting

their bids. 2.13.2 The Bidder shall be responsible for properly super scribing and sealing the cover in which the

Bid is submitted and Bid inviting authority shall not be responsible for accidental/ misplacement/premature opening of the covers that are not properly super scribed and sealed, before the time appointed for Bid opening.

2.13.3 The filled up Bid documents shall be submitted up to the last date of submission as given in Bid

Data sheet. Duly filled in Bid documents shall be put in the Tender box provided at the Head Office, Tamil Nadu Tourism Development Corporation Ltd., Chennai. Tenders can also be submitted by Post or Courier, provided that the Bid inviting authority shall not be responsible for any delay in transit in such cases.

2.13.4 T h e Bidders should not amend/add/alter any of the Bid conditions, conditions of contract,

specifications etc. of his own. 2.14. Deadline for Submission of Bids 2.14.1 Bids shall be delivered to the TTDC at the address specified in the Bid Data sheet not later than

the time and date specified in the tender notice and instruction to the bidder. 2.14.2 The TTDC may extend the deadline for submission of bids by issuing an amendment, in which

case all rights and obligations of the Employer and the Bidders previously subject to the original deadline will then be subject to the new deadline.

2.15. Late Bids

2.15.1 No Bid will be received by the Employer after the deadline prescribed. D. Bid Opening, Evaluation and Award of

Contract 2.16. Bid Opening

2.16.1 The Tenders shall be opened at the specified date and time in the presence of attending

tenderers. 2.16.2 Price Bids of Tenderers who do not qualify technically shall be rejected without further

consideration. The technically qualified tenderers price bid will be opened on a date and time which will be intimated later to the technically qualified tenderers. Both the bids will be opened in the presence of tenderers or their authorized representative who choose to be present at that time

2.16.3 To assist in the scrutiny, evaluation and comparison of bids, the TTDC may, at their discretion,

request clarifications on the bid from the tenderer.

2.16.4 Notwithstanding any Terms and Conditions stipulated in the tender documents, TTDC reserves the right to accept or reject in part or whole any, or all the tenders received at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the TTDC‟s action.

Page- 8 - Signature of the Bidder

Page 9: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

2.17. Correction of Errors

2.17.1 Bids determined to be substantially responsive will be checked by the TTDC for any arithmetic errors. Errors will be corrected by the TTDC where there is a discrepancy between the amounts in figures and in words, the lowest will be taken.

2.17.2 The amount stated in the Bid will be adjusted by the TTDC Ltd. in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid will be rejected, and the Bid Security may be forfeited in accordance.

2.18. Notification of Award and Signing of Agreement 2.18.1 The Bidder whose Bid has been accepted will be notified of the award by the TTDC prior to

expiration of the Bid validity period by cable, telex, or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the TTDC will pay the Contractor in consideration of the supply of the goods by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

2.18.2 The notification of award will constitute the formation of the Contract, subject to the Bidder

furnishing the Performance Security in accordance and signing the Agreement. 2.18.3 The bidder shall have to enter into an agreement with the TTDC within 30 days from the date of

receipt of letter of acceptance. The form of agreement will have to be stamped at the stamp office at the cost of the bidder.

2.18.4 Upon the furnishing by the successful Bidder of the Performance Security, the TTDC will

promptly notify the other bidders that their bids have been unsuccessful. 2.19. Performance Security (Security Deposit) 2.19.1 The successful tenderer should furnish bid security equivalent to 5% of tender value either by

DD or by Bank Guarantee from a Nationalized Bank/Scheduled Bank valid for one year within one week from the date of receipt of letter from TTDC intimating the selection of the bidder for award of contract. The successful tenderer shall also execute the agreement in the proforma prescribed by the TTDC along with the Bid security within one week from the date of receipt of supply order from TTDC.

2.19.2 Failure of the successful Bidder to comply with the requirements of furnishing bid security shall

constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 2.20 Corrupt or Fraudulent Practices

The bidder shall observe highest standard of ethics during bidding process and execution of the project.

2.20.1 “corrupt practice” means the offering, giving, receiving or soliciting of anyt hing of value to

influence the action of a public official in the procurement process or in contract execution; and 2.20.2 Fraudulent practice‟ means a misrepresentation of facts in order to influence the selection

process or execution of a contract which is detrimental to the Employer and includes collusive practice among the bidders during selection process, designed to establish prices at artificial, non-competitive levels and to deprive the Employer of the benefits of free and open competition.

2.20.3 The Employer will reject a proposal for award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in competing for the contract in question.

2.20.4 Whereas the technical specifications and other tender conditions have been specified to the

extent of receiving a good product and service in the interest of corporation, if the bidder

suppresses and/or furnishes faulty facts and resorts to any other action with mala

Page- 9 - Signature of the Bidder

Page 10: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

fide action with the only intention of bagging the order at a ny cost or supplying the products

which are not of the best quality or in violation of tender specifications, then the corporation or

any of its official are in no way responsible for any subsequent loss/damage arising out of such

mala fide action.

The bidder alone is solely responsible for all such liabilities arising out of a ny

fraudulent actions.

2.21 Evaluation of bid

The bid shall be evaluated on the price quoted for Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

2.22 Rejection of bid

The tender will be rejected outright if the tenderer

1. EMD is not attached. 2. Stipulates the validity period less than what is stated in the form of tender 3. Does not disclose the full names and address of all his partners in the case of all

partnership concern. 4. Does not fill in and sign the Tender Form Specification of the articles and works as well as

Bill of Quantities and Rates completely. 5. Does not submit the Tender in sealed envelope. 6. Does not submit the Original Tender Form duly signed and stamped. 7. Submit the tender without stating the rates either in figures or in words. 8. Does not submit the annexures duly signed and

stamped. The Tender will be rejected if,

a) Shall have minimum 5 years in business and at least three years of experience in the supply and installation of Wireless Access Points with all necessary accessories and implementation of Wi-Fi Network with core competence in Wi-Fi installation and supported similar solutions for reputed organization(s)/Government Sector ( Documentary proof to be attached)

b) Minimum turnover of Rs.141 lakhs per annum with last three years (Documentary proof to be attached).

c) The bidder should have offices & Technical resources at Tamil Nadu.

d) The bidder should provide names and references of at least three sites where they have installed, implemented and managed Wireless Network in the last three years.

e) The bidder should provide backend support commitment letter from the respective OEM specific to this tender for the warranty.

f) The bidder should be a private/public limited company.

g) The bidder should be registered with GST, PF, ESI and PAN under Government establishment Act(should submit its valid documentary proof of GST, PF, ESI ,PAN card)

Page- 10 - Signature of the Bidder

Page 11: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION III

Conditions of Contract- General Conditions

3.1 Scope of Work 3.1.1 The quantity of work and supply of items as provided in the tender documents is of

indicative nature. The actual quantity will be as drawn by TTDC through call ups and the same will be within the overall quantity of the work order to be issued by this office.

3.1.2 The TTDC also reserves the right to short close the order at any time during the currency of

the contract / validity of the order before drawing the full quantity. 3.2 Packing 3.2.1 The materials are to be supplied and installed at Besant Nagar, Mamallapuram, Kanyakumari,

under Development of Integrated circuits around specific themes & promotion of beach Tourism in Tamil Nadu - Swadesh Darshan scheme as specified in the tender. Necessary packing and forwarding are at bidders‟ cost.

3.3 Price 3.3.1 The rate / price offered by the tenderer should be open for acceptance for a minimum period

as mentioned in the Contract data of 90 days from the date of opening of price bid. No upward revision in the price will be allowed during the above period and after communication of the acceptance of the tender during the validity period.

3.3.2 The tenderers are requested to quote the Unit rate in Format given in Price Bid. 3.3.3 If a particular tenderer is not registered under GST Act, the price quoted by him will be treated

as net and inclusive of taxes and any further claim made by him for reimbursement of the same on account of retrospective registration under the GST Act will not be entertained by the Corporation. Any such liability for payment of GST will be wholly and exclusively that of the tenderer quoting against our tender.

3.3.4 The price should be firm and irrevocable and not subject to any upward revision due to

increase in cost of raw material, components and labour cost till the completion of the order. However, any increase / decrease in statutory levies on finished materials during the scheduled delivery period will be on TTDC‟s account on production of documentary evidence.

3.3.5 All the rates given in the tender schedule should be expressed both in words and/or in figures

and where there is difference between the two, the lower rate will be taken into consideration. 3.3.6 The tenderers should indicate their price inclusive of packing, stenciling, handling cost,

loading, transporting at site locations. 3.3.7 The rate quoted should include GST, if any. There will be no liability on the part of Tamilnadu

Tourism Development Corporation Ltd. Chennai in any event of demand for Entry Tax during or after supply. It is the sole responsibility of the tenderer to ensure that Entry Tax, if needed shall be paid by them.

3.4 Quality of the Product

3.4.1 The products should be s u p p l i e d as per the specification in the tender. Such conformity of the material to the specifications shall be determined by testing the product/material as specified in the Special Conditions. The Test Report issued by the Employer alone will be considered as final and binding on the tenderer.

3.4.2 The tenderer shall be responsible for the quality of the material delivered until the same is

tested and accepted by the TTDC.

Page- 11 - Signature of the Bidder

Page 12: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

3.4.3 In the event the materials delivered against the tender is found to be not in accordance with

the specifications, the entire quantity/consignment will be rejected and the tenderer will be responsible for replacement of the rejected material free of cost and / or reimbursing the TTDC for resultant losses sustained on this account. Such materials will be lying at the TTDC site/ location at the risk and cost of the supplier for a period not exceeding 15 days.

3..5 The tenderer will be obliged to collect the rejected material from the TTDC‟s premises/

locations at his own cost, within 15 days of such notification to him in writing, failing which, the Corporation will be free to dispose of such material as it deems fit without any obligation whatsoever to the tenderer.

3.6 Delivery 3.6.1 Delivery period: The shortest delivery period is the essence of this tender. The delivery

period is 3 months from the receipt of the work order for supply and installation of Wireless access points with all necessary accessories.

3.6.2 The delivery period indicated in the tender, is to be strictly adhered to. In case of delay in

supplying, TTDC reserves the right to ask for compensation for such late deliveries at its sole discretion Delay in supply will lead to levy of penalty at 1% of value of Tender / Belated supply items for every week of delay or part thereof ( i.e. exceeding three days will be calculated as one week) Such compensation will be payable on demand or shall be recovered from the EMD or Security Deposit or from any other payment due to the tenderers from the Employer.

3.6.3 The TTDC at its sole discretion also reserves the right to purchase the goods from other sources at the cost and risk of the tenderer in case of failure to effect supplies within the stipulated delivery period.

3.7 No exemption under any circumstances shall be given for waiver of EMD or Performance

Security.

3.8 Warranty

The materials supplied and installed for providing Wi-Fi facilities should be covered under warranty for a period of three years from the date of handing over /supply whichever is earlier.

3.9 Payment The following payments shall be released:-

1. No advance payment will be made. 100% payment will be made against Performance Security

only after effecting delivery of the product and implementation and verification of the quality as per the tendered specifications at respective TTDC hotel units. In the event of not furnishing of performance security, 90% payment will be paid and balance 10% will be paid after the Guarantee period or against Bank Guarantee equivalent to 10% of total value of providing the Wi-Fi facilities for eight TTDC hotels through a Nationalized Bank / Scheduled Bank for two months over and above the guarantee period.

All the performance parameters mentioned above shall be certified by competent authorities

appointed by Chairman and Managing Director. 3.10 Penalty

Time is the essence of this contract. Hence, subject to Force Majeure, if the supplier fails to deliver within 3 months, from the date of work order, the Employer reserves the right to ask for compensation for such late deliveries at its sole discretion Delay in supply will lead to levy of penalty at 1% of value of Tender / for the belated supplied items for every week of delay or part thereof ( i.e. exceeding three days will be calculated as one week) Such compensation will be payable on demand or shall be recovered from the EMD or Performance Security or from any other payment due to the tenderers from the Employer.

Page- 12 - Signature of the Bidder

Page 13: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

3.11 Validity of Purchase Order 3.11.1 The validity of order is for 90 days from the date of the work order or till the time the total

quantity is supplied, whichever is earlier, unless otherwise specified in Contract data. 3.11.2. Due to operational requirement in some of the procurements, the validity of work order may be

different than the above. However, such change shall be notified in Form „A‟ of the tender document.

3.12 Force Majeure

Delivery of material is subject to Force Majeure conditions as under:

If at any time, during the currency of the contract, the performance in whole, or part by either party or any obligation under the contract shall be prevented or delayed by reasons of any war, hostility acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine, restrictions, strikes, lock-outs or acts of God, provided notice of the happening of such events is given by either party to other, within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate the contract nor shall either party have any claim for damage against the order in respect of such non-performance or delay in performance and deliveries under the contract shall be resumed as soon as practical, if such event has come to an end or ceased to exist.

3.13. Termination

3.13.1 Termination on expiry of the CONTRACT: The Agreement shall be deemed to have been automatically terminated on the expiry of the Contract period unless the TTDC has exercised its option to extend the Contract in accordance with the provisions, if any, of the Contract.

3.13.2 Termination on account of Force Majeure: Either party shall have the right to terminate the Contract on account of Force Majeure, as set forth.

3.13.3 Termination on account of insolvency: In the event the Successful Bidder at any time during the term of the Contract becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Employer shall, by a notice in writing have the right to terminate the Contract and all the Successful Bidder‟s rights and privileges hereunder, shall stand terminated forthwith.

3.13.4 Termination breach of contract: A breach by the Successful Bidder of its obligations hereunder and such breach not being rectified by the Successful Bidder within 30 days of receipt of the TTDC notice intimating such breach. Upon termination, the Successful Bidder shall surrender all the data and materials belonging to the Employer.

3.13.5 Termination for delay: Successful Bidder shall be required to perform all activities/services as per this conditions and specifications. If the Successful Bidder fails to do so, the Contract may be terminated by the TTDC by giving 30 days written notice unless the TTDC has extended the period with levy of Liquidated Damages, as per Clause 3.11 of the tender.

3.13.6 T h e TTDC may at any time terminate the Contract by giving 30 day notice without assigning

any reason.

3.13.7 C o n s e q u e n c e s of termination: In all cases of termination herein set forth, the obligation of the TTDC to pay shall be limited to the period up to the date of effective termination. Notwithstanding the termination of the Agreement, the parties shall continue to be bound by the provisions of the Agreement that reasonably require some action or forbearance after such termination.

3.13.8 In case of termination of Contract herein set forth except on expiry of contract period and on account of Force Majeure the Contractor shall be put on holiday [i.e. neither any enquiry will be issued to the party by the TTDC against any type of tender nor their offer will be considered by the TTDC against any ongoing tender(s) where contract between the TTDC

Page- 13 - Signature of the Bidder

Page 14: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

and that particular Contractor (as a bidder) has not been finalized] for two years from the date of termination by the TTDC to such Contractor.

3.14 Disputes

Any dispute arising out of this agreement or that which may arise in future, will be resolved by taking recourse to mutual settlement in the instance, failing which the dispute will be subject to Chennai Jurisdiction only.

3.15 Whereas the technical specifications and other tender conditions have been specified to the

extent of receiving a good product and service in the interest of corporation, if the bidder

suppresses and/or furnishes faulty facts and resorts to any other action with mala fide intention

with the sole intention of bagging the order at any cost or supplying the products which are not

of the best quality or in violation of tender specifications, then the Corporation or any of its

official are in no way responsible for any subsequent loss/damage arising out of such mala fide

action.

The bidder alone is solely responsible for all such liabilities arising out of any fraudulent actions

Page- 14 - Signature of the Bidder

Page 15: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION IV

Conditions of Contract- Special Conditions

4.1 Product Acceptance Tests

4.1.1 The supplied materials shall be subjected to field tests during operation and concerned field officers shall certify for the performance of the system functioning.

4.2 Warranty Terms and Conditions

4.2.1 The Contractor shall be solely responsible for the warranty; repair of the items supplied. The TTDC shall not be liable to interact with any of the partners/ collaborators or subcontractors of the Contractor.

4.2.2 The Contractor shall have adequate Technical Support Centers to meet the criteria for fault restoration/faulty unit repair. The requirements for warranty shall be as per Specifications.

4.3 Inspection

4.3.1 TTDC or its representative shall carry out inspection of the materials in their factory. 4.3.2 The inspections and test shall be conducted on the premises of the supplier or manufacturer

or it subcontractor(s). Where conducted on the premises of the Supplier or manufacture or its subcontractor(s), all reasonable facilities and assistance including access to drawings and productions data shall be furnished to the inspectors at no charge to the department. Any to & fro traveling and stay on duty for carrying out such inspection by the purchaser’s representatives shall be to the supplier’s account.

4.3.3 Shall any inspected or tested goods fails to conform to the specifications, TTDC may reject

them and the supplier shall either replace the rejected goods or make all alternations necessary to meet specifications, requirements free of cost to the department.

4.3.4 Nothing in above in any way release the supplier from any warranty or other obligations under

this contract.

i. All the inspection Expenditure will have to be borne by the tenderer.

4.4 General Conditions 4.4.1 The contractor should be able to support the entire solution on a 24x7 basis with a maximum

response time of 6 hours.

4.4.2 During the warranty period any complaint registered/lodged, the contractor should have attended within 6 hours‟ time. In case it is anticipated that the trouble shooting would take more than 24 hours, standby equipment will have to be provided by the supplier by their own cost.

4.5. Other conditions

4.5.1 Existing Internet infrastructure may be used to extend for wireless access

4.5.2 Demonstrating Wireless end-user access like internet browsing, basic troubleshooting etc. to technical team.

4.5.3 All required cabling including power and UTP Cable have to be done by supplier

4.5.4 Training an installation, configuration, running and simple troubleshooting of the

system should be given to the technical team.

Page- 15 - Signature of the Bidder

Page 16: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

4.5.5 Installation and configuration of User Authentication services to be done by the supplier

4.5.6 All the radio equipment which are Access Points/Antenna/RF Cables preferable from the same manufacturer. The Supplier shall be responsible for providing all materials, equipment and services specified or otherwise, which are required to fulfill the intent of ensuing operation, maintenance and reliability of the complete equipment covered under this specification within his quoted price. The work shall be in compliance with all applicable standards, statutory regulations and safety requirements in force of the date of award of this contract.

4.5.7 The supplier shall furnish complete sets of system and equipment instruction manuals and detailed installation operating and maintenance documentation. Manuals shall describe system operation, shall include detailed system and components description and shall cover the installation, operation, care and maintenance of all system components including diagnostics. Complete parts lists including detailed instructions for ordering shall be furnished.

Page- 16 - Signature of the Bidder

Page 17: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION V 5.1 Contract Data

The name of the Contract : Tender document for Supply, Erection, Installation and Commissioning of Wireless Network Connectivity with Civil Work and bandwidth charges with all accessories at Besant Nagar, Mamallapuram, Kanyakumari for period of 3 years, under Swadesh Darshan scheme.

Identification number of the : XXXXXX Contract

Validity of tender : 90 days from the date of opening of price bid

Warranty/ Maintenance Period : Three years of normal Warranty.

Delivery period : Three months from the date of work order

Page- 17 - Signature of the Bidder

Page 18: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION VI

Qualification Information

6. 1 PARTICULARS OF THE TENDERER

Name of the Tenderer

Whether Sole Trader / Partnership / Private Limited Co. or

Public Limited Co.

Residential Address

Address of the Registered Office

Address of the Branch / Office Quoting against the Tender

Address of the Factory

Names and addresses of the Proprietors / Partners / Directors

Year of Establishment

Registration No. & Date

Registered under (give details under which Act the Company

is registered)

Whether the item is completely manufactured in Tenderer‟s Yes / No

factory

Testing facilities available

Whether there is any ISI Registration, if so, details thereof

ISO Registration

Page- 18 - Signature of the Bidder

Page 19: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

List of large companies / Public Sector Undertakings / Local

Bodies / Companies to which the item(s) quoted for have

been supplied earlier with details of value of order and year of

execution

Annual Turnover in the last 3 years

GST Registration No.

Names of the Bankers

Note: For providing the above information, if required, separate sheet may be enclosed. DATE SIGNATURE

SEAL NAME

DESIGNATION

ADDRESS

Email ID

Page- 19 - Signature of the Bidder

Page 20: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

6.2 FINANCIAL STATEMENT (DATA FOR PREVIOUS THREE YEARS - IN INDIAN RUPEES)

a. Information from Balance Sheet

Year 2015-2016 2016-2017 2017-18 Total Assets Total Liabilities Net Worth Current Assets Current Liabilities

b. Information from Income Statement

Year 2015-2016 2016-2017 2017-18

Total Revenue

Profit before

Tax

Profit after tax Attached are copies of financial statements (balance sheets including schedules and income statements) for the last three years, as indicated above, complying with the following conditions All such documents reflect the financial situation of the bidder Historical financial statements must be audited by a certified chartered accountant Historical financial statements must be complete, including all schedules to the financial statements

Note: Bidder and Each member of JV/consortium/group must furnish details separately in this form

Signature of Bidder

Page- 20 - Signature of the Bidder

Page 21: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

6. 3 TOTAL ANNUAL TURNOVER

TOTAL ANNUAL TURNOVER FOR THE LAST THREE FINANCIAL YEARS

Year Indian Rupee

2015-16

2016-17

2017-18

Total

Signature of Bidder

Page- 21 - Signature of the Bidder

Page 22: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

6. 4 PRESENT ASSIGNMENTS IN WHICH BIDDER FIRM IS ENGAGED

Sl Name & Brief Purchase Cost of Type & Period of Whether the copies of No Address Scope of Order Procure amount of Contract the Purchase orders

of client the Work (P.O) No. ment portion / contracts From the & Date of (in Rs) subject by client as required, is

issue of you attached? P.O.

Yes/ Pg. No. on No the Proposal

Signature of Bidder

Page- 22 - Signature of the Bidder

Page 23: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

6. 5 COMPLETED WORKS

(DURING LAST 5 YEARS)

Sl Name & Brief Name & Period of Cost of Type & Year of Reason No Type of techni Addres Contract project amount Completion for

project/ c al s of (in Rs) of delay works descri client portion if any and its ption sublet

location by

yo

Schedu Actual

led

Signature of Bidder

Page- 23 - Signature of the Bidder

Page 24: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION VII

Specifications

TECHNICAL SPECIFICATIONS FOR SUPPLY AND INSTALLATION OF WIRELESS ACCESS POINTS WITH ALL NECESSARY ACCESSORIES

Specification for 4 Port Compact device with hotspot subscription up to 200 concurrent users

S.No Parameters Specifications

1 User Scalability 40%

2 Gigabit Ethernet Ports 1 x LAN + 3 x LAN/WAN Combo (4 Ports)

3 RAM DDR3 2GB

4 Storage(SSD 32GB

5 USB / VGA Port 02-Jan

6 Form Factor 1U

7 Dimensions (mm) - (HxWxD) 44x330x242 or equivalent

8 Weight (Kg) 2.8

9 Color Orange

10 Power Supply (Indian Pin) AC 3-Pin

11 Input Voltage 100-240V/50-60Hz

12 Consumption 30W

13 Total Heat Dissipation (BTU) 150

14 Operating Temperature 0-45 degree C

15 Storage Temperature 2-70 degree C

16 Relative Humidity (Non 10 to 90%

condensing)

17 Regulatory Compliance FCC Part 15, Class B, CE

18 Features including Authentication, Authorization, Accounting, User Management, Plan Manager, Security, Template Manager, Captive Portal, BYOD Control, Black List Manager, Networking, Integration, BandwidthControl,Traffic Analyzer, Billing Features, Voucher Manager, Connectivity, Logs, Reports

Page 25: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

Specification for 802.11AC AP with Plug & Play Mesh

S.No Parameters Specifications

1 Dimensions 343.2 x 181.2 x 60.2 mm (13.51 x 7.13 x 2.37")

2 Weight 633 g (1.40 lb)

3 Networking Interface (2) 10/100/1000 Ethernet Ports

4 Buttons Reset

5 Power Method 802.3af PoE (Supported Voltage Range: 44 to 57VDC)

6 Power Supply 48V, 0.5A PoE Gigabit Adapter

7 Power Save Supported

8 Maximum Power Consumption 9W

9 Maximum TX Power 22 dBm 2.4 GHz 22 dBm 5 GHz

10 Antennas (3) Internal Dual-Band Antennas 2.4 GHz 8 dBi 5 GHz

11 Wi-Fi Standards 802.11 a/b/g/n/ac

12 Wireless Security WEP, WPA-PSK, WPA-Enterprise (WPA/WPA2, TKIP/AES)

13 BSSID Up to Four per Radio

14 Mounting Wall/Pole (Pole Kit Included)

15 Operating Temperature -40 to 70° C (-40 to 158° F)

16 Operating Humidity 5 to 95% Noncondensing

17 Certifications CE, FCC, IC

Advanced Traffic Management

1 VLAN 802.1Q

2 Advanced QoS Per-User Rate Limiting

3 Guest Traffic Isolation Supported

4 WMM Voice, Video, Best Effort, and Background

5 Concurrent Clients 250+

Supported Data Rates (Mbps)

Standard Data Rates

1 802.11ac 6.5 Mbps to 1300 Mbps (MCS0 - MCS9 NSS1/2/3, VHT 20/40/80)

2 802.11n 6.5 Mbps to 450 Mbps (MCS0 - MCS23, HT 20/40)

3 802.11a 6, 9, 12, 18, 24, 36, 48, 54 Mbps

4 802.11g 6, 9, 12, 18, 24, 36, 48, 54 Mbps

5 802.11b 1, 2, 5.5, 11 Mbps

Features Simultaneous dual‑band, 3x3 MIMO technology

Built-in dual-band omnidirectional antennas deliver expanded range coverage outdoors

Mounting Flexibility: Can be mounted on a wall or pole.

Dual Gigabit Ethernet Ports: The primary port for data and PoE; the secondary port for bridging.

Multiple Power Options: with an 802.3 af compatible switch,PoE Switch, or the included Gigabit PoE adapter.

Page 26: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

Specification for 5ghz-450mbps Outdoor AP/Station with 27dBi Integrated dish antenna including Poe injector

S.No Parameters Specifications

1 Dimensions

Radome Excluded 520 x 520 x 308 mm (20.47 x 20.47 x 12.13") Radome Included 525 x 525 x 315 mm (20.67 x 20.67 x 12.40")

2 Weight

Radome Excluded 2.35 kg (5.18 lb) Radome Included 3.15 kg (6.95 lb)

3 Power Supply 24V, 0.5A Gigabit PoE

4 Power Method Passive PoE (Pairs 4, 5+; 7, 8 Return)

5 Supported Voltage Range 20-26VDC

6 Max. Power Consumption 8.5W

7 Gain 27 dBi

8 Operating Frequency 5150 - 5875 MHz

9 Wind Loading 419.6 N @ 200 km/h (94.33 lbf @ 125 mph)

10 Wind Survivability 200 km/h (125 mph)

11 LEDs (1) Power, (1) LAN, (4) WLAN

12 Signal Strength LEDs Software-Adjustable to Correspond to Custom RSSI Levels

13 Channel Sizes

PtP Mode 10/20/30/40/50/60/80 MHz PtMP Mode 10/20/30/40 MHz

14 Polarization Dual Linear

15 Enclosure Outdoor UV Stabilized Plastic

16 Mounting Pole-Mount Kit Included

17 ESD/EMP Protection Air: ± 24 kV, Contact: ± 24 kV

18 Operating Temperature -40 to 70° C (-40 to 158° F)

19 Operating Humidity 5 to 95% Non-Condensing

20 Salt Fog Test IEC 68-2-11 (ASTM B117), Equivalent: MIL-STD-810 G Method 509.5

21 Vibration Test IEC 68-2-6

22 Temperature Shock Test IEC 68-2-14

23 UV Test IEC 68-2-5 at 40° C (104° F), Equivalent: ETS 300 019-1-4

24 Wind-Driven Rain Test ETS 300 019-1-4, Equivalent: MIL-STD-810 G Method 506.5

PBE-5AC-500 Antenna Information

Gain 27 dBi

Max. VSWR 1.5:1

Built-In Mechanical Downtilt +20° to -10°

Page 27: National Competitive Bidding (NCB) Single Stage …...scheduled in India only drawn in favour of “The Chairman & Managing Director Tamil Nadu Tourism Development Corporation” payable

SECTION VIII

AGREEMENT

ARTICLE OF AGREEMENT made this ---------------------day ------------------ 2017 Between --------------------------------------------------------------------------------------- (Herein after referred to as the

tenderer) on the one part and Tamil Nadu Tourism Development Corporation Limited (herein after

called the company) on the other part.

Whereas the tenderer has offered and under took to manufacture and supply -------------------

- ------------------------s under this contract, at the prices set forth in the schedule annexed hereto and

as per the terms provided for in tender documents and the company accepted such tender in

pursuance whereof the parties hereto have entered in this contract.

And whereas the tenderer in accordance with the terms of the said tender and the supply

orders has furnished the performance security for due and faithful performance tenderer of this

contract.

NOW THESE PRESENTS WITNESS THAT, the tenderer covenants and agrees with the

company and the successors that the tenderer shall deliver the -------------------------------------------- within time specified in the tender and shall abide by the terms and conditions specified in the tender

documents. It is HEREBY MUTUALLY AGREED AND DECLARED AS FOLLOWS:

All the terms and conditions, instructions to the tenderer specified in the tender and supply

orders shall deem to form part of this agreement and shall be in force during the period of this

agreement.

IN WITNESS WHEREOF THE tenderer --------------------------------------- and the General Manager on behalf of the company have executed the agreement on the day and year first above written:

Signature of General Manager Signature of tenderer

TTDC

Name and Seal

Witness: Witness:

1) 1)

2) 2)

Page 27

Signature of the Bidder