wifi tender final · tender reference no. tactv/002/wifi/2016 tender for the selection of...
TRANSCRIPT
TENDER REFERENCE No. TACTV/002/WiFi/2016
TENDER FOR THE SELECTION OF INFORMATION
TECHNOLOGY/ TELECOM SERVICE PROVIDER TO SUPPLY,
INSTALL AND MANAGE HARDWARE / SOFTWARE /
APPLICATION REQUIRED TO SETUP PUBLIC WIFI
SERVICES AT DESIGNATED LOCATIONS ACROSS
TAMILNADU
Date of Release of Tender 11.07.2016
Last Date for Submission of Bid 10.08.2016
Date of Opening of Bid 10.08.2016
Cost of Bid Document: Rs.1000/-
Regd. Office:Dugar Towers,34 (123) 6th Floor,Marshalls Road,
Egmore,Chennai - 600 008
Phone : +91-44-2843 2911, Fax : +91-44-2825 3021, Email : [email protected]
Website: www.tactv.in
TAMILNADU ARASU CABLE TV CORPORATION LTD (TACTV)
jäœehL muR nfß oé ãWtd«
(A Government of Tamilnadu Undertaking)
CONTENTS
Clause Topic Page No.
1.PREAMBLE.................................................................................................................1
2.SCOPE OF WORK ...................................................................................................... 2
3.QUALIFICATION CRITERIA .................................................................................... 3
4. ROLES AND RESPONSIBILITIES ........................................................................... 4
5.LANGUAGE OF THE TENDER ................................................................................. 7
6.PURCHASE OF TENDER DOCUMENT.................................................................... 7
7.PREBID MEETING .................................................................................................... 7
8.CLARIFICATION ON THE TENDER DOCUMENT ................................................. 7
9.AMENDMENT OF TENDER DOCUMENT ............................................................... 8
10.AUTHORISATION OF THE TENDERER ................................................................ 8
11.SUBMISSION OF TENDER IN TWO COVER SYSTEM ........................................ 8
12. EARNEST MONEY DEPOSIT ............................................................................. 9
13.VALIDITY ................................................................................................................ 9
14.OPENING AND EVALUATION OF THE TENDER ................................................ 9
15.PRICE OFFER ......................................................................................................... 10
16.EVALUATION OF THE PRICE ............................................................................. 10
17.AWARD OF CONTRACT ...................................................................................... 11
18.SECURITY DEPOSIT ............................................................................................. 11
19.AGREEMENT ......................................................................................................... 11
20.INSURANCE .......................................................................................................... 12
21.ISSUE OF WORK ORDER ..................................................................................... 12
22.WARRANTY .......................................................................................................... 12
23.SCHEDULE OF SUPPLY ....................................................................................... 12
24.PERFORMANCE TEST .......................................................................................... 13
25.PERFORMANCE BANK GUARANTEE ................................................................ 13
26.PAYMENT TERMS ................................................................................................ 14
27.PENALTY ............................................................................................................... 14
28.TERMINATION OF CONTRACT .......................................................................... 14
29.GENERAL CONDITIONS ...................................................................................... 14
30.ARBITRATION ...................................................................................................... 15
31.JURISDICTION OF THE COURT .......................................................................... 15
ANNEXURES
I.TECHNICAL SPECIFICATIONS ....................................................................................... 17
II.PART-I (COVERING LETTER) ........................................................................................ 38
III.DETAILS OF THE TENDERER ....................................................................................... 40
IV.ANNUAL TURNOVER STATEMENT............................................................................ 41
V.LIST OF SERVICE CENTRES IN TAMILNADU ............................................................ 42
VI. SERVICE LEVEL AGREEMENT .................................................................................. 43
VII.DECLERATION OF NOT HAVING BLACKLISTED .................................................. 44
VIII.DECLERATION FOR NOT HAVING TAMPERED THE TENDER DOCUMENT ... 45
IX. PERFORMANCE BANK GUARANTEE ....................................................................... 46
X. MANUFACTURERS AUTHORIZATION FORM ........................................................ 48
XI. CLARIFICATION OF TENDER DOCUMENT FORMAT ........................................... 49
XII. PROPOSED SOLUTION AND APPROACH ................................................................ 50
XIII.UNDERTAKING ON COMPLIANCE .......................................................................... 51
XIV.UNPRICED BILL OF MATERIAL ............................................................................... 52
XV.PART-II (COVERING LETTER) .................................................................................... 55
XVI.PRICE BID ...................................................................................................................... 56
XVII. CHECKLIST OF DOCUMENTS ................................................................................ 60
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in Tender
Rules, 2000 as amended from time to time. In case of any conflict
between the terms and conditions in the tender document and the
Tamil Nadu Transparency in Tenders Act, 1998 and The Tamil Nadu
Transparency in Tender Rules, 2000 the Act and Rules shall prevail.
Signature of the tenderer with seal 1 | P a g e
TENDER FOR THE SELECTION OF INFORMATION TECHNOLOGY/
TELECOM SERVICE PROVIDER TO SUPPLY, INSTALL AND
MANAGE HARDWARE / SOFTWARE / APPLICATION REQUIRED
TO SETUP PUBLIC WIFI SERVICES AT DESIGNATED LOCATIONS
ACROSS TAMILNADU
1.
PREAMBLE
Tamilnadu Arasu Cable TV Corporation Ltd (TACTV), a Govt. of Tamilnadu undertaking,
incorporated under the Companies Act, 1956 with an aim to provide high quality cable
signals to the public through Local Cable Operators at an affordable cost. The services
provided by the TACTV is a welfare step taken by the Government in the interest of the
public and Cable TV operators. The subscriber base of TACTV is around 70.52 Lakhs.
With increased focus on Digital India to integrate the Government Departments and the
people of India and to ensure effective governance which aims at ensuring the Government
services made available to citizens electronically, access to high speed broadband is
important. TACTV has embarked on a mission to provide high speed broadband connection
to every Household in the state. TACTV has obtained Class B ISP License and launched the
service “Internet Service for Every Household” on 01.03.2016. TACTV is currently working
to expand the network and customer base. Tamilnadu Government has now mandated
TACTV to provide high speed internet service at important public places like Bus stands,
Public Parks, Government office complexes etc., across Tamil Nadu, creating public Wi-Fi
hotspots.
In this Context, TACTV invites sealed tenders from IT / Telecom Service Providers/ Wi-Fi
Solution Provider etc.,having previous experience of providing similar services to reputed
organization / agencies. Selected bidder shall be responsible for end-to-end implementation
of the “Wi-Fi Services” at designated locations.Selected bidder shall supply, install, operate
and maintain:
(a) Wireless Access Point Devices and its Management System Software / Hardware.
(b)Wi-Fi network at each location (including cabling).
(c) Other Hardware/Software/Application(s) required to manage Wi-Fi services at each
location.
The proposed Wi-Fi network shall be an outdoor Wi-Fi network managed using a central
controller. The access points shall be outdoor or indoor type capable of being mounted on
poles (light/CCTV/other), on the buildings and other outdoor structures and is to be installed
and commissioned at identified public place to provide optimum coverage. A Wi-Fi
subscriber management solution shall be implemented at a central location in data centre
environment to provision users, auto/self-provisioning, monitoring of entire infrastructure
and clients, security, performance monitoring, etc. Theselected bidder has to set up a
subscriber management system capable of handling 2000 access points and about 10,000
concurrent users. Selected bidders will be asked to set up a central management facility and
will be notified from time to time, the locations where public Wi-Fi Hotspots are to be set
up.Bidder will carry out survey and submit the Bill of Quantity of items required. A purchase
order will be placed for supply, installation and commissioning of the public Wi-Fi
Signature of the tenderer with seal 2 | P a g e
Hotspot.Selected bidder will operate, maintain and manage the entirepublic Wi-Fi Network
andensure availability of services as per defined Service Level Agreement (SLA) for a period
ofthree years.The selected bidder shall also provide necessary assistance for smooth
migration of Wireless controller to TACTV NOC as and when TACTV NOC is made ready.
2.
SCOPE OF WORK
a) Supply, installation, operation and maintenance of IT /Telecom /Networking/
Peripheral hardware/software products for providing 24x7 Wi-Fi services.
b) Bidder shall provide a Central Management Facility to manage services at public Wi-
Fi Hotspots. Bidder shall arrange to host completeWireless Subscriber Management
System and Network Management System in any of notified TACTV facility.
TACTV will give space, power and cooling required for Servers and Networking
components.
c) Servers Quantity should be arrived and quoted for Central management services like
DNS, DHCP, Captive Portal, AAA, DBMS and EMS services, Helpdesk Operations
in High availability mode to ensure uptime requirement of 99.9%.
d) Network Management system must be capable of monitoring about 500 network
elements and the servers/storage deployed in the Central Management Facility.
e) Wireless Subscriber Management Solution provided by bidder must be compliant to
all mandatory Government regulations.
f) Solution offered by bidder shall provide secure Wi-Fi internet access and back-end
services as per committed SLAs.
g) Bidder shall be responsible for the planning and design of the access network
architecture (access controllers, backhaul connectivity, routers, switches etc) to meet
the technical, capacity and service requirements. Bidder should also furnish Site
survey reports for TACTV approval.
h) Bidder shall be responsible for design and RF planning for the determination
ofAccess Point locations.
i) Bidder shall be responsible for installation of Access Points and relatedEquipment,
including cabling at hotspot location. Provision of required power point/sockets for
installation of UPS /Network Equipment is the responsibility of bidder.
j) Bidder shall be responsible for getting necessary permission, approvalsand space for
installation of equipment and cabling at the location.
k) Bidder shall provide local support at locations for repair and maintenance ofall
equipment, cabling and connectivity provided at the hotspot locations.
l) Biddershall be responsible for periodic updates and upgrades for all equipment
supplied in this tender.
m) Bidder may take necessary steps like insurance against theft for all the equipment.
n) Bidder shall provide technical manpower to monitor the network/application and help
desk services from TACTV office on 24x7 basis.
Signature of the tenderer with seal 3 | P a g e
o) All equipment supplied by bidder shall carry three years warranty and technical
support should be provided.
p) Bidder should have back to back support with OEM to provide warranty replacement.
q) Bidder shall maintain the Wi-Fi Hotspot locations to make services available as per
SLA for a period of three years from the date of acceptance of the location.
r) Bidder shall provide necessary assistance for smooth migration of Wireless controller
to TACTV NOC as and when TACTV NOC is made ready.
3.
QUALIFICATION CRITERIA
Clause Qualification Criteria Supporting Document
3(a) The bidder should be aCompany
registered inIndia under the
CompaniesAct 1956 or later or
apartnership registeredunder the
IndianPartnership Act 1932 orLLP
act 2008 with theirregistered office
in India ason 31stMarch 2016
Copy of valid Certificate
ofIncorporation Registrationattested
by AuthorizedSignatory
3(b) The bidder should be an ITor Wi-Fi
Solution Providerwith experience
ofsuccessfully executing 3 or
moreprojects involving Wi-Fi as a
component in last 3years as on 31st
March 2016. At least one ofthese
should be State/ City wide public
Wi-Fi project with minimum 50
hotspot locations and 250 access
points with a minimum contract
value of Rs.10 crores
Work Order / Letter of Intent / Client
letter
3(c) The bidder should haveaverage
annualturnover of Rs.50
Croresduring last three
financialyears (2012-13, 2013-14
and 2014-15 (or) 2013-14, 2014-15
and 2015-16) and mustsubmit
audited balancesheet of the
company forlast three financial
years
(i) The average annual turnover
statement duly certified by
Chartered Accountant as per
Annexure IV
(ii) The Annual Report/ certified
copies of Balance Sheet, Profit &
Loss statement along with
schedules for the last 3
consecutive financial years
3(d) The bidder should have
aregistration number of -
1. VAT where his businessis located
2. CST where his businessis located
3. Service Tax
Duly signed & stamped copies of
relevantcertificates of registration
3(e) As on date of submissionof the
proposal, the Biddershall not be
under anydeclaration of
ineligibilityfor unsatisfactory
The declaration form as per Annexure
VII should be enclosed
Signature of the tenderer with seal 4 | P a g e
pastperformance, corrupt
orfraudulent practices, anyother
unethical businesspractices or
blacklistedeither by Central /
StateGovernment, PSU, Localor
Urban body -Municipalities,
Ministry/Department ofGovernment
of India/ StateGovernments
3(f) The bidder must be authorized to
bid on behalf of the manufacturer
and should submit an up-to-date
valid authorization letter till the
existence of the contract from
original manufacturers for such
equipment and its accessories,
which are not manufactured by
them and supplied under this tender
An undertaking by an authorized
signatory of the company needs to be
submitted in this regard as per
Annexure-X
3(g) The Bidder should have their
maintenance and service facility in
Tamilnadu. Address proof for the
same should be submitted with the
bid
Address Proof document and bidder
should give that undertaking as part of
his technical bid submission
3(h) The Bidder should provide qualified
manpower (L1 & L2) with the
minimum educational qualification
of Diploma in ECE/EEE/Computer
Science. Relevant experience for L1
resource would be minimum 1 year
and L2 would be minimum 3
yearsalong with relevant
networking certifications like
CCNA
Resource Details along with CV and
supporting certifications should be
furnished
4.
ROLES AND RESPONSIBILITIES
1. Roles and responsibilities of Bidder
a) To commission the Services in a timely and professional manner. Bidder shall use
commercially reasonable efforts to provide the Services under this Agreement
during all days without any interruption in accordance with industry standards,
except where such interruption arises out of, results from, or is related to an event
of Force Majeure or other cause or circumstances beyond the reasonable control
of bidder.
b) To arrange to provide, install and commission all the necessary hardware,
software and accessories required to provide the Services, as per this agreement. It
shall maintain the network with committed SLA and ensure warranties and AMCs
of equipment etc. are in place to maintain committed network uptimes.
c) To provide the Wi-Fi access points, UPS, racks and CAT 6/Fiber cabling and
Signature of the tenderer with seal 5 | P a g e
other associated infrastructure required to provide the service and also manage
required NMS / NOC for management of Wi-Fi and other services at their own
cost.
d) Bidder should adhere to maintain SLA with the required manpower at his own
cost.
e) To provide technical manpower to monitor the network and applications.
Primary responsibilities of NOC personnel shall include but not limited to:
1. Network Supervision and Monitoring -Monitor the complete network 24/7,
to keep network and systems functioning in a stable operation mode.
2. Configuration Management- Ensure proper configuration of network,
systems and applications for the provision of reliable and high quality end-
user services.
3. Change Management, Network Extension - Ensure efficient day-to-day
management of short-term network changes and optimization, including their
implementation. This activityshall be synchronized with the maintenance
scheduled activities.
4. Performance Management -Provide efficient performance management
procedures ensuring a reliable, high-quality network performance and service.
5. Service and Network Provisioning- Define all necessary actions to be
performed when a request for a new customer service is issued, and control the
actions performed at NOClevel or field level until completion.
6. Scheduled Activities Planning -Provide regular plans for all scheduled
activities, including preventive maintenance.
7. IT and DB Management -Day-to-day management of all OSS systems, IT
systems anddatabases (administration, backups).
8. Workforce Management - Manage field personnel to ensure timely
interventions and respect of the preventive maintenance plan.
9. Spare Parts Management -Manage spare part handling and logistics to
minimize repair/swap turnaround times for adhering to SLA timelines.
Biddershould deploy EMS/NMS and Help Desk solution to perform above
functions effectively and meet defined SLA. TACTV will provide required
Internet connection to connect to the servers deployed by bidder. Bidder will
deploy required manpower for managing the network 24 X 7.
f) To set up help desk to respond to customer queries.
Help Desk Support
Bidder shall provide the operational support for all the locations, through a
suitable helpdesk system, to ensure that the solution is functioning as intended and
that all problems associated with operation are resolved satisfactorily during the
Signature of the tenderer with seal 6 | P a g e
contract period. Bidder shall provide a web enabled helpdesk management system
with SMS and email based alert system for the Helpdesk Call management and
SLA reporting. Bidder shall provide multiple channels to log a complaint such as
Toll-free lines, Landlines, Helpdesk tool, E-mail. Outage of any component shall
be calculated as a time between logging the calland closing the call.
A helpdesk is envisaged to be provided for the resolution of technical queries by
internal users.
Typical helpdesk activities (indicative) shall include, but not limited to:
1. Deployment of sufficient manpower to attend the helpdesk requests for
extendingtechnical support on hardware, network, and application etc. to users.
2. Deployment of web-based tool for the helpdesk.
3. Provide Help Desk facility for agreed SLAs for reporting technical incidents /
issues /problems with the system. Help desk facility shall be provided through
Toll-free lines,landlines, helpdesk tool, e-mail etc.
4. Implement a call logging system in line with the severity levels as per the
SLAs. The help desk shall log user calls related to system and assign an
incident/ call ID number. Severity shall be assigned to each call as per the
SLAs.
5. Track each incident / call to resolution.
6. Escalate the calls, to the appropriate levels, if necessary as per the escalation
matrixagreed upon with purchaser/authorized entity.
7. Analyze the incident / call statistics and provide monthly reports including but
notlimited to:
i. Type of incidents / calls logged
ii. Incidents / calls resolved
iii. Incidents / calls open
8. Helpdesk Solution shall further have the capability to upload frequently
askedquestions and solutions.Helpdesk becomes the central collection point
for service staff contact and control of theproblem, change, and service
management processes. This includes both incidentmanagement and service
request management. This shall be the first level of support (L1). If a problem
is not resolved by telephone/help desk tool, bidder shall dispatch a Field
Service Staff member who shall provide On-site Support Service according to
service levels agreed.
g) Update technology as and when new features are available.
2. Roles and responsibilities of TACTV
a) Required internet bandwidth will be provided at locations where public Wi-Fi
hotspots and Datacenter however bidder should share the DC Internet bandwidth
requirements.
b) Required Space, Cooling and Power will be provided for Servers, Storage and
Helpdesk Operations by TACTV.
Signature of the tenderer with seal 7 | P a g e
c) To coordinate with agencies for space/area for the bidder to install the Equipment.
d) To provide power supply for bidder’s Equipment at designated location. Bidder
has to provide required UPS for managing the service.
e) SMS Gateway, UPS and Toll Free lines at Central Management Facility will be
provided by TACTV.
5.
LANGUAGE OF THE TENDER
The Tender prepared by the tenderer as well as all correspondences and documents relating to
the Tender shall be in English language only. If the supporting documents are in a language
other than English/Tamil, the notarized translated English version of the documents should
also be enclosed. Tender received without such translation copy will be rejected.
6.
PURCHASE OF TENDER DOCUMENTS
a) The tender document shall be obtained from Tamil Nadu Arasu Cable TV Corporation
Limited (TACTV), 34 /123, 6th Floor, Dugar Towers, Marshalls Road, Egmore,
Chennai - 600 008 on payment of Rs.1000/- payable in the form of Demand Draft
drawn on any Indian Nationalised/ Scheduled Commercial Bank in favour of “Tamil
Nadu Arasu Cable TV Corporation Ltd” payable at Chennai or it can be downloaded
from www.tactv.in and www.tenders.tn.gov.in at free of cost. For the downloaded
tender document, the tenderer need not enclose the tender document cost but should
give a declaration for not having tampered the Tender document downloaded (as per
Annexure VIII).
b) The tender document can be purchased on all working days between 11.00 AM and
03.00 PM from 15.07.2016 to 09.08.2016.
7.
PREBID MEETING
There will be a pre-bid meeting on 25.07.2016 at 11.00 A.M. in the Head Office of TACTV,
34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai - 600 008 during which
the prospective tenderers can get clarifications about the tender. The tenderers shall send their
queries in writing if any so as to reach TACTV at least two days prior to the pre-bid meeting
date. The tenderers are advised to check www.tactv.in and www.tenders.tn.gov.in for up-to-
date information like change in date / venue etc., of pre-bid meeting as TACTV may not be
able to identify and communicate with the prospective bidders at this stage. Non attending of
pre-bid meeting is not a disqualification.
8.
CLARIFICATION ON THE TENDER DOCUMENT
Any discrepancies, omissions, ambiguities or conflicts in the tender document or any doubts
as to their meaning and any request for clarification may be sent in writing to “The Managing
Director, Tamil Nadu Arasu Cable TV Corporation Limited (TACTV), 34 /123, 6th Floor,
Dugar Towers, Marshalls Road, Egmore, Chennai - 600 008” or through e-mail to
[email protected] per Annexure-XI. The Managing Director will review the same, and where
information sought is not clearly indicated or specified in the tender documents, will issue a
clarifying bulletin to all those who have purchased the tender documents and will also upload
Signature of the tenderer with seal 8 | P a g e
such clarification on www.tactv.in and www.tenders.tn.gov.in. The Managing Director will
neither make nor be responsible for any oral instructions. Request for clarification should be
brought to the notice of the Managing Director, in writing, before 48 hours of the opening of
the tender.
9.
AMENDMENT OF TENDER DOCUMENT
TACTV whether on its own initiative or as a result of a query, suggestion or comment of an
Applicant or a Respondent, may modify the tender document by issuing an addendum or a
corrigendum at any time before the opening of the tender.Any such addendum or
corrigendum will be communicated through mail to all the tenderers who had purchased the
tender documents and also will be uploaded on www.tactv.in and www.tenders.tn.gov.in
and the same will be binding on all Applicants or Respondents or Tenderers, as the case may
be.
10.
AUTHORISATION OF THE TENDERER
The Tender should be signed on each page by the tenderer or by the person who is duly
authorized for the same by the tenderer.
11.
SUBMISSION OF TENDER IN TWO COVER SYSTEM
(a) Every page of the terms and conditions of the tender document should be signed and
enclosed with the tender, in token of having accepted the tender conditions. Failing
which the tender will be rejected summarily.
(b) Tenders should be submitted in two parts:
i. Part I will cover technical bid and
ii. Part II will cover price bid
(c) Tenderers should ensure submission of all documents along with Part-I and Part II
proposal as per the Check list given in Annexure -XVII.
(d) Tenderers are requested to submit Part I and Part II in a separate sealed cover
superscripting as Part I and Part II respectively. These two Parts namely Part I and Part
II must be placed in a separate sealed cover superscripted as “Tender for the selection of
information technology/ telecom service provider tosupply, install and manage
Hardware / Software / Application required to setup Public Wi-Fi services at designated
locations across Tamilnadu” and addressed to “The Managing Director, Tamil Nadu
Arasu Cable TV Corporation Limited (TACTV), 34/123, 6th Floor, Dugar Towers,
Marshalls Road, Egmore, Chennai - 600 008”, containing the name and address of the
Tenderer. Tenders submitted with unsealed cover would summarily be rejected.
(e) Tenders should be dropped only in the tender box kept at “Tamil Nadu Arasu Cable TV
Corporation Ltd.34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai
600 008” on or before 3.00 PM on 10.08.2016”. Tenders will not be received by hand.
(f) Alternatively, the tenders can be submitted through registered post so as to reach the
above address on or before 3.00 PM on 10.08.2016. Tenders received after the specified
time will not be considered and TACTV will not be liable or responsible for any postal
delays.
(g) A tender once submitted shall not be permitted to be altered or amended.
Signature of the tenderer with seal 9 | P a g e
12.
EARNEST MONEY DEPOSIT
(a) The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value
of Rs.5,00,000/- (Rupees Five lakhs only) in the form of a Demand Draft or Banker’s
cheque drawn on any Indian Nationalised/Scheduled Commercial Bank in favour of
“Tamil Nadu Arasu Cable TV Corporation Limited”, payable at Chennai. The EMD in
any other form will not be accepted. The Earnest Money Deposit will be returned to the
unsuccessful tenderers.
(b) The Earnest Money Deposit will be retained in the case of successful tenderer and it
will not earn any interest and will be dealt with, as provided in the terms and conditions
of the tender.
(c) Any request of the tenderer, under any circumstances claiming exemption from
payment of EMD will be rejected and their Part II price offer will not be opened.
(d) The amount remitted towards EMD is liable to be forfeited in case the tenderer fails to
execute the contract after submission of the tender or after acceptance of the offer by
TACTV or fail to sign the Agreement or to remit the Security Deposit.
13.
VALIDITY
The rate quoted in the Tender should be valid for the acceptance by the TACTV, for a
minimum period of 60 days from the date of opening of the Tender. The accepted rate is
valid for one year from the date of Letter of Acceptance (LoA). Escalation in the rates will
not be entertained under any circumstances.
14.
OPENING AND EVALUATION OF THE TENDER
(a) The tenders received upto 3.00 PM as per the office clock on 10.08.2016 will be taken
up for opening. Tenders received after specified date and time will not be accepted. The
Tender will be opened by the Managing Director of Tamil Nadu Arasu Cable TV
Corporation Limited or by the Person/Committee authorized by him at 03.30 PM on the
same day in the presence of the available Tenderers/ representatives of the Tenderers
who choose to be present. The Tenderers or their authorized agents are allowed to be
present at the time of opening of the tenders.
(b) The Managing Director of Tamil Nadu Arasu Cable TV Corporation Limited or
Person/Committee authorized by him will inform the attested and unattested
corrections, before the Tenderers and sign all such corrections in the presence of the
Tenderers. If any of the Tenderers or agents not present then, in such cases the
Person/Committee will open the tender of the absentee Tenderer and take out the
unattested corrections and communicate it to them. The absentee Tenderer should
accept the corrections without any question whatsoever.
(c) If the date fixed for opening of the tender happens to be a Government holiday, the
sealed tenders will be received up to 3.00 PM on the next working day and opened at
03.30 PM on the same day.
(d) The Technical bid will be evaluated by the committee of TACTV in terms of the
Signature of the tenderer with seal 10 | P a g e
qualification Criteria. The committee reserves the right to disqualify any of the tender
in case the Committee is not satisfied with the documents furnished, including the past
performances.
(e) TACTV may arrange for field inspection to verify their pre-qualifying conditions
before opening of Part II cover and in case if any failure to satisfy the requirements,
their Tender will be rejected and their Part-II Cover will not be opened.
(f) The tenderers declared as qualified by the Committee, will be informed the date of
opening of Part II (Price bid).
15.
PRICE OFFER
(a) The Price bid should be kept only in the Part II cover.
(b) The price bid should be prepared as per Annexure-XVI.
(c) The rate quoted by the tenderer shall be kept firm for a period specified in the Tender
from the date of opening of the tender. The tenderer should keep the Price firm during
the period of Contract including during the period of extension of time if any.
Escalation of rate will not be permitted during the said periods or during any period
while providing services whether extended or not for reasons other than increase of
duties / taxes payable to the Governments in India within the stipulated delivery period.
(d) The price should be neatly and legibly written both in figures and words.
(e) In case of discrepancy between the prices quoted in words and figures lower of the two
shall be considered.
(f) Part-II bid should not contain any commercial conditions. Variation in the commercial
terms and conditions of the tender will not be accepted.
(g) The rate contract should be for a period of 1 year from the date of Letter of Acceptance
(LoA).
16.
EVALUATION OF THE PRICE
The price bid will be evaluated in accordance to the Tamil Nadu Transparency in Tenders
Act 1998 read with the Tamil Nadu Transparency in Tenders Rules 2000, as given below:
(a) The evaluation shall include all Customs Duty, Central Excise Duty and Value Added
Tax (VAT) and Warranty Cost as a part of the price, as detailed below:
(i) In evaluation of the price of an imported item, the price shall be determined
inclusive of the customs duty.
(ii) In the evaluation of the price of the articles which are subject to excise duty,
the price will be determined inclusive of such excise duty.
(iii)In a Tender where all the tenderers are from within the State of Tamil Nadu or
where all the tenderers are from outside the State of Tamil Nadu, the Sales
Tax under the Tamil Nadu Value Added Tax shall be included for the
evaluation of the price bid.
(iv) In a tender where the tenderers are both from the state of Tamil Nadu as well
Signature of the tenderer with seal 11 | P a g e
as outside the state of Tamil Nadu the sales tax under the Tamil Nadu Value
Added Tax shall be excluded for the evaluation of the price, as per Rule 29(d)
(iv) of the Tamil Nadu Transparency in Tenders Act 1998 read with the Tamil
Nadu Transparency in Tenders Rules 2000.
(b) The tenderer who has quoted lowest rate for the supply, installation, O&M and for
providing comprehensive warranty for 3 years will be adjudged as L1.
17.
AWARD OF CONTRACT
(a) The tenderer(s) who has quoted lowest price (L1) will be invited for negotiations for
further reduction of price.
(b) Upon finalization of negotiated rate, TACTV will issue the Letter of Acceptance (LoA)
to the successful tenderer.
(c) However, TACTV may also award the contract to Other Technically Qualified
Tenderers who are matching the negotiated price of L1 bidder, in accordance with
Tamil Nadu Transparency in Tenders Act, 1998 read with the Tamil Nadu
Transparency in Tenders Rules, 2000.
18.
SECURITY DEPOSIT
(a) On receipt of the Letter of Acceptance from the TACTV, the successful tenderer
should remit a Security Deposit (SD) of Rs.25,00,000(Rupees Twenty Five Lakhs
only) in the form of a Demand Draft or Banker’s cheque drawn on any Indian
Nationalized/Scheduled Commercial Bank or irrevocable Bank Guarantee with a
validity period of 3 years in favour of “Tamil Nadu Arasu Cable TV Corporation
Limited”, payable at Chennai, within 10 (Ten) working days from the date of receipt
of letter of acceptance. The EMD shall be adjusted with the Security Deposit.
(b) Any other amount pending with TACTV will not be adjusted under any circumstances,
against the Security Deposit if so requested.
(c) If the Security Deposit amount is not paid within the time specified, the EMD remitted
by the tenderer shall be forfeited, besides cancelling the communication of acceptance
of the Tender.
(a) Security Deposit amount remitted will not earn any interest.
19.
AGREEMENT
The successful tenderer should execute an agreement as may be drawn up to suit the
conditionson a non-judicial stamp paper of value, as prescribed in law on the date of
remittance of Security Deposit and shall pay for all stamps and legal expenses incidental
thereto. In the event of failure to execute the agreement, within the time prescribed, the
EMD/SD amount remitted by the tenderer will be forfeited besides cancelling the Tender.
Signature of the tenderer with seal 12 | P a g e
20. INSURANCE
a) The Goods supplied under this Contract shall be fully insured by the Bidder at his
own cost, against any loss or damage. The Bidder shall submit to TACTV, the
documentary evidence issued by the insurance company, indicating that such
insurance has been taken.
b) The bidders shall be entirely responsible for any loss or damage to the Wi-Fi devices
due to any deficiency / negligence on the part of thebidder during the O&M until it is
taken over by the TACTV (i.e) after the O&M period.
21.
ISSUE OF WORK ORDER
After payment of Security Deposit and successful execution of the agreement, Work Order
will be released for setting up Centralized Management Facility and Pubic Wi-Fi Hot spot
locations as and when it is required by the TACTV. Upon commissioning Centralized
Management Facility and Public Wi-Fi Hotspots at pilot location, trail run will be conducted
and Acceptance certificate will be issued on successful completion of trail run.
Successful bidder will be intimated in writing through a Letter of Indent (LOI), from time to
time, on locations where hotspots are to be set up . Successful bidder should survey the
particular location and provide TACTV the Bill of Materials along with the survey report.
TACTV will examine the report and release work order for approved quantity of Bill of
Material. The successful tenderer should supply and install as per the schedule given in
clause 23.
22.
WARRANTY
(a) The successful tenderer should give warranty for the Wi-Fi devices and its accessories
for a period of 3 years from the date ofinstallation of Wi-Fi devices against
manufacturing defects and bad workmanship solely by the successful tenderer
irrespective of whether the same have been manufactured by them or not.
(b) All the Tendered items should be supplied to the designated locations free from
breakages, malfunctions, manufacturing defects. If any of the items are found defective
due to manufacturing defect or design fault or transit damage occurred at the time of
supply or within one month from the date of installation, the items in full should be
replaced
(c) The successful tenderer shall be liable to make good the loss by replacing the items or
other accessories found defective during the warranty period.
(d) After completion of warranty period, the supplied items shall be handed over to
TACTV in good condition.
23.
SCHEDULE OF SUPPLY
(e) The specification of the Hardware / Software /Application should be as per Annexure-I.
(f) The delivery and installation of the Hardware / Software / Application required
setupPublic Wi-Fi servicesordered shall be completed as per the timeline given below
Signature of the tenderer with seal 13 | P a g e
S.No. Project Milestone Timeline
1 Award of Contract T
2 Setting up Centralised Management Facility T + 21
3 Setting up Public WiFi at Pilot location T+21
4 Commissioning and Trail run of pilot location and
issue of provisional Acceptance Certificate
T+30 days
5 Survey report for designated Hotspot locations 7 days from date of
notification
6 Commissioning of designated Hotspot Locations 21 days from release of
W.O
7 Acceptance of Commissioned Hotspot Locations 7 days from Date of
Commissioning
Delay beyond this period will attract penalty.
(g) The Hardware / Software / Application required should be installed at any location in
Tamilnadu that may be specified by the TACTV.
(h) If the contract is not completed within the stipulated time or extended time, TACTV
will hold full authority to cancel the tender or take any such action that will be deemed
fit to the occasion at the risk and cost of the successful tenderer. Such cancellation will
entail forfeiture of Security Deposit.
(i) In the event of non- performance of the contractual provisions or failure to effect the
supply within the stipulated time or during the extended period and if it is found that the
tenderer, has not fulfilled the contractual obligation with TACTV in any manner during
the currency of the contract or also found on later date, TACTV reserves the right to
disqualify such tenderer to participate in future tender or black list the Company up to a
maximum period of 3 years.
24.
PERFORMANCE TEST
(a) The successful tenderer shall demonstrate the performance of the installed Wi-Fi
devices in complete conformity with the relevant technical specifications and
performance parameters as specified in the Work Order.
(b) This demonstration should be done as stipulated by the TACTV.
25.
PERFORMANCE BANK GUARANTEE
(a) The Wi-Fi devices and its accessories are to be given warranty for a period of 3 years
from the date of completion of performance test.
(b) A performance bank guarantee equivalent to 5% of total value of each item ordered and
supplied for a period of 3 years from the date of completion of the each location as per
Annexure-IX.
(c) Upon the complete fulfillment of this contract by the successful tenderer, to the
satisfaction of the TACTV, after completion of three year period, for the satisfactory
Signature of the tenderer with seal 14 | P a g e
performance of the Wi-Fi devices, the performance security (bank guarantee) furnished
by the tenderer will be released, after recovery of dues if any.
26.
PAYMENT TERMS
(a) No advance is permissible.
(b) 95% of the contract value will be paid in 10 days from the date of completion of
supplyinstallation,performance test and after acceptance by the authorized
Person/Committee nominated by TACTV.
(c) The balance 5% of the contract value will be paid after completion of supply
installation, performance testand after acceptance by the authorized committee/person
nominated by TACTV and submission of performance bank guarantee equivalent to the
above amount valid for 3 years for Datacenter and each hotspot locations.SD will be
released after the satisfactory completion of each location.
(d) Charges for applications deployed in Central Management Facility (Wireless Subscriber
Management System for capable of supporting 10,000 concurrent users, NMS for 100
Hotspot locations and Help Desk Management Solution) will be paid on quarterly basis
after completion of the respective quarter.
(e) For operation and maintenance of help desk support payment will be paid on quarterly
basis after completion of respective quarter.
(f) TACTV also reserves the right to recover any dues from the tenderer, which is found on
later date, during audit/excess payment, after final settlement is made to them. The
tenderer is liable to pay such dues to the TACTV immediately on demand, without
raising any dispute/protest.
27.
PENALTY
(a) Failure to supply and complete installationas per the timeline given from the date of
issue of work order will attract a penalty of 1% per week, on the full value of the
contract up to a maximum of 5%. Delays beyond that period will result in cancellation
of the orders.
(b) The bidders are expected to meet the broad Service Level requirements envisaged for
this project. Noncompliance to the SLAs shall result in penalties/deductions as per
Annexure- VI.
28.
TERMINATION OF CONTRACT
TACTV reserves the right to terminate the contract at any time during the validity period on
account of non-fulfillment of contract or any of the reasons.
29.
GENERAL CONDITIONS
(a) Conditional tender in any form will not be accepted.
(b) TACTV reserves the right to relax or waive or amend any of the tender conditions.
(c) TACTV reserves the right to split the contract and award it to more than one supplier.
Signature of the tenderer with seal 15 | P a g e
(d) The right of final acceptance of the tender is entirely vested with TACTV and TACTV
reserves the right to accept or reject any or all the tenderer in part or in totality or to
negotiate with any or all the tenderers or to withdraw/ cancel/ modify this tender
without assigning any reason whatsoever.
(e) After acceptance of the tender by TACTV, the tenderer will have no right to withdraw
his tender.
(f) The successful tenderer(s) shall not off load either full or part of the work to other
tenderer.
(g) If service performance of the tenderer is not as per the Schedule, then TACTV reserves
the right to reallocate the quantity to other tenderer.
(h) TACTV reserves its right to withhold any amount for the deficiency in the service
aspect of the supplied items.
(i) Any notice regarding any problems, to the tenderer shall deemed to be sufficiently
served, if given in writing at his usual or last known place of business.
(j) In the course of discussion and instruction TACTV may disclose information of
confidential and proprietary nature relating to its products, knowhow, to the tenderer.
Such information shall be considered as confidential.
30.
ARBITRATION
(a) In case of any dispute in the bid, including interpretation if any on the clauses of the bid
or the agreement to be executed, the matter shall be referred by the TACTV/ tenderer to
an Arbitrator who shall be selected by the tenderer from the panel of Arbitrators
approved by TACTV and communicate the same within 15 days, from the date of
receipt of the letter from the TACTV along with the panel. If there is no reply from the
tenderer within 15 days, TACTV shall choose any of the Arbitrators from the panel of
Arbitrators referred to above. The remuneration for the Arbitrator and other expenses
shall be shared equally by TACTV and the tenderer.
(b) The venue of the Arbitration shall be at the Head office of the TACTV, Chennai. The
decision of the Arbitrator shall be final and binding on both the parties to the
Arbitration.
(c) The Arbitrator may with the mutual consent of the parties, extend the time for making
the award. The award to be passed by the Arbitrator is enforceable in the Court at
Chennai city only.
31.
JURISDICTION OF THE COURT
Any dispute arising out of non-fulfillment of any of the terms and conditions of this
Agreement or any other dispute arising out of the arbitration award will be subject to the
jurisdiction of the Courts in the City of Chennai only.
Signature of the tenderer with seal 16 | P a g e
We agree to the above terms and conditions.
SIGNATURE OF THE TENDERER:
DATE:
NAME IN BLOCK LETTERS:
DESIGNATION:
ADDRESS:
Signature of the tenderer with seal 17 | P a g e
ANNEXURE – I
TECHNICAL SPECIFICATIONS
State wide Public Wi-Fi System
I. Introduction
The objective ofPublic Wi-Fi solution is to provide ubiquitous network connectivity
across the state.
a) Public Wi-Fi shall provide:
• Statewide outdoor Wi-Fi network to provide coverage to all public areas such as
roads, bus stops, parks, parking areas, public areas, etc. in phased manner.
• High-performance, reliable, secure Wi-Fi outdoor infrastructure.
• Multi-Services infrastructure: internet access, city services, business services
• Complete life-cycle management and service assurance.
• Optional Advanced services such as Location Analytics and Connected Mobile
Experience.
II. Proposed Wi-Fi Solution Architecture
• The proposed Wi-Fi network shall be an outdoor Wi-Fi network managed using a
central controller. The access points shall be outdoor type capable of being
mounted on outdoor poles (light/CCTV/other), on the buildings and other
outdoor structures.
• The network shall be supporting minimum 802.11ac technology. The Wi-Fi
network should support mesh technology to have seamless and high available
backhaul connectivity.
• The network shall also be supporting multitenant architecture with multiple
SSIDs and seamlessly integrated with the L2/L3 VPN of the communication
network backbone.
• A wireless management solution shall be implemented to provision users,
auto/self-provisioning, monitoring of entire infrastructure and clients, security,
performance monitoring, etc. The solution should support billing with time
based, volume based and bandwidth based billing options. The user provisioning
shall be configurable with multiple plans (time based, volume based, and
bandwidth) and infrastructure should be configured automatically as per the plan.
• Indicative Schematic Diagram is as given below:
Signature of the tenderer with seal 18 | P a g e
III. Design Criteria
a) Coverage:
The network shall provide uniform coverage across all the area. For good
performance, signal strength of at least -60dBm in 90% of the intended coverage areas
is recommended. Overlapping coverage from multiple APs can be considered for
critical locations so that failure one AP will not affect the coverage.
b) Capacity:
The access points should support at least 802.11ac with 2x2:2 MIMO supporting
1.2Gbps speeds. Dual band access points can be considered for enhanced capacity per
AP.
Signature of the tenderer with seal 19 | P a g e
c) Security:
• The wireless network should be configured for authentication of users before
they are connecting to the network. The authentication can be integrated with
the user provisioning and billing solution.
• All wireless communication shall be encrypted.
• Multiple VLANs shall be configured to logically separate different tenants and
shall be mapped to a L2/L3 VPN in the communication network backbone.
• Role based access control should be configured based on users/groups to that
access to resources are controlled according to the privileges.
• The Wireless network should have built-in intrusion detection/prevention
capabilities.
• Bandwidth control shall be configured on per user basis so that one or few users
shall not use the entire available AP bandwidth thereby starving other users.
d) Intelligent:
The network shall have the Quality of Service support to treat the traffic according to
the applications/users. The traffic is prioritized according to applications/users and
handled in the AP/Controllers or upstream devices so that critical traffic is processed
immediately.
e) Radio Management:
• Radio Management is very critical in RF Network. Since the number of non-
overlapping frequency bands are limited, proper radio management is required
to have a clean interference free communication. In order to increase capacities,
more access points are required. For instance in 2.4GHz range, we can have
only 3 non-overlapping frequencies. If more than three access points are
required in an area, it will cause interference. The wireless network should have
the ability to control the coverage area of each access point to ensure that
frequency bands are effectively reused.
• The wireless network should have built-in features to load balance the clients
between multiple access points as well as different bands in an access points so
that there is a fair allocation of airtime to each user.
IV. Proposed Approach for Central Management Facility
a) Wireless Subscriber Management System
Indicative main building Blocks for Wi-Fi Subscriber Management System are AAA,
Captive portal, DBMS, SMS Gateway, Payment Gateway, EMS system for Server,
Storage, Supplied Applications. Bidder shall quote sizing for each of the Building
Blocks separately in the sizing certificate.
Signature of the tenderer with seal 20 | P a g e
1. Dimensioning Guidelines for Wi-Fi Subscriber Management System
Item Minimum Requirement
Deployment Locations of Wi-Fi Core
System
Identified TACTV Location in Chennai
Walk In Concurrent Visitors to Wi-Fi
Hotspot
10,000
Average time for Wi-Fi session 30 mins
CDR Retention period 13 Months
High Availability 99.9%
• The System shall support Captive Portal Based Authentication for the Walk-in
Subscribers. The System shall support integration with Online Payment GW, SMS
gateway, Email Server, DHCP, DNS,NMS System. It shall support report generation for
usage and accounting, real time usage based on location.
• It shall be support Plan & packages like Time based plans, Volume based plans, Fair
Usage Control, Pay per use etc.
• Solution shall support policy based access control for administrative activities.
• It shall be possible to query the AAA server to obtain users connection details, currently
assigned IP address, session duration etc.
• Proposed system shall be pre-integrated. Core IT components being proposed shall have a
single database which can be deployed in failover cluster mode.
• System shall be vendor agnostic for Wireless LAN Controller/Wireless Access Gateway
integration. System shall be able to take care of users on 802.1x as well as those who do
not have 802.1x capable devices.
• System shall support authorization based on Access Policy, Concurrent Policy and Radius
Policy. System shall support centralized subscriber management. System shall support
Local Authentication with username and password. Support for Local Authentication
against the attribute validation. Shall have the capability to whitelist and blacklist
subscribers. Shall Support Wi-Fi Network Login/Logout features for voucher based
scenario Walk-in users latching on Wi-Fi. System shall have the capability to allow and
end the session as soon as the user logins and logs out.
• System shall have policy engine for defining and implementing policies. Policies could be
based on any attribute value pairs or their conditional operation. It shall be possible to
configure policies on per user or user-group basis or service basis for IP address
assignment, removal of selected attributes from access accept message, attribute mapping
etc. It shall be possible to deploy multiple application servers for failover in a distributed
environment. It shall also be possible to load balance multiple application servers.
• The System shall able to send alerts for important events. The System shall have able to
Signature of the tenderer with seal 21 | P a g e
provide different statics for System performance and faults. The System shall be able to
integrate with any external Management System easily over SNMP.
• The vendor shall provide a User Interface Portal for login and logout for Walk-in
Subscribers. The portal shall support the OTP Flow for username and password based
authentication for subscribers using vouchers. All voucher based plans and packages shall
be displayed on the portal page for user selection and purchase options. Subscribers
purchasing vouchers online through portal shall have an option to pay online through
credit card, debit card or net banking.
• Captive Portal shall support different authentication methods for subscriber
authentication. Captive Portal shall support customizable authentication success/failure
page (Location/Device Based). It shall support various security mechanisms for Payment
Gateway communication.
• The Portal shall have the ability to display Ads, Banners, and Promotional Offers etc. on
the portal page. Portal shall support Location Based Advertisements; Location based
deals/offers at a given hotspot. Portal page accessed by users at different locations shall
be specific to that particular location. Thus each hotspot/location shall have location
based portal.
• System shall have the capability to generate vouchers for Walk-in Subscribers. For online
voucher purchase system shall have the ability to make online payments using Credit
card, Debit Card and Internet Banking. All vouchers shall have a validity period assigned
and shall be scrapped once used and expired.
• The bidder shall design the system taking in consideration the interface and other
requirements of the storage. Bidder shall provide storage space requirement for storing
data for 13 months. The management system shall have logging capability and
Centralized Security Log Auditing and Log Browser Utility.
• Bidder shall provide a solution to support subscriber analytics and reporting that displays
and showcases hourly usage, device based information, click through rate, usage
information etc.
2. Web Self Care
i) Web Self-care shall be provided by the Bidder through which walk in users view their
usage details and get their plan recharged.
ii) This shall work as interface between TACTV and Wi-Fi user. Any prospective user
coming into TACTV public hotspot shall be presented a webpage portal giving details
of Wi-Fi services, tariffs and procedure to subscribe to the services. The link to
payment gateway shall also be presented to the prospective user. The other features of
the web self-care shall be as follows:
iii) The subscriber shall be able to check his Wi-Fi account details; Shall be able to
change his password; Shall be able to register to WiFi service online using
registration portal; Shall be able to display the complete information including IP
Signature of the tenderer with seal 22 | P a g e
address using which the subscriber logged in as well as the MAC address of the
subscriber (if MAC binding option is selected).
3. Lawful Intercept
• System shall support all usage tracking which can be formatted into comprehensive
reports for security audits to enable service providers to comply with tracking, lawful
interception and legal requirements for Public Wi-Fi.
• It shall be able to provide custom reports so as to be able to generate reports as and
when required by security agencies for OTP.
• The administrator shall be able to trace session details based on the IP address and
time interval for identification.
• Bidder is required to provide all reports from the core solution which can help LI
analysis.
• System shall support LI integration where it Shall be possible to set the target on
System and once target user comes online and session starts then System shall send
standard AAA protocol based trigger towards existing LI based on which LI can
further tack the session.
b) Network Management system
Service provider shall configure any open NMS tool capable of monitoring about
500 devices to proactively manage the network. NMS shall be able to
1. Discover all the network elements in the system.
2. Monitor all the network elements like routers, switched and other SNMP
enabled devices for availability and report performance parameters like
Bandwidth utilisation, latency and packet loss.
3. Shall be able configure alerts to report network related issues proactively.
c) Help Desk Management System
Service provider will deploy a cost effective Help Desk management application to
manage the Hel Desk Management function and produce SLA report.
Signature of the tenderer with seal 23 | P a g e
V. Specifications for Proposed Wi-Fi Solution Components
a) Outdoor Access Points – Type 1 (Low Density Locations)
Sl
No. Feature Compliance
Remarks /
Info
1 Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
2 The Access Point should have min of 1 POE Port
10/100/1000Mb; additional redundant Ethernet
port/ports, if any should be indicated.
3 Proposed Access Point should be able to power up
using standard 802.3af POE input and operate in full
MIMO mode without any loss of features/capabilities.
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min 2x2:2
MIMO on both the radios/bands.
5 AP aggregate data rate capability to be minimum
1167Mbps
6 AP should be able to handle a minimum of 125
Concurrent users. Maximum client handling capability
to be indicated. More would be preferred.
7 AP should provide min of 20dBm transmission power
on 2.4Ghz and 5Ghz.
8 SSID support: 16 BSSIDs minimum per radio;
Maximum number to be indicated. More would be
preferred.
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power in 1dB decrements.
12 Should support operating temperature of -20° to 55° C
and Humidity: 15 to 95% non-condensing.
13 AP along with the antennas should be IP67 certified
for outdoor deployment.
14 Dimension & Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
be preferred.
15 Typical power consumption to be indicated
16 Safety and RoHS compliance
17 Should be WPC approved.
18 Wi-Fi Alliance Certified
Signature of the tenderer with seal 24 | P a g e
b) Outdoor Access Points – Type 2 (Sectorial)
Sl
No. Feature Compliance
Remarks /
Info
1 Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
2 The Access Point should have min of 1 POE Port
10/100/1000Mb; additional redundant Ethernet
port/ports, if any should be indicated.
3 Proposed Access Point should be able to power up
using standard 802.3af POE input and operate in full
MIMO mode without any loss of
features/capabilities.
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min 2x2:2
MIMO on both the radios/bands.
5 AP aggregate data rate capability to be minimum
1167Mbps
6 AP should be able to handle a minimum of 125
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
7 AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
8 SSID support: 16 BSSIDs minimum per radio;
Maximum number to be indicated. More would be
preferred.
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated or external 2.4GHz and 5GHz
Sectoral antennas of 120 degrees beamwidth.
11 Should support Transmit power tuning by changes in
Tx power in 1dB decrements.
12 Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
13 AP along with the antennas should be IP67 certified
for outdoor deployment.
14 Dimension & Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
be preferred.
15 Typical power consumption to be indicated
16 Safety and RoHS compliance
17 Should be WPC approved.
18 Wi-Fi Alliance Certified
Signature of the tenderer with seal 25 | P a g e
c) Outdoor Access Points – Type 3 (Direct Fiber)
Sl
No. Feature Compliance Remarks
1 Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
2 The Access Point should have min of 1 POE Port
10/100/1000Mb; And additional redundant Ethernet
port/ports, if any should be indicated. Also it should
have one SFP port for Fiber backhaul connectivity.
3 Proposed Access Point should be able to power up
using standard 802.3at POE input and operate in full
MU-MIMO mode without any loss of
features/capabilities. In case of Fiber backhaul
connectivity – It should be powered using External
Power supply
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min 4x4:4
MIMO on both the radios/bands.
5 AP aggregate data rate capability to be minimum
2500 Mbps using Wave 2 Technology
6 AP should be able to handle a minimum of 250
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
7 AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
8 SSID support: 16 BSSIDs minimum per radio;
Maximum number to be indicated. More would be
preferred.
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power in 1dB decrements.
12 Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
13 AP along with the antennas should be IP67 certified
for outdoor deployment.
14 Dimension & Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
be preferred.
15 Typical power consumption to be indicated
16 Safety and RoHS compliance
17 Should be WPC approved.
18 Wi-Fi Alliance Certified
Signature of the tenderer with seal 26 | P a g e
d) Outdoor Access Points – Type 4 (High Density)
Sl
No. Feature Compliance Remarks
1 Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
2 The Access Point should have min of 1 POE Port
10/100/1000Mb; And additional redundant Ethernet
port/ports, if any should be indicated. Also it should
have one SFP port for Fiber backhaul connectivity.
3 Proposed Access Point should be able to power up
using standard 802.3at POE input and operate in full
MIMO mode without any loss of features/capabilities
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min 3x3:3
MIMO on both the radios/bands.
5 AP aggregate data rate capability to be minimum
1750 Mbps
6 AP should be able to handle a minimum of 250
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
7 AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
8 SSID support: 16 BSSIDs minimum per radio;
Maximum number to be indicated. More would be
preferred.
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power in 1dB decrements.
12 Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
13 AP along with the antennas should be IP67 certified
for outdoor deployment.
14 Dimension & Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
be preferred.
15 Typical power consumption to be indicated
16 Safety and RoHS compliance
17 Should be WPC approved.
18 Wi-Fi Alliance Certified
Signature of the tenderer with seal 27 | P a g e
e) Indoor Access Points (Indoor Environments)
Sl
No. Feature Compliance Remarks
1 The APs should support the 802.11a, 802.11b,
802.11g and 11n standards. It should also support
802.11ac standard in the 5 GHz band.
2 Should support 2 spatial streams on both radio bands
for an aggregate capacity of 1167 Mbps
3 The access points should be centrally managed.
4 In some small isolated environments the AP should
be able to function as a full-fledged stand-alone
access point without the requirement of a controller.
5 Security mechanisms should be in place to protect
the communication between the Access Point
controller and the Access Points.
6 Since most radio interference come from the WLAN
network itself the vendor should specify what
mechanisms such as beam steering/ adaptive antenna
technology/ beamforming are available in
combination to focus the energy on the destination
STA and minimize radio interference with the
surrounding of the AP. The vendor should specify if
the activation of such feature is still compatible with
802.11n spatial multiplexing.
7 Since the WLAN network will be using an
unlicensed band the solution should have
mechanisms that reduce the impact of interference
generated by other radio equipment operating in the
same band. Describe techniques supported.
8 The access point should be able to detect clients that
have dual band capability and automatically steer
those client to use the 5GHz band instead of the
2.4GHz band.
9 The antennas to be dual polarized and should be
integrated inside the access point enclosure to
minimize damage and create a low profile unit that
does not stand out visually.
10 The access point should have anti-theft mechanisms.
Bidder to specify the integrated mechanisms
available.
11 The access point should have at least two Ethernet
ports allowing for redundancy and cascading of
multiple access points.
12 The access point should support 802.1q VLAN
tagging
13 The access point should support WPA2 enterprise
authentication and AES/CCMP encryption.
14 The administrator should be able to remotely turn off
LEDs on the access point.
Signature of the tenderer with seal 28 | P a g e
Sl
No. Feature Compliance Remarks
15 Implement Wi-Fi alliance standards WMM, WMM-
PS, 802.11d, 802.11h and 802.11e
16 The Access Point should provide for concurrent
support for high definition IP Video, Voice and Data
application without needing any configuration. This
feature should be demons ratable.
17 Support RF auto-channel selection by the following
three methods: a) measuring energy levels on the
channel; b) monitoring for 802.11 signal structures
and; (c) detecting radar pulses
18 Channel selection based on measuring throughput
capacity in real time and switching to another
channel should the capacity fall below the statistical
average of all channels without using background
scanning as a method.
19 Should support Transmit power tuning in 1dB
increments from the max power.
20 Device antenna gain (integrated) must be at least
4dBi and should provide automatic interference
rejection of about 10dB.
21 Upto 32 BSSIDs on 2.4G radio and upto 8 SSIDs on
5G radio for multiple differentiated user services
(e.g. voice).
22 Should support upto 125 clients per AP
23 Should support IPv6 from day one
24 Should support DHCP Option 82 in standalone mode
(without Controller) as well as in Managed mode
(with Controller)
25 For troubleshooting purposes, the administrator
should have the ability to remotely capture 802.11
and / or 802.3 frames from an access point without
disrupting client access.
26 Should support operating temperature of 0° to 50° C
and Humidity: 15 to 95% non-condensing.
27 Should be WiFi certified; WiFi certificate to be
enclosed
28 Should be WPC approved; ETA certificate to be
enclosed
29 Should be plenum rated and comply to RoHS
Signature of the tenderer with seal 29 | P a g e
f) Wireless Controllers
SI.
No Feature Compliance Remarks
1 The WLC sytem can be a hardware
appliance/multiple appliances or software-based
controller. In case software based controller is being
proposed, bidder to include the necessary hardware
and OS.
2 WLC should have Easy Setup through UPnP
Network Discovery and Installation Wizard.
3 Controller should support 500 AP’s from day one
along with licenses and should be scalable upto
2,000 APS. Should be further scalable in Clustered
configurations.
4 Support for 100% redundancy for primary controller
i.e N:N for hardware as well all Licenses. In case
any controller goes down all features should be
supported by redundant controllers without service
being affected.
5 Each Controller should have capacity to handle
minimum 20,000 client devices on day one and
scaleable upto 100,000 client sessions by having
cluster
6 Redundancy Features: WLC Must provide Active:
Active with N+1 redundancy. The WLC’s shall be
implemented in cluster.
7 Controller should support minimum 2000 WLAN’s.
8 Controller should provide air-time fairness between
these different speed clients – slower clients should
not be starved by the faster clients and faster clients
should not adversely affected by slower clients.
9 Ability to map SSID to VLAN and dynamic VLAN
support for same SSID.
10 support automatic channel selection for interference
avoidance.
11 External Captive Portal Integration - Web-services
based API for external web-portals to integrate with
the controller
12 should have the capability to limit/prevent clients
from using static IP addresses thereby enhancing
network efficiency and preventing network conflicts.
13 the proposed controller to support Multi-tenancy
with a minimum of 1000 unique tenants on the same
controller platform
14 WLC should support Hotspot 2.0 (passpoint)
Release2
15 Access points can discover controllers on the same
L2 domain without requiring any configuration on
Signature of the tenderer with seal 30 | P a g e
SI.
No Feature Compliance Remarks
the access point.
16 Access points can discover controllers across Layer-
3 network through DHCP or DNS option
17 Controller should support following for security
& Authentication:
18 WIRELESS SECURITY & Authentication: Open,
802.1x/EAP, PSK, WISPr, WPA, WPA2-AES,
WPA-TKIP, WEP,EAP-SIM, EAP-AKA over
WLAN for 802.1x, Authentication through external
Radius /Directory services.
19 WLC should have WIDS/WIPS for security
including Rogue AP detection and containment, AP
spoofing and Ad-Hoc detection, DOS attacks
20 WLC Should support L2 Client Isolation so User
cannot access each other’s devices. Isolation should
have option to apply on AP or SSID's.
21 Support for Walled garden “Walled Garden”
functionality to allow restricted access to select
destinations by unauthorized wireless users.
22 The proposed architecture should be based on
controller based Architecture with thick AP
deployment. While Encryption / decryption of
802.11 packets should be able to perform at the AP.
23 WLC should support OS/Device finger printing,
Bandwidth rate limit, VLAN mapping.
24 WLC should support Mesh.
25 WLC should be able to present a customizable
dashboard with information on the status of the
WLAN network.
26 WLC should be able to raise critical alarms by
sending an email. The email client on the controller
should support SMTP outbound authentication and
TLS encryption.
27 WLC or integrated solution should provide
customised reporting with minimum 1 month of
historical information.
28 Filtering of Alarms and event Log based on APs,
SSID or Zones
29 Syslog support towards external syslog server
30 per SSID or dynamic Per user bandwidth Rate
Limiting
31 Self-healing (on detection of RF interference or loss
of RF coverage) and vendor should provide their
Interference mitigation techniques .
32 System must support Band Steering where 5 Ghz
clients are forced to connect over 5Ghz Radio to
provide better load balancing among 2.4Ghz and
Signature of the tenderer with seal 31 | P a g e
SI.
No Feature Compliance Remarks
5Ghz Radios.
33 WLC shall support Quality of Service features like
802.11e based QoS enhancements, WMM or
equivalent and U-APSD to provide best performance
on Video applications.
34 WLC should provide a Guest Login portal in order
to authenticate users that are not part of the
organization. Should have seamless integration with
Centralized Wireless Management solution for
Guest Mgmt system
35 WLC should be able to provide a web-based
application that allows non-technical staff to create
Guest accounts with validity for fixed duration like
hours or days.
36 Controller should be CE. FCC/UL certified.
g) Centralized Wireless Management Solutions
SI.
No Feature Compliance Remarks
1 Automatic user provisioning using Self registration
portal with SMS authentication
2 Support for Volume/Time/Bandwidth based plans
and automatic provision of the plans in the
infrastructure
3 Should have complete visibility and track record on
end users like IP address, MAC address, Phone
Numbers, User Details
4 Solution should maintain Login and session details,
audit trails for minimum 13 Months for government
compliance
5 Integration with Billing and Payment Gateway
solutions
6 Proposed Solutions should be proposed as high
available solutions
7 Required services like DNS, DHCP, AAA, Captive
Portal, DBMS should be provided for smooth
operation of Wireless Hotspot solutions
8 Necessary Computing Hardware and Storage should
be proposed to handle 10000 users from day one
along with high availability
Signature of the tenderer with seal 32 | P a g e
h) Edge Switches – Type 1
S.No Features Compliance Remarks
1. 4 10/100/1000 Base-T PoE+ ports and additional 2
100/1000X SFP PORTS
2. Should support PoE+ as per IEEE 802.3at with PoE
budget of 120W or more
3. SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
4. L2 Features: Should support
• STP, RSTP, MSTP, GVRP, 4K VALNs
(active)
• IGMP v1/v2/v3 snooping, MLD snooping
(MLDv1 and v2),
• IEEE 802.3ac VLAN tagging, IEEE 802.1Q
Virtual LAN (VLAN) bridges
5. Should support IEEE 802.17/equivalent for sub 50ms
ring protection
6. Quality of Service:
Strict priority scheduling, Weighted Round Robin
802.1p remarking, DSCP-to-CoS mapping
7. Security: Should support
• ACL, secure channel by SSL/SSH, SFTP
(secure FTP)
• DHCP snooping/relay, DHCP client/server;
• AAA, 802.1x port-based authentication,
sflow,
• Radius, TACACS+, LAG, sflow
8. Management : Should support:
• CLI, GUI, SNMPv3, LLDP, LLDP-MED
• USB interface for taking backup of software
release files configurations, SSL
• Should have 48 VDC Redundant power inputs
with industrial grade power adapter
9. Certifications: UL/IEC/EN 60950-1, EN61000-6-4, EN61000-6-2
EN61000-4-2 (ESD), EN61000-4-3 (RS), EN61000-
4-4 (EFT)
10. • The switch shall be a rugged, industrial grade
Ethernet switch designed to operate under
harsh environmental conditions including
continuous operational temperature of (0 to
65º+ Celsius), humidity (90%+ condensing)
with min IP 30 Enclosure rating
Signature of the tenderer with seal 33 | P a g e
S.No Features Compliance Remarks
• The access switch shall also be placed in an
enclosure that provides protection from
humidity, moisture and airborne substances,
rain, wind, dust, high temperature, roadside
pollutants, vandalism, pests, and theft of
equipment.
• Should support DIN rail Mounting
• Vendors should supply industrial grade power
adapter
11. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
i) Edge Switches – Type 2
S.No Features Compliance Remarks
1. 8 10/100/1000 Base-T PoE+ ports and additional 2
100/1000X SFP PORTS
2. Should support PoE+ as per IEEE 802.3at with PoE
budget of 120W or more
3. SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
4. L2 Features: Should support
• STP, RSTP, MSTP, GVRP, VLANs
• IGMP v1/v2/v3 snooping, MLD snooping
(MLDv1 and v2),
• IEEE 802.3ac VLAN tagging, IEEE 802.1Q
Virtual LAN (VLAN) bridges
5. Should support IEEE 802.17/equivalent for sub 50ms
ring protection
6. Quality of Service:
• Strict priority scheduling, Weighted Round
Robin
• 802.1p remarking
7. Security: Should support
• ACL, secure channel by SSL/SSH, SFTP
(secure FTP)
• DHCP snooping/relay, DHCP client/server;
• AAA, 802.1x port-based authentication,
sflow,
• Radius, TACACS+, LACP, sflow
8. Management : Should support:
• CLI, GUI, SNMPv3, LLDP, LLDP-MED
• USB interface for taking backup of software
release files configurations, SSL
Signature of the tenderer with seal 34 | P a g e
S.No Features Compliance Remarks
9. Certifications:UL, cUL, UL-EU, ROHS Compliant
10. Operating temperature range: 0°C to 45°C (32°F to
122°F)
11. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
j) Aggregation Switches – Type1
S.No Features Compliance Remarks
1 Rugged outdoor Din Rail mountable switch with Min
8 10/100/1000 Base-T port of POE + and 4 *
100/1000 Fx Fibre slots with suitable AC PSU;
Support bi-directional SFP optical for seamless
integration and dual power inputs
2 POE + Standards should be in accordance with IEEE
802.3af and IEEE 802.3at standards with PoE budget
of 230W or more
3 The Switch must support IEEE 802.17 or equivalent
Ring resiliency / Ring protection technology for Sub
50Ms convergence time
4 L2 Features: IEEE 802.3ac, IEEE 802.3az, IEEE
802.1v, IEEE 802.1Q, IEEE 802.1s, IEEE 802.1w,
IEEE 802.1D and should have capability to support
PIM-SM, RIP, OSPF for IPv4 and IPv6 using
software upgrade in future
5 Multicast For Video: IGMP snooping v1 , v2 and
v3, MLD snooping (v1 and v2)
6 Security: Should support ACLs, DHCP snooping,
IEEE 802.1x based port authentication, DHCPv4
(Snooping, server/ client), RADIUS, TACACS+,
SSL, SSH, SSLv3, Port Mirroring, NTP
7 Wire speed traffic classification with low latency
essential for real time streaming and real time Video
and voice applications
8 Management: SNMPv1, v2c and v3, Web GUI, CLI,
USB or equivalent memory card, IPv6 management
features on open standards
9 Operating Temperature: Min of 0 to 70 Degrees or
better
10 Humidity: 5% to 95% or better
11 UL/IEC/EN 60950-1; ROHS Compliance; Vibration
IEC60068-2-6; Min. IP30 Enclosure Rating, DIN
Rail Mounting
12 Interoperability: For ease of integration all switches,
SFP’s should of same OEM
Signature of the tenderer with seal 35 | P a g e
k) Aggregation Switches – Type 2
S.No Features Compliance Remarks
1. 24 10/100/1000 Base-T PoE+ ports and additional 4
100/1000X SFP PORTS
2. Should support PoE+ as per IEEE 802.3at with PoE
budget of 360W or more
3. SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
4. L2 Features: Should support
• STP, RSTP, MSTP, GVRP, VLANs
• IGMP v1/v2/v3 snooping, MLD snooping
(MLDv1 and v2),
• IEEE 802.3ac VLAN tagging, IEEE 802.1Q
Virtual LAN (VLAN) bridges
5. Should support IEEE 802.17/equivalent for sub 50ms
ring protection
6. Layer 3 Features:
should have capability to support PIM-SM, OSPF,
RIP for IPV4 and IPv6 using software upgrade in
future
7. Quality of Service:
Strict priority scheduling, Weighted Round Robin,
802.1p remarking
8. Security: Should support
• ACL, secure channel by SSL/SSH, SFTP
(secure FTP)
• DHCP snooping/relay, DHCP client/server;
• AAA, 802.1x port-based authentication,
sflow, Radius, TACACS+, LACP, sflow
9. Management Features
• CLI, GUI, SNMPv3, LLDP, LLDP-MED
• USB interface for taking backup of software
release files configurations, SSL
10. Operating temperature range: 0°C to 45°C (32°F to
122°F)
11. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
Signature of the tenderer with seal 36 | P a g e
l) Internet Gateway Router/Firewall
S.No Specification Compliance Remarks
1 Internet Gateway router / Next Generation Firewall
and Security gateway device with min 2 * SFP
combo WAN ports loaded with Single Mode SFP
modules for Service Provider connectivity and Min 4
10/100/1000 LAN Ports
2 Performance Requirements
3 Min Firewall throughput of 100 Mbps or more after
enabling Application Control, Web Control, VPN
Functionalities
4 Min Concurrent sessions support up to 10000
sessions
5 Min New Sessions support up to 2000 sessions
6 Min VPN Throughput of 20 Mbps or more
7 Layer 3 features
8 Static routing, RIP and RIP ng, OSPFv2 and
OSPFv3, BGP4 and BGP4+
9 IGMP, PIMv4 and PIMv6 , Bridging (LAN / WAN)
10 PPPoE , DHCPv4/v6 client, server, relay, Static,
IPsec traversal, Dynamic NAPT, RADIUS /
TACACS+, IPv6 logo ready
11 Network Resilience
12 VRRP and VRRPv3 , Spanning Tree, RSTP, MSTP
13 Firewall Features
14 Should have DPI firewall, Application control , web
control, Traffic shaping, URL filtering
15 DMZ, Port forwarding, Dynamic NAT
16 Static PPP, L2TPv3 Ethernet pseudo-wires, GRE for
IPv4 and IPv6
17 Management features
18 USB Slot media, RADIUS, TACACS+, SNMP v1 /
v2 and V3 support
19 SSHv1/v2, Syslog & Syslogv6, SNMPv2 & v3,
3G/4G/LTE USB modem
20 Full environmental monitoring of PSU, fan,
temperature and internal voltages.
21 Should be able to send SNMP traps alert to network
managers in case of any failure
22 Safety Standards: UL60950-1, CAN/CSA-C22.2 No.
60950-1-03, EN60950-1, EN60825-1, AS/NZS
60950.1, UL, cUL
23 For ease of integration, NGF, switches, SFP's should
be of same OEM.
24 All NAT logs should be stored in central syslog
server
Signature of the tenderer with seal 37 | P a g e
m) Approved Makes
S.No Components Approved Makes
1 Wireless Controller and Access Points
(All products should be from same OEM)
Cisco/HP-Aruba/Ruckus
2 Switches and SFP (All Switching
components including SFP from same
OEM)
Cisco/HP-Aruba/Allied
Telesis/Ruggedcom
3 Firewall Cisco/Fortinet/Palo-Alto/Allied
Telesis/Sonicwall
4 Servers Cisco/HP/Lenovo/Dell
5 Copper and Fiber Cables TE/Systimax/Molex
6 Racks and Junction Boxes APW/Rittal/Valrack
7 UPS Numeric/APC/Delta
8 DC Power Supply Emerson/Meanwell/Delta
9 HDPE Pipes Any ISI Reputed Make
10 PVC Pipes Any ISI Reputed Make
The tenderers shall offer the Wi-Fi devicesstrictly meeting the above requirements or with
better specifications.
Any material or equipment not specifically stated in the specification but which are
necessary for satisfactory operation of the Wi-Fi devices shall deem to be included in the
scope of supply.
38 | P a g e
ANNEXURE - II
PART-I
Date:____________
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore,
Chennai - 600 008
Sir,
Sub: Tender for the selection of information technology/ telecom service provider
to supply, install and manage Hardware / Software / Application required to
setup Public Wi-Fi services at designated locations across Tamilnadu–
Submission of Part I –Reg .
Ref: Your Tender Notice Dt. ..........
With reference to your tender notice, we submit herewith our sealed Tender for
the selection of information technology/ telecom service provider to supply, install and
manage Hardware / Software / Application required to setup Public Wi-Fi services at
designated locations across Tamilnaduas specified by TACTV in this tender document.
We enclose the following documents:
1) Tender conditions duly signed in each page
2) Demand Draft no. _______for Rs._______/- (Rupees ________ only), in favour
of “Tamilnadu Arasu Cable TV Corporation Limited”, Drawn on
______________ Bank payable at Chennai, towards Earnest Money Deposit.
3) Authorization letter from the Agency for the person to sign the tender.
4) Compliance report to the technical Specifications as per Annexure-I.
5) Details of the Tenderer (as per Annexure-III).
6) Average annual turnover statement duly certified by a Chartered Accountant (as
per Annexure-IV).
7) List of Service centres in Tamilnadu (as per Annexure-V).
8) Declaration for not having black listed either by TACTV or by any other Govt.
agencies (as per Annexure-VII).
9) Declaration for not having tampered the Tender documents downloaded from the
websites www.tactv.in and www.tenders.tn.gov.in (Annexure-VIII).
39 | P a g e
10) Manufacturer’s authorization form (as per Annexure-X).
11) Proposed Solution (as per Annexure-XII).
12) Undertaking on Compliance and Sizing of Infrastructure (as per Annexure-XIII).
13) Unpriced Bill of Material (as per Annexure-XIV).
14) The copy of certificate of incorporation/registration.
15) Copy of Registered Partnership deed, in case of Partnership Firm.
16) Work Orders issued by the clients.
17) Performance certificate issued by the clients.
18) The Annual Report / certified copies of Balance Sheet, Profit & Loss statement
along with schedules for the last 3 consecutive financial years i.e. FY 2012-13,
2013-14 and 2014-15 (or) FY 2013-14, 2014-15 and 2015-16.
19) Copy of Registration certificate as a firm under TN VAT Act/CST Act.
20) Copy of Service Tax Registration certificate.
21) Copy of PAN allotment Certificate/ PANCARD issued by Income Tax
Department.
22) Latest Assessment orders under TN VAT Act/CST Act.
23) Latest I.T return.
24) Address Proof Document for having their maintenance and service facility in
Chennai City.
25) Resource Details along with certifications.
26) Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Yours faithfully,
SIGNATURE OF THE TENDERER
Encl: As stated above
Signature of the tenderer with seal 40 | P a g e
ANNEXURE – III
DETAILS OF THE TENDERER
S.No. Particulars Description/
Details
Reference Documents Page No.
A Name of Bidder - -
B Contact Details
Address
Telephone No.
Fax
Website
C Incorporation Details Certified copy of incorporation
under Indian Companies
Act,1956
Incorporation Number
Date of Incorporation
Authority
D Sales/Trade Tax
Regn. Details
Certified copy of valid. Service
Tax Registration in India
Service Tax No.
Date
Registration Authority
F Legal Status of
Company
G Name of Authorized
Signatory
Special Power of Attorney, duly
authorizing the person signing
the bid documents to sign on
behalf of the bidder and
thereby binding the bidder
Position
Telephone
Fax
Mobile
H Number & Address of
Offices
a) In India
b) Outside India
Full Name and Signature of the Authorized Representative:
41 | P a g e
ANNEXURE – IV
ANNUAL TURN OVER STATEMENT
The Annual turnover of M/s ............................................................... for the past three years
are given below and certified that the statement is true and correct.
S.no Year Turnover
(Rs. in lakh)
1 2012-2013
2 2013-2014
3 2014-2015
4 2015-2016
Total
Average annual turnover
Note: Average Turnover of any three consecutive financial years will be considered i.e. FY
2012-13, 2013-14 and 2014-15 (or) FY 2013-14, 2014-15 and 2015-16.
DATE :
SIGNATURE OF THE TENDERER
SIGNATURE OF CHARTERED ACCOUNTANT
(with seal and Address)
42 | P a g e
ANNEXURE- V
LIST OF SERVICE CENTRES IN TAMILNADU
Sl.No Address Contact person Phone/
Mobile Number
1
2
3
4
5
6
7
8
SIGNATURE OF THE TENDERER
(with seal and address)
43 | P a g e
ANNEXURE – VI
SERVICE LEVEL AGREEMENT (SLA) FOR THE SOLUTION PROVIDED BY
SUCESSFUL TENDERER
Help Desk Service
Severity Resolution Time Penalty
High 2 hours Rs.2,500 per incident
Medium 4 hours
Low 12 hours
90% of the Calls received on the help desk should be resolved
within the given timeframe
SIGNATURE OF THE TENDERER
(with seal and address)
Service
Uptime
Service
Window
Acceptable
Limit
Penalties/deductions on non-
compliance
Remarks
Central
Management
Facility
24X7 99.9% • 99.5% - 99.9% -> 1% of the
charges for Central
Management Facility
• 99%-99.5% -> 3% of the
charges for Central
Management Facility
• 98%-99% - >5% of the
charges for Central
Management Facility
• Below 98% -> 20% of the
charges for Central
Management Facility
Public Wi-Fi
Hotspots
8 AM-
10 PM
98% • Per incident per Hotspot
beyond 12-24 hours ->
Rs.2,000
• 24-48 hours – > Rs.5,000
• >48 hours -> Rs.6,000 for
every 24 hours
44 | P a g e
ANNEXURE – VII
CERTIFICATE
Date: __________
Certified that M/s.........................................................../ the firm /company or its partners /
share holders had not been blacklisted by Tamilnadu Arasu Cable TV Corporation Limited
(TACTV), or by any Government Agencies.
SIGNATURE OF THE TENDERER
(with seal and address)
45 | P a g e
ANNEXURE - VIII
DECLARATION FORM
Date: __________
a) I/We …………………………………………………………………….. having our
office at …………….. do declare that I/We have carefully read all the conditions of tender
sent to me/us by theTamilnadu Arasu Cable TV Corporation Limited (TACTV), for the
tenders floated vide tender ref.no.__________________________ for theselection of
information technology/ telecom service provider to supply, install and manage Hardware /
Software / Application required to setup Public Wi-Fi services at designated locations across
Tamilnaduand complete the contract as per the tender conditions.
b) I /We have not tampered / modified the tender document in any manner. In case, if
the same is found to be tampered / modified, I/ We understand that my/our tender will be
summarily rejected and I /We am/are liable to be banned from doing business with TACTV
or prosecuted.
SIGNATURE OF THE TENDERER
(with seal and address)
46 | P a g e
ANNEXURE –IX
PERFORMANCE BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
(The non-judicial stamp paper should be in the name of issuing bank)
Guarantee Bond for Performance Guarantee
1. In consideration of the Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
having its registered office at Durga Towers, 6th Floor, 34/123, Marshalls Road, Egmore,
chennai – 600 008having agreed to exempt
……………………………………………………….. (Hereinafter called “the said
Contractor(s)”) from the demand, under the terms and conditions of an PurchaseOrder
No. ………………………………dated……………made
between…………………………………………and
………………………………………… for (hereinafter called “the saidAgreement”) of
security deposit for the due fulfillment by the said Contractor (s) of the terms
andconditions contained in the said Agreement, on production of a Bank Guarantee for
Rs.……………………….(Rs . ………….. only). We
…………………………………………………(indicate the name of the Bank)
hereinafter referred to as “the Bank”) at the request of……………. …………….
Contractor(s) do hereby undertake to pay the TACTV an amount notexceeding Rs.
……………. against any loss or damage caused to or suffered or would becaused to or
suffered by the TACTV by reason of any breach by the said Contractor(s) of any ofthe
terms or conditions contained in the said Agreement.
2. We, ……………………………………………………………. Bank do hereby undertake
to pay theamounts due and payable under this Guarantee without any demur, merely on
demand from the TACTV stating that the amount is claimed is due by way of loss or
damage caused to or would becaused to or suffered by the TACTV by reason of breach
by the said Contractor(s) of any of termsor conditions contained in the said Agreement or
by reason of the Contractor(s) failure to performthe said Agreement. Any such demand
made on the Bank shall be conclusive as regards theamount due and payable by the Bank
under this guarantee. However, our liability under thisguarantee shall be restricted to an
amount not exceeding Rs. ………………………
3. We, ……………………………………….. bank undertake to pay to the TACTV any
money sodemanded notwithstanding any dispute or disputes raised by the Contractor(s) /
Tenderer(s) inany suit or proceedings pending before any court or Tribunal relating
thereto our liability underthis present being, absolute and unequivocal. The payment so
made by us under this Bond shallbe a valid discharge of our liability for payment there
under and the Contractor(s) / Tenderer(s)shall have no claim against us for making such
payment.
4. We, ………………………………………….Bank further agree that the Guarantee herein
containedshall remain in full force and effect during the period that would be taken for
the performance ofthe said Agreement and that it shall continue to be enforceable till all
the dues of the TACTV under or by virtue of the said Agreement have been fully paid and
its claims satisfied ordischarged or till TACTV certifies that the terms and conditions of
the said Agreement have beenfully and properly carried out by the said Contractor(s) and
47 | P a g e
accordingly discharges thisGuarantee.Unless a demand or claim under the Guarantee is
made on us in writing on or beforethe ……. ………… We shall be discharged from all
liability under this Guarantee thereafter.
5. We,……………………………………………(indicate the name of Bank) further agree
with theTACTV that the TACTV shall have the fullest liberty without our consent and
without affecting inany manner our obligations hereunder to vary any of the terms and
conditions of the Agreementor to extend time of to postpone for any time or from time to
time any of the powers by the TACTV against the said contractor(s) and to forbear or
enforce any of the terms an conditions relating to the said Agreement and we shall not be
relieved from our liability by reasonof any such variation, or extension to the said
Contractor(s) or for any forbearance, act of omission on the part of TACTV or any
indulgence by the TACTV to the said Contractor(s) or byany such matter or thing
whatsoever which under the law relating to sureties would, but for thisprovision, have
affect of so relieving us.
6. This Guarantee will not be discharged due to the change in the Constitution of the Bank
or theContractor(s) / Tenderer(s).
7. We,…………………………………………………… (indicate the name of Bank) lastly
undertakenot to revoke this Guarantee during its currency except with the previous
consent of TACTV inwriting.
8. Notwithstanding anything contained herein, Our liability under the Bank guarantee shall
notexceed Rs………… (In Rupees). This Bank Guarantee shall be valid up
to………………and weare liable to pay the guaranteed and or any part thereof under this
Bank Guarantee only and ifyou serve upon is a written claims or demand or
before……………….(date of expiry ofguarantee).
Dated the……………….day of………….2016
for ………………………………………………..
(Indicate the name of the Bank)
Witness
1. Signature
Name
2. Signature
Name:
48 | P a g e
ANNEXURE- X
MANUFACTURER’S AUTHORIZATION FORM
(To be obtained from the OEM on OEM letterhead)
Tender Ref No.: Date: _______________
To
The Managing Director,
TamilNadu Arasu Cable TV Corporation Ltd.
Durga Towers, 6th Floor,
34/123, Marshalls Road,
Egmore, Chennai-600 008
WHEREAS_______________________________________ who are officialmanufacturersof
___________________________ having factories at____________________________do
hereby authorize______________________________________ to submit a Bid in relation to
theInvitation for Bids indicated above, the purpose of which is to provide the following
Goods, manufacturedby us ______________________________and to subsequently
negotiate and sign the Contract.
We hereby extend our full guarantee and warranty, with respect to the Goods offered by the
above firm inreply to this Invitation for Bids. We also confirm that the Goods/Services
proposed as a part of the tender shall not be End of Sale / Life / Support for at least 5 years
from the date of bid submission. The products offered by us are of equivalent or higher
specifications as mentioned in the tender.
Signature: _________________
Full Name: _________________
Address: _________________
49 | P a g e
ANNEXURE- XI
CLARIFICATION ON TENDER DOCUMENT FORMAT
BIDDER’S REQUEST FOR CLARIFICATION
Name and Address of the
Organization submitting
request
Name and Position of Person
submitting request
Contact Details of The
Organization / Authorized
Representative
Tel:
Fax:
Email:
S. No Reference(s)
(Section, Page)
Content of Tender requiring
Clarification
Points of clarification
required
1
2
SIGNATURE OF THE TENDERER
(with seal and address)
50 | P a g e
ANNEXURE-XII
Proposed Solution including Approach and proposed methodology for both
implementation and operation phase of the project
Proposed Solution document is to be prepared covering the following points but not limited
to
Project Understanding
Project Management Approach & Methodology
Solution Proposed
Hardware sizing document for Central Management facility and Detailed Bill of Material
Proposed Approach & SLA Management
Training
Helpdesk Management
SIGNATURE OF THE TENDERER
(with seal and address)
51 | P a g e
ANNEXURE-XIII
Undertaking on Compliance and Sizing of Infrastructure
Date:____________
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore,
Chennai - 600 008
Sir,
Sub: Undertaking on Compliance and Sizing of Infrastructure
1. I/We as Service Provider do hereby undertake that we have proposed and sized the
hardware and all software (including perennial and enterprise wide licenses, unless stated
otherwise) based on information provided by TACTV in its tender document and in
accordance with the service level requirements and minimum specifications provided and
assure TACTV that the sizing is for all functionality envisaged in the tender document.
2. Any augmentation of the proposed solution or sizing of any of the proposed solutions
(including hardware and software) in order to meet the minimum tender requirements and/or
the requisite service level requirements given by TACTV will be carried out at no additional
cost to TACTV during the entire period of contract.
Yours faithfully,
SIGNATURE OF THE TENDERER
52 | P a g e
ANNEXURE-XIV
Unpriced Bill of Material
The bidder shall submit a detailed unpriced Bill of Material (BOM) in the template given below for the solution proposed to meet all the
technical and functional requirements and to comply for the consolidated services specified in this tender document and to meet the SLA
SI.No Product Description Make Model
Datacenter Infrastructure capable to handle 100 Hotspot locations
1 Servers for Hotspot WiFi Management Solution, Network
Management Solution and Helpdesk Management Solution
along with High Availability Options with 99.9% uptime
2 Storage for Hotspot WiFi Management Solution, Network
Management Solution and Helpdesk Management Solution
and Audit Logs storage for 13 Months with 99.9% uptime
3 Wireless Controller with 500 AP License along with HA
4 Applications deployed in Central Management Facility
(Wireless Subscriber Management System for capable of
supporting 10,000 concurrent users, NMS for 100 Hotspot
locations and Help Desk Management Solution)
5 Firewall with DPI, Application Control, VPN
Functionalities, Web Control with HA
6 Layer 3 Stackable Core Switches with HA
7 Racks and Accessories
8 Workstations (i5 Processor, 8GB RAM, 500GB HDD)
along with 24" Display
Hotspot Locations - Tentative Quantity for 100 Locations
1 Supply and Installation of Internet Gateway Firewall
2 Supply and Installation of Aggregation Switch - Type 1
3 Supply and Installation of Aggregation Switch - Type 2
4 Supply and Installation of Field Switches - Type 1
53 | P a g e
SI.No Product Description Make Model
Datacenter Infrastructure capable to handle 100 Hotspot locations
5 Supply and Installation of Field Switches - Type 2
6 Supply and Installation of Single Mode SFP Modules for
Switches
7 Supply and Installation of Copper SFP Modules
8 Supply and Installation of Outdoor Access Points - Type 1
(Low Density)
9 Supply and Installation of Outdoor Access Points - Type 2
(Sectorial)
10 Supply and Installation of Outdoor Access Points - Type 3
(Direct Fiber)
11 Supply and Installation of Outdoor Access Points - Type 4
(High Density)
12 Supply and Installation of Indoor Access Points
13 Supply and Laying of STP Copper Cables
14 Supply and Laying of UTP Copper Cables
15 Supply and Laying Single Mode 6 Core OFC Cables
16 Supply and Laying of Outdoor Rated HDPE Pipes
17 Supply and Laying of 1" PVC Pipes
18 Trenching and Refilling (1Mtr Depth)
19 OFC Warning Tape
20 Semi Circular Concrete Slab
21 Supply and Installation of Outdoor Enclosure with IP 65
capability to house Switches, UPS/DC power supply, etc
22 Supply and Erection of 6M Poles with 50mm Dia for
Mounting Access Points and Housing Outdoor Enclosure
23 Supply and Installation of 9U Wall Mount Rack
24 Supply and Installation of 0.5kVA UPS with One Hour
Backup
54 | P a g e
SI.No Product Description Make Model
Datacenter Infrastructure capable to handle 100 Hotspot locations
25 Supply and Installation of 1kVA UPS with One Hour
Backup
26 Supply and Installation of DC power supply with One Hour
Backup
27 Supply and Installation of 24 Core Fiber LIU with all
loaded Pigtails , Duplex Couplers, Splicing
28 Supply and Installation of 12 Core Fiber LIU with all
loaded Pigtails , Duplex Couplers, Splicing
29 Supply and Installation of 6 Core Fiber LIU with all loaded
Pigtails , Duplex Couplers, Splicing
30 3M Fiber LC-LC Fiber Patch Cords
31 RJ45 Jacks
32 5 Mtr STP Patch cords
33 24 Port CAT 6 Patch Panel
34 2 Mtrs UTP Patch Cords
35 Supply and Laying Outdoor Rated Single Mode 6 Core
Fiber Cable through Overhead on Light posts along with
Staywires and accessories
SIGNATURE OF THE TENDERER
(with seal and address)
55 | P a g e
ANNEXURE -XV
PART-II
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
34 /123, 6th Floor, Dugar Towers,
Marshall’s Road, Egmore,
Chennai - 600 008
Sir,
Sub: Tender for the selection of information technology/ telecom service provider
to supply, install and manage Hardware / Software / Application required to
setup Public Wi-Fi services at designated locations across Tamilnadu-
Submission of Part – II – Price Offer-Reg
Ref:- Our tender (Technical Bid) submitted today for “selection of
informationtechnology/ telecom service provider to supply, install and manage
Hardware / Software / Application required to setup Public Wi-Fi services at
designated locations across Tamilnadu”
----
In continuation of our above tender, we submit herewith the price offer for the
“Selection of information technology/ telecom service provider to supply, install and manage
Hardware / Software / Application required to setup Public Wi-Fi services at designated
locations across Tamilnadu”as specified by TACTV in this tender document.We agree to
abide by the terms and conditions stipulated by the TACTV and also agree to complete the
entire contract, at the rates quoted by us. The rate quoted and approved by the TACTV in this
tender will hold good as per TACTV tender conditions.
Yours faithfully,
SIGNATURE OF THE TENDERER
56 | P a g e
ANNEXURE –XVI
PRICE BID
(Amount in Rs.)
SI.No Product Description Qty UOM Basic
price
Excise Duty/
Customs Duty
VAT/
CST
Service
Tax
Total
Price
Datacenter Infrastructure capable to handle 100 Hotspot locations with Three Years warranty
1 Servers for Hotspot WiFi Management Solution,
Network Management Solution and Helpdesk
Management Solution along with High Availability
Options with 99.8% uptime
1 Lot
2 Storage for Hotspot WiFi Management Solution,
Network Management Solution and Helpdesk
Management Solution and Audit Logs storage for
13 Months with 99.8% uptime
1 Lot
3 Wireless Controller with 500 AP License along
with HA 1 Lot
4 Quarterly Service charges for applications
deployed in Central Management Facility (Wireless
Subscriber Management System for capable of
supporting 10,000 concurrent users, NMS for 100
Hotspot locations and Help Desk Management
Solution)
4 Qtr
5 Firewall with DPI, Application Control, VPN
Functionalities, Web Control with HA 1 Lot
6 Layer 3 Stackable Core Switches with HA 1 Lot
7 Racks and Accessories 1 Nos
8 Workstations (i5 Processor, 8GB RAM, 500GB
HDD) along with 24" Display 4 Nos
57 | P a g e
SI.No Product Description Qty UOM Basic
price
Excise Duty/
Customs Duty
VAT/
CST
Service
Tax
Total
Price
Hotspot Locations - Tentative Quantity for 100 Locations *** with Three Years Warranty
1 Supply and Installation of Internet Gateway
Firewall 100 Nos
2 Supply and Installation of Aggregation Switch -
Type 1 80 Nos
3 Supply and Installation of Aggregation Switch -
Type 2 20 Nos
4 Supply and Installation of Field Switches - Type 1 100 Nos
5 Supply and Installation of Field Switches - Type 2 100 Nos
6 Supply and Installation of Single Mode SFP
Modules for Switches 400 Nos
7 Supply and Installation of Copper SFP Modules 100 Nos
8 Supply and Installation of Outdoor Access Points -
Type 1 (Low Density) 200 Nos
9 Supply and Installation of Outdoor Access Points -
Type 2 (Sectorial) 50 Nos
10 Supply and Installation of Outdoor Access Points -
Type 3 (Direct Fiber) 25 Nos
11 Supply and Installation of Outdoor Access Points -
Type 4 (High Density) 25 Nos
12 Supply and Installation of Indoor Access Points 200 Nos
13 Supply and Laying of STP Copper Cables 500 Mtrs
14 Supply and Laying of UTP Copper Cables 10000 Mtrs
15 Supply and Laying Single Mode 6 Core OFC
Cables 10000 Mtrs
16 Supply and Laying of Outdoor Rated HDPE Pipes 10000 Mtrs
17 Supply and Laying of 1" PVC Pipes 10000 Mtrs
18 Trenching and Refilling (1Mtr Depth) 5000 Mtrs
58 | P a g e
SI.No Product Description Qty UOM Basic
price
Excise Duty/
Customs Duty
VAT/
CST
Service
Tax
Total
Price
19 OFC Warning Tape 5000 Mtrs
20 Semi Circular Concrete Slab 5000 Mtrs
21 Supply and Installation of Outdoor Enclosure with
IP 65 capability to house Switches, UPS/DC power
supply, etc
200 Nos
22 Supply and Erection of 6M Poles with 50mm Dia
for Mounting Access Points and Housing Outdoor
Enclosure
200 Nos
23 Supply and Installation of 9U Wall Mount Rack 200 Nos
24 Supply and Installation of 0.5kVA UPS with One
Hour Backup 200 Nos
25 Supply and Installation of 1kVA UPS with One
Hour Backup 100 Nos
26 Supply and Installation of DC power supply with
One Hour Backup 200 Nos
27 Supply and Installation of 24 Core Fiber LIU with
all loaded Pigtails , Duplex Couplers, Splicing 100 Nos
28 Supply and Installation of 12 Core Fiber LIU with
all loaded Pigtails , Duplex Couplers, Splicing 200 Nos
29 Supply and Installation of 6 Core Fiber LIU with all
loaded Pigtails , Duplex Couplers, Splicing 100 Nos
30 3M Fiber LC-LC Fiber Patch Cords 600 Nos
31 RJ45 Jacks 1000 Nos
32 5 Mtr STP Patch cords 250 Nos
33 24 Port CAT 6 Patch Panel 100 Nos
34 2 Mtrs UTP Patch Cords 200 Nos
35 Supply and Laying Outdoor Rated 6C Single Mode
Fiber Cable through Overhead on Light posts along 200000 Mtrs
59 | P a g e
SI.No Product Description Qty UOM Basic
price
Excise Duty/
Customs Duty
VAT/
CST
Service
Tax
Total
Price
with Staywires and accessories
Operational and Maintencance charges
1 O&M charges with 24x7 Support - Three L1
resource and One L2 resource on each shift 4 Qtr
Grand Total
Amount in Words: Rupees _______________________________________________________________________________ only
Note:
The above quantity is indicative and bidders are requested to quote all the components as above for fair evaluation purpose. However based on
actual usage, bidder will be paid.
SIGNATURE OF THE TENDERER
(with seal and address)
60 | P a g e
Signature of the tenderer with seal
ANNEXURE – XVII
CHECKLIST OF DOCUMENTS
Documents to be enclosed in Part-I:
1. A covering letter on your letter head addressed to The Managing Director, Tamilnadu Arasu
Cable TV Corporation Limited (TACTV), 34 /123, 6thFloor, Dugar Towers, Marshall’s Road,
Egmore,Chennai - 600 008 (as per Annexure-II).
2. Tender conditions duly signed in each page and enclosed in token of accepting the Tender
conditions.
3. Demand Draft no. _______for Rs._______/- (Rupees ________ only), in favour of
“Tamilnadu Arasu Cable TV Corporation Limited”, Drawn on ______________ Bank
payable at Chennai, towards Earnest Money Deposit.
4. Authorization letter from the Agency for the person to sign the tender.
5. Compliance report to the technical Specifications as per Annexure-I.
6. Details of the Tenderer (as per Annexure-III).
7. Average annual turnover statement duly certified by a Chartered Accountant (as per
Annexure-IV).
8. List of Service centres in Tamilnadu (as per Annexure-V).
9. Declaration for not having black listed either by TACTV or by any other Govt. agencies (as
per Annexure-VII).
10. Declaration for not having tampered the Tender documents downloaded from the websites
www.tactv.in and www.tenders.tn.gov.in (Annexure-VIII).
11. Manufacturer’s authorization form (as per Annexure-X).
12. Proposed Solution (as per Annexure-XII).
13. Undertaking on Compliance and Sizing of Infrastructure (as per Annexure-XIII).
14. Unpriced Bill of Material (as per Annexure-XIV).
15. The copy of certificate of incorporation/registration.
16. Copy of Registered Partnership deed, in case of Partnership Firm.
17. Work Orders issued by the clients.
18. Performance certificate issued by the clients.
19. The Annual Report / certified copies of Balance Sheet, Profit & Loss statement along with
schedules for the last 3 consecutive financial years i.e. FY 2012-13, 2013-14 and 2014-15
(or) FY 2013-14, 2014-15 and 2015-16.
20. Copy of Registration c7ertificate as a firm under TN VAT Act/CST Act.
21. Copy of Service Tax Registration certificate.
22. Copy of PAN allotment Certificate/ PANCARD issued by Income Tax Department.
23. Latest Assessment orders under TN VAT Act/CST Act.
24. Latest I.T return.
25. Address Proof Document for having their maintenance and service facility in Chennai City.
26. Resource Details along with certifications.
61 | P a g e
Signature of the tenderer with seal
27. Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Documents to be enclosed in Part-II
1. A covering letter on the letter head addressed to The Managing Director, Tamilnadu Arasu
Cable TV Corporation Limited (TACTV), 34 /123, 6thFloor, Dugar Towers, Marshall’s Road,
Egmore,Chennai - 600 008(as per Annexure-XV).
2. Price Bid as per Annexure-XVI of the Tender document.
Note:
Tenders submitted in unsealed cover would summarily be rejected.