Large-Scale Deduplication with Constraints using Dedupalog Arvind Arasu et al.
TAMILNADU ARASU CABLE TV CORPORATION LTD (TACTV) (A ... · TENDER REFERENCE No. TACTV/002/WiFi/2016...
Transcript of TAMILNADU ARASU CABLE TV CORPORATION LTD (TACTV) (A ... · TENDER REFERENCE No. TACTV/002/WiFi/2016...
TENDER REFERENCE No. TACTV/002/WiFi/2016
REVISED TENDER DOCUMENT
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 12.08.2016
Date of Opening of Bid 12.08.2016
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 : +91-44-28432913, Email : [email protected]
Website: www.tactv.in
TAMILNADU ARASU CABLE TV CORPORATION LTD (TACTV)
தமி�நா�அரேகபி��விநி�வன�
(A Government of Tamilnadu Undertaking)
Clause
1.PREAMBLE................................
2.SCOPE OF WORK ................................
3.QUALIFICATION CRITER
4. ROLES AND RESPONSIBI
5.LANGUAGE OF THE TEND
6.PURCHASE OF TENDER D
7.PREBID MEETING ................................
8.CLARIFICATION ON THE TENDER DOCUMENT
9.AMENDMENT OF TENDER
10.AUTHORISATION OF THE
11.SUBMISSION OF TENDER
12. EARNEST MONEY DEPOSI
13.VALIDITY ................................
14.OPENING AND EVALUATION OF TH
15.PRICE OFFER ................................
16.EVALUATION OF THE PRI
17.AWARD OF CONTRACT
18.SECURITY DEPOSIT ................................
19.AGREEMENT ................................
20.INSURANCE ................................
21.ISSUE OF WORK ORDER
22.WARRANTY ................................
23.SCHEDULE OF SUPPLY ................................
24.PERFORMANCE TEST ................................
25.PERFORMANCE BANK GUA
26.PAYMENT TERMS ................................
27.PENALTY ................................
28.TERMINATION OF CONTR
29.GENERAL CONDITIONS
30.ARBITRATION ................................
31.JURISDICTION OF THE COURT
CONTENTS
Topic Page No.
.................................................................................................................
................................................................................................
QUALIFICATION CRITERIA ....................................................................................
ROLES AND RESPONSIBILITIES ................................................................
LANGUAGE OF THE TENDER .................................................................................
PURCHASE OF TENDER DOCUMENT................................................................
................................................................................................
THE TENDER DOCUMENT .................................................
AMENDMENT OF TENDER DOCUMENT ...............................................................
AUTHORISATION OF THE TENDERER ................................................................
UBMISSION OF TENDER IN TWO COVER SYSTEM ................................
EARNEST MONEY DEPOSIT ................................................................
................................................................................................................
AND EVALUATION OF THE TENDER ................................................
................................................................................................
VALUATION OF THE PRICE ................................................................
......................................................................................
.............................................................................................
................................................................................................
................................................................................................
ORDER .....................................................................................
................................................................................................
.......................................................................................
..........................................................................................
PERFORMANCE BANK GUARANTEE ................................................................
................................................................................................
...............................................................................................................
TERMINATION OF CONTRACT ................................................................
GENERAL CONDITIONS ......................................................................................
................................................................................................
COURT ................................................................
.................1
...................................... 2
.................... 3
........................................... 4
................. 7
.................................... 7
.................................... 7
................. 8
............................... 8
................................ 8
........................................ 8
............................................. 9
................ 9
................ 9
......................................... 10
............................................. 10
...................... 11
............................. 11
......................................... 12
.......................................... 12
..................... 12
.......................................... 12
....................... 13
.......................... 13
................................ 14
................................ 14
............... 14
.......................................... 15
...................... 15
...................................... 15
.......................................... 16
I.TECHNICAL SPECIFICATIONS
II.PART-I (COVERING LETTER)
III.DETAILS OF THE TENDERER
IV.ANNUAL TURNOVER STAT
V.LIST OF SERVICE CENTRES IN TAMILNADU
VI. SERVICE LEVEL AGREEM
VII.DECLERATION OF NOT H
VIII.DECLERATION FOR NOT
IX. PERFORMANCE BANK GUA
X. MANUFACTURERS AUTHOR
XI. CLARIFICATION OF TEN
XII. PROPOSED SOLUTION AN
XIII.UNDERTAKING ON COMPL
XIV.UNPRICED BILL OF MAT
XV.PART-II (COVERING LETTER)
XVI.PRICE BID ................................
XVII. CHECKLIST OF DOCUMEN
ANNEXURES
ONS .......................................................................................
I (COVERING LETTER) ........................................................................................
RER .......................................................................................
ANNUAL TURNOVER STATEMENT................................................................
RES IN TAMILNADU ............................................................
SERVICE LEVEL AGREEMENT ..................................................................................
DECLERATION OF NOT HAVING BLACKLISTED ..................................................
DECLERATION FOR NOT HAVING TAMPERED THE TENDER DOCUMENT
PERFORMANCE BANK GUARANTEE ................................................................
MANUFACTURERS AUTHORIZATION FORM ........................................................
CLARIFICATION OF TENDER DOCUMENT FORMAT ................................
PROPOSED SOLUTION AND APPROACH ................................................................
UNDERTAKING ON COMPLIANCE ................................................................
UNPRICED BILL OF MATERIAL ................................................................
II (COVERING LETTER) ....................................................................................
......................................................................................................................
CHECKLIST OF DOCUMENTS ................................................................................
....................... 17
........................ 43
....................... 45
............................................ 46
............................ 47
.................. 48
.................. 49
TENDER DOCUMENT ... 50
....................................... 51
........................ 53
........................................... 54
................................ 55
.......................................... 56
............................................... 57
.................... 60
...................... 61
................ 69
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in
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 sh
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in
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.
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
all prevail.
TENDER FOR THE SELECTION OF INFORMA
TELECOM SERVICE PROV
MANAGE HARDWARE / SO
TO SETUP PUBLIC WIFI
ACROSS TAMILNADU
1.
PREAMBLE
Tamilnadu Arasu Cable TV Corporation Ltd (TACTV), a Govt
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. T
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
people of India and to ensure effective governa
services made available to citizens electronically, access to high speed broadband
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
to expand the network and customer base.
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
hotspots.
In this Context, TACTV invites sealed tenders from
Solution Provider etc.,having previous experience of providing similar services to reputed
organization / agencies. Selected bidder shall be responsible for end
of the “Wi-Fi Services” at designated locations.Selected bidder shall supply, install, operate
and maintain:
(a) Wireless Access Point Devices and its Management Sy
(b)Wi-Fi network at each location
(c) Other Hardware/Software/Application
location.
The proposed Wi-Fi network shall be an outdoor Wi
controller. The access points shall be outdoor or indoor type ca
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
subscriber management solution shall be implemented at
environment to provision users, auto/self
and clients, security, performance monitoring, etc.
subscriber management system capable of
concurrent users. Selected bidders will be asked to set up
will be notified from time to time
up.Bidder will carry out survey and submit the
order will be placed for supply
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
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. T
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 G
services made available to citizens electronically, access to high speed broadband
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
d 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
In this Context, TACTV invites sealed tenders from IT / Telecom Service Providers
having previous experience of providing similar services to reputed
organization / agencies. Selected bidder shall be responsible for end-to-end implementation
designated locations.Selected bidder shall supply, install, operate
(a) Wireless Access Point Devices and its Management System Software / Hardware.
Fi network at each location (including cabling).
Application(s) required to manage Wi-Fi services at each
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
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
ystem capable of handling 1500 access points and about 10,000
concurrent users. Selected bidders will be asked to set up a central management facility and
from time to time, the locations where public Wi-Fi Hotspots ar
and submit the Bill of Quantity of items required.
er will be placed for supply, installation and commissioning of the
TION TECHNOLOGY/
SUPPLY, INSTALL AND
REQUIRED
ED LOCATIONS
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.
ments and the
nce which aims at ensuring the Government
services made available to citizens electronically, access to high speed broadband is
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
on 01.03.2016. TACTV is currently working
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
Telecom Service Providers/ Wi-Fi
having previous experience of providing similar services to reputed
end implementation
designated locations.Selected bidder shall supply, install, operate
ardware.
Fi services at each
Fi network managed using a central
pable 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
a central location in data centre
provisioning, monitoring of entire infrastructure
has to set up a
access points and about 10,000
central management facility and
Hotspots are to be set
Quantity of items required. A purchase
public Wi-Fi
Hotspot.Selected bidder will operate
andensure availability of services as per defined S
ofthree years.The selected bidder
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
b) Bidder shall provide a Central
Fi Hotspots. Bidder shall arrange to
System and Network Management System
TACTV will give space, power and cooling required for Servers and Networking
components.
c) Servers Quantity should be
DNS, DHCP, Captive Portal, AAA,
High availability mode to ensure uptime requirement of 99.9%.
d) Network Management system must
the public wifi network and the servers
Facility.
e) Wireless Subscriber Management Solution provided by
all mandatory Government regulations
f) Solution offered by bidde
services as per committed SLAs.
g) Bidder shall be responsible for the planning and design of the access network
architecture (access controllers, backhaul connectivity, route
the technical, capacity and service requirements.
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
installation of UPS /Network Equipment is the responsibility of
j) TACTV will take responsibility for getting necessary permission, approvals and space
for installation of equipment and cabling at the location.Payment of Rent, Electricity
consumed is not in the scope of bidder.
k) Bidder shall provide local support at locations for repair and
equipment, cabling and connectivity provided at the hotspot locations
l) Biddershall be responsible for periodic updates and upgrades
supplied in this tender.
m) Bidder may take necessary steps like insurance against theft for all the equipment.
will operate, maintain and manage the entirepublic W
of services as per defined Service Level Agreement (SLA)
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.
, installation, operation and maintenance of IT /Telecom /Networking/
Peripheral hardware/software products for providing 24x7 Wi-Fi services.
entral Management Facility to manage services at public Wi
shall arrange to host completeWireless Subscriber Management
Management System in any of notified TAC
TACTV will give space, power and cooling required for Servers and Networking
should be arrived and quoted for Central management services like
DNS, DHCP, Captive Portal, AAA, DBMS EMS services and Helpdesk Operations in
mode to ensure uptime requirement of 99.9%.
Network Management system must be capable of monitoring all network elements
and the servers/storage deployed in the Central Management
Subscriber Management Solution provided by bidder must be compliant to
all mandatory Government regulations.
bidder shall provide secure Wi-Fi internet access and back
services as per committed SLAs.
shall be responsible for the planning and design of the access network
architecture (access controllers, backhaul connectivity, routers, switches etc
pacity and service requirements. Bidder should also
survey reports for TACTV approval.
er shall be responsible for design and RF planning for the determination
ofAccess Point locations.
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.
ponsibility for getting necessary permission, approvals and space
for installation of equipment and cabling at the location.Payment of Rent, Electricity
consumed is not in the scope of bidder.
shall provide local support at locations for repair and maintenance ofall
equipment, cabling and connectivity provided at the hotspot locations.
shall be responsible for periodic updates and upgrades for all
may take necessary steps like insurance against theft for all the equipment.
public Wi-Fi Network
greement (SLA) for a period
provide necessary assistance for smooth
migration of Wireless controller to TACTV NOC as and when TACTV NOC is made ready.
, installation, operation and maintenance of IT /Telecom /Networking/
Fi services.
to manage services at public Wi-
Subscriber Management
in any of notified TACTV facility.
TACTV will give space, power and cooling required for Servers and Networking
quoted for Central management services like
Helpdesk Operations in
network elements in
al Management
r must be compliant to
Fi internet access and back-end
shall be responsible for the planning and design of the access network
rs, switches etc) to meet
also furnish Site
er shall be responsible for design and RF planning for the determination
shall be responsible for installation of Access Points and relatedEquipment,
power point/sockets for
ponsibility for getting necessary permission, approvals and space
for installation of equipment and cabling at the location.Payment of Rent, Electricity
maintenance ofall
for all equipment
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
o) All equipment supplied by
support should be provided.
p) Bidder should have back to back support with OEM to provide warranty replacement.
q) Bidder shall maintain the
SLA for a period of three years
r) Bidder shall provide necessary
to TACTV NOC as and when TACTV
s) The successful tenderer should provide signages in the hot
specifications given in Annexure
3.
QUALIFICATION CRITERIA
Clause Qualification Criteria
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
3(b) The bidder should be an IT or Wi
Solution Provider with experience
of successfully executing 2 or more
projects involving Wi
component in last 3 years as on
31stMarch 2016. At least one of
these should be State/ City wide
public Wi-Fi project with minimum
25 hotspot locations and 200 acces
points with a minimum contract
value of Rs.10 crores
3(c) The bidder should have
annualturnover of Rs
Croresduring last three
financialyears (201
and 2014-15 (or) 201
and 2015-16) and mustsubmit
audited balancesheet of the
company forlast three financial
years
3(d) The bidder should have
aregistration number of
1. VAT where his businessis located
r shall provide technical manpower to monitor the network/application and help
from TACTV office on 24x7 basis.
equipment supplied by bidder shall carry three years warranty and technical
support should be provided.
should have back to back support with OEM to provide warranty replacement.
der shall maintain the Wi-Fi Hotspot locations to make services available as per
of three years from the date of acceptance of the location.
provide necessary assistance for smooth migration of Wireless controller
when TACTV NOC is made ready.
The successful tenderer should provide signages in the hotspot locations as per the
specifications given in Annexure-I V(m).
QUALIFICATION CRITERIA
Qualification Criteria Supporting Document
The bidder should be aCompany
registered inIndia under the
CompaniesAct 1956 or later or
registeredunder the
IndianPartnership Act 1932 orLLP
act 2008 with theirregistered office
March 2016
Copy of valid Certificate
ofIncorporation Registrationattested
by AuthorizedSignatory
The bidder should be an IT or Wi-Fi
Provider with experience
of successfully executing 2 or more
projects involving Wi-Fi as a
component in last 3 years as on
31stMarch 2016. At least one of
these should be State/ City wide
Fi project with minimum
25 hotspot locations and 200 access
points with a minimum contract
value of Rs.10 crores
Work Order / Letter of Intent
letter
The bidder should haveaverage
turnover of Rs.50
Croresduring last three
2012-13, 2013-14
(or) 2013-14, 2014-15
) and mustsubmit
audited balancesheet of the
company forlast three financial
(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 las
consecutive financial years
The bidder should have
aregistration number of -
VAT where his businessis located
Duly signed & stamped copies of
relevantcertificates of registration
r shall provide technical manpower to monitor the network/application and help
and technical
should have back to back support with OEM to provide warranty replacement.
i Hotspot locations to make services available as per
from the date of acceptance of the location.
smooth migration of Wireless controller
spot locations as per the
Copy of valid Certificate
ofIncorporation Registrationattested
ntent / Client
The average annual turnover
statement duly certified by
Chartered Accountant as per
The Annual Report/ certified
copies of Balance Sheet, Profit &
statement along with
schedules for the last 3
consecutive financial years
Duly signed & stamped copies of
certificates of registration
2. CST where his businessis located
3. Service Tax
3(e) As on date of submissionof the
proposal, the Biddershall not be
under anydeclaration of
ineligibilityfor unsatisfactory
pastperformance, corrupt
orfraudulent practices, anyother
unethical businesspractices or
blacklistedeither by Central /
StateGovernment, PSU, Localor
Urban body
Ministry/Department ofGovernment
of India/ StateGovernments
3(f) The bidder must be authorized to
bid on behalf of the
and should submit an up
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
3(g) The Bidder should have their
maintenance and service facility in
Tamilnadu. Address proof for the
same should be sub
bid
3(h) The Bidder should provide qualified
manpower (L1 & L2)
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
3(i) The OEM
equipmentsshould have supplied
equipments for atleast 2000 APs for
public Wi-Fi projects
31st March 2016
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 st
2. CST where his businessis located
As on date of submissionof the
proposal, the Biddershall not be
under anydeclaration of
ineligibilityfor unsatisfactory
pastperformance, corrupt
orfraudulent practices, anyother
unethical businesspractices or
r by Central /
StateGovernment, PSU, Localor
Urban body -Municipalities,
Ministry/Department ofGovernment
Governments
The declaration form as per Annexure
VII should be enclosed
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
plied under this tender
An undertaking by an authorized
signatory of the company needs to be
submitted in this regard
Annexure-X
The Bidder should have their
maintenance and service facility in
. Address proof for the
same should be submitted with the
Address Proof document and bidder
should give that undertaking as part of
his technical bid submission
provide qualified
manpower (L1 & L2) with the
imum educational qualification
Diploma in ECE/EEE/Computer
. Relevant experience for L1
resource would be minimum 1 year
and L2 would be minimum 3
along with relevant
networking certifications like
Resource Details along with
supporting certifications should be
furnished
The OEM of wireless
should have supplied
equipments for atleast 2000 APs for
Fi projects in India as on
Valid documentary proof viz.
Purchase order and work completion
certificate issued by the end user
should be attached
ROLES AND RESPONSIBILITIES
responsibilities of Bidder
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 st
The declaration form as per Annexure
by an authorized
signatory of the company needs to be
submitted in this regard as per
t and bidder
should give that undertaking as part of
Resource Details along with CV and
certifications should be
Valid documentary proof viz.
Purchase order and work completion
e end user
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 hardwa
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 acce
other associated infrastructure required to provide the service and also manage
required NMS / NOC for management of Wi
cost.
d) Bidder should adhere to maintain SLA
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
to keep network and systems functioning in a stable operation mode
2. Configuration Management
systems and applications for the provision of reliable and high quality end
user services.
3. Change Management, Network Extension
management of short
implementation. This activityshall be synchronized with the maintenance
scheduled activities
4. Performance Management
procedures ensuring a reliable, high
5. Service and Network Provisioning
performed when a request for a new customer service is issued, and co
actions performed at NOClevel or field level until completion
6. Scheduled Activities Planning
activities, including preventive maintenance.
7. IT and DB Management
systems anddatabases (administration, backups)
8. Workforce Management
interventions and respect of the preventive maintenance plan
9. Spare Parts Management
minimize repair/swap turnaround times for adhering to SLA timelines.
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
To arrange to provide, install and commission all the necessary hardwa
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.
Fi access points, UPS, racks and CAT 6/Fiber
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
Bidder should adhere to maintain SLA with the required manpower at his own
To provide technical manpower to monitor the network and applications.
Primary responsibilities of NOC personnel shall include but not limited to:
Network Supervision and Monitoring -Monitor the complete network 24/7,
to keep network and systems functioning in a stable operation mode
Configuration Management- Ensure proper configuration of network,
systems and applications for the provision of reliable and high quality end
Management, Network Extension - Ensure efficient day
management of short-term network changes and optimization, including their
implementation. This activityshall be synchronized with the maintenance
scheduled activities.
Performance Management -Provide efficient performance management
procedures ensuring a reliable, high-quality network performance and service
Service and Network Provisioning- Define all necessary actions to be
performed when a request for a new customer service is issued, and co
actions performed at NOClevel or field level until completion.
Scheduled Activities Planning -Provide regular plans for all scheduled
activities, including preventive maintenance.
IT and DB Management -Day-to-day management of all OSS systems,
systems anddatabases (administration, backups).
Workforce Management - Manage field personnel to ensure timely
interventions and respect of the preventive maintenance plan.
Spare Parts Management -Manage spare part handling and logistics to
ze repair/swap turnaround times for adhering to SLA timelines.
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
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.
ss points, UPS, racks and CAT 6/Fiber cabling and
other associated infrastructure required to provide the service and also manage
Fi and other services at their own
with the required manpower at his own
To provide technical manpower to monitor the network and applications.
Primary responsibilities of NOC personnel shall include but not limited to:
network 24/7,
to keep network and systems functioning in a stable operation mode.
proper configuration of network,
systems and applications for the provision of reliable and high quality end-
Ensure efficient day-to-day
term network changes and optimization, including their
implementation. This activityshall be synchronized with the maintenance
ovide efficient performance management
quality network performance and service.
Define all necessary actions to be
performed when a request for a new customer service is issued, and control the
Provide regular plans for all scheduled
day management of all OSS systems, IT
Manage field personnel to ensure timely
Manage spare part handling and logistics to
ze 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.
Internet connection to connect to the servers deplo
deploy required manpower
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
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
Toll-free lines, Landlines,
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)
1. Deployment of sufficient manpower to attend the helpdesk requests for
extendingtechnical support on hardware, network,
2. Deployment of web
3. Provide Help Desk faci
issues /problems with the system. Help desk facility shall be provided through
Toll-free lines,landlines, helpdesk tool, e
4. Implement a call logging system in line with the severity levels
SLAs. The help desk shall log user calls related to system and assign an
incident/ call ID
SLAs.
5. Track each incident / call to resolution.
6. Escalate the calls, to the appropriate
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 servi
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
Service Staff member who s
deploy EMS/NMS and Help Desk solution to perform above
ectively and meet defined SLA. TACTV will provide required
to connect to the servers deployed by bidder
deploy required manpower for managing the network 24 X 7.
To set up help desk to respond to customer queries.
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
er shall provide a web enabled helpdesk management system
with SMS and email based alert system for the Helpdesk Call management and
Bidder shall provide multiple channels to log a comp
andlines, 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
Typical helpdesk activities (indicative) shall include, but not limited to:
Deployment of sufficient manpower to attend the helpdesk requests for
extendingtechnical support on hardware, network, and application
Deployment of web-based tool for the helpdesk.
Provide Help Desk facility for agreed SLAs for reporting technical incidents /
issues /problems with the system. Help desk facility shall be provided through
landlines, helpdesk tool, e-mail etc.
Implement a call logging system in line with the severity levels
elp desk shall log user calls related to system and assign an
number. Severity shall be assigned to each call as per the
Track each incident / call to resolution.
Escalate the calls, to the appropriate levels, if necessary as per the escalation
matrixagreed upon with purchaser/authorized entity.
the incident / call statistics and provide monthly reports including but
i. Type of incidents / calls logged
resolved
iii. Incidents / calls open
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 servi
management processes. This includes both incidentmanagement and service
request management. This shall be the first level of support (L1). If a problem
ved by telephone/help desk tool, bidder shall dispatch a Field
Service Staff member who shall provide On-site Support Service acc
deploy EMS/NMS and Help Desk solution to perform above
TACTV will provide required
bidder. Bidder will
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
er shall provide a web enabled helpdesk management system
with SMS and email based alert system for the Helpdesk Call management and
provide multiple channels to log a complaint such as
of any component shall
A helpdesk is envisaged to be provided for the resolution of technical queries by
shall include, but not limited to:
Deployment of sufficient manpower to attend the helpdesk requests for
and application etc. to users.
lity for agreed SLAs for reporting technical incidents /
issues /problems with the system. Help desk facility shall be provided through
Implement a call logging system in line with the severity levels as per the
elp desk shall log user calls related to system and assign an
. Severity shall be assigned to each call as per the
levels, if necessary as per the escalation
the incident / call statistics and provide monthly reports including but
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
dispatch a Field
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
hotspots and Datacenter however bidder should share the DC Internet bandwidth
requirements.
b) Required Space, Cooling and Power will be provided for
Helpdesk Operations by TACTV
c) To coordinate with agencies for space/area for the bidder to inst
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
provided by TACTV.
f) Required space and power will be provided by TACTV for access points at Hot
Spot locations.
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
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/
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
tender document, the tenderer need not
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
7.
PREBID MEETING
There will be a pre-bid meeting on
34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai
the prospective tenderers can get clarifications about the tender. The tenderers shall send their
queries in writing if any so as to re
date. The tenderers are advised to
service levels agreed.
Update technology as and when new features are available.
Roles and responsibilities of TACTV
Required internet bandwidth will be provided at locations where public Wi
and Datacenter however bidder should share the DC Internet bandwidth
Required Space, Cooling and Power will be provided for Servers,
Helpdesk Operations by TACTV.
To coordinate with agencies for space/area for the bidder to install the Equipment.
To provide power supply for bidder’s Equipment at designated location. Bidder
has to provide required UPS for managing the service.
SMS Gateway, UPS and Toll Free lines at Central Management Facility
provided by TACTV.
Required space and power will be provided by TACTV for access points at Hot
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.
PURCHASE OF TENDER DOCUMENTS
The tender document shall be obtained from Tamil Nadu Arasu Cable TV Corporation
Limited (TACTV), 34 /123, 6th Floor, Dugar Towers, Marshalls Road, Egmore,
600 008 on payment of Rs.1000/- payable in the form of Demand Draft
tionalised/ Scheduled Commercial Bank in favour of “Tamil
Nadu Arasu Cable TV Corporation Ltd” payable at Chennai or it can be downloaded
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
The tender document can be purchased on all working days between 11.00 AM and
15.07.2016 to 11.08.2016.
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
f any so as to reach TACTV at least two days prior to the pre
are advised to check www.tactv.in and www.tenders.tn.gov
Required internet bandwidth will be provided at locations where public Wi-Fi
and Datacenter however bidder should share the DC Internet bandwidth
Servers, Storage and
all the Equipment.
To provide power supply for bidder’s Equipment at designated location. Bidder
SMS Gateway, UPS and Toll Free lines at Central Management Facility will be
Required space and power will be provided by TACTV for access points at Hot
The Tender prepared by the tenderer as well as all correspondences and documents relating to
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.
The tender document shall be obtained from Tamil Nadu Arasu Cable TV Corporation
Limited (TACTV), 34 /123, 6th Floor, Dugar Towers, Marshalls Road, Egmore,
payable in the form of Demand Draft
tionalised/ Scheduled Commercial Bank in favour of “Tamil
Nadu Arasu Cable TV Corporation Ltd” payable at Chennai or it can be downloaded
at free of cost. For the downloaded
enclose the tender document cost but should
give a declaration for not having tampered the Tender document downloaded (as per
The tender document can be purchased on all working days between 11.00 AM and
.M. in the Head Office of TACTV,
600 008 during which
the prospective tenderers can get clarifications about the tender. The tenderers shall send their
ach TACTV at least two days prior to the pre-bid meeting
www.tenders.tn.gov.in for up-to-
date information like change in date / venue etc., of pre
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 /1
Dugar Towers, Marshalls Road, Egmore, Chennai
[email protected] per Annexure-
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
such clarification on www.tactv.in
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
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
tender documents and also will be uploaded on
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
(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
proposal as per the Check list given in Annexure
(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
information technology/ telecom service provider to
Hardware / Software / Application required to setup Public Wi
locations across Tamilnadu
information like change in date / venue etc., of pre-bid meeting as TACTV may not be
d communicate with the prospective bidders at this stage. Non attending of
bid meeting is not a disqualification.
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
-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
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
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
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
nding on all Applicants or Respondents or Tenderers, as the case may
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.
TENDER IN TWO COVER SYSTEM
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.
should be submitted in two parts:
Part I will cover technical bid and
Part II will cover price bid
Tenderers should ensure submission of all documents along with Part-
proposal as per the Check list given in Annexure -XVII.
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
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
bid meeting as TACTV may not be
d communicate with the prospective bidders at this stage. Non attending of
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
23, 6th Floor,
through e-mail to
. 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
. 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
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
time before the opening of the tender.Any such addendum or
to all the tenderers who had purchased the
www.tenders.tn.gov.in
nding on all Applicants or Respondents or Tenderers, as the case may
The Tender should be signed on each page by the tenderer or by the person who is duly
terms and conditions of the tender document should be signed and
enclosed with the tender, in token of having accepted the tender conditions. Failing
-I and Part II
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
supply, install and manage
Fi services at designated
” and addressed to “The Managing Director, Tamil Nadu
Arasu Cable TV Corporation Limited (TACTV), 34/123, 6th Floor, Dugar Towers,
Marshalls Road, Egmore, Chennai
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 1
(f) Alternatively, the tenders c
above address on or before 3.00 PM on
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.
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
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 E
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)
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
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
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 Tam
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.
ped only in the tender box kept at “Tamil Nadu Arasu Cable TV
Corporation Ltd.34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai
008” on or before 3.00 PM on 12.08.2016”. Tenders will not be received by hand.
Alternatively, the tenders can be submitted through registered post so as to reach the
above address on or before 3.00 PM on 12.08.2016. Tenders received after the specified
time will not be considered and TACTV will not be liable or responsible for any postal
A tender once submitted shall not be permitted to be altered or amended.
EARNEST MONEY DEPOSIT
The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value
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
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
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.
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.
The rate quoted in the Tender should be valid for the acceptance by the TACTV, for a
from the date of opening of the Tender. The accepted rate is
from the date of Letter of Acceptance (LoA). Escalation in the ra
not be entertained under any circumstances.
OPENING AND EVALUATION OF THE TENDER
The tenders received upto 3.00 PM as per the office clock on 12.08.2016
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
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.
The Managing Director of Tamil Nadu Arasu Cable TV Corporation Limited or
Cable TV Corporation Limited (TACTV), 34/123, 6th Floor, Dugar Towers,
600 008”, containing the name and address of the
Tenderer. Tenders submitted with unsealed cover would summarily be rejected.
ped only in the tender box kept at “Tamil Nadu Arasu Cable TV
Corporation Ltd.34/123, 6th Floor, Dugar Towers, Marshalls Road, Egmore, Chennai
”. Tenders will not be received by hand.
an be submitted through registered post so as to reach the
. Tenders received after the specified
time will not be considered and TACTV will not be liable or responsible for any postal
The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value
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
arnest Money Deposit will be returned to the
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
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.
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
The rate quoted in the Tender should be valid for the acceptance by the TACTV, for a
from the date of opening of the Tender. The accepted rate is
. Escalation in the rates will
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
il 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
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 TACT
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 veri
before opening of Part II cover and in case if any failure to satisfy the requirements,
their Tender will be rejected and their Part
(f) The tenderers declared as qualified by the Committee, will
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
(c) The rate quoted by the tenderer shall be kept firm for a period
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
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 figur
(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
(g) The rate contract should be
(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
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.
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.
The Technical bid will be evaluated by the committee of TACTV in terms of the
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
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.
The tenderers declared as qualified by the Committee, will be informed the date of
opening of Part II (Price bid).
The Price bid should be kept only in the Part II cover.
The price bid should be prepared as per Annexure-XVI.
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.
The price should be neatly and legibly written both in figures and words.
In case of discrepancy between the prices quoted in words and figures lower of the two
II bid should not contain any commercial conditions. Variation in the commercial
terms and conditions of the tender will not be accepted.
The rate contract should be for a period of 1 year from the date of Letter of Acceptance
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:
include all Customs Duty, Central Excise Duty and Value Added
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
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
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
V in terms of the
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
qualifying conditions
before opening of Part II cover and in case if any failure to satisfy the requirements,
be informed the date of
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.
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.
In case of discrepancy between the prices quoted in words and figures lower of the two
II bid should not contain any commercial conditions. Variation in the commercial
date of Letter of Acceptance
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:
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 determine
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
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 Trans
Nadu Transparency in Tenders Rules 2000.
(b) The tenderer who has quoted lo
providing comprehensive warranty for 3 years
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
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
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
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 acc
of the Tender.
(a) Security Deposit amount remitted will not earn any interest.
Tax (VAT) and Warranty Cost as a part of the price, as detailed below:
of the price of an imported item, the price shall be determine
inclusive of the customs duty.
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.
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
the Tamil Nadu Value Added Tax shall be included for the
evaluation of the price bid.
tender where the tenderers are both from the state of Tamil Nadu as well
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.
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.
CONTRACT
The tenderer(s) who has quoted lowest price (L1) will be invited for negotiations for
Upon finalization of negotiated rate, TACTV will issue the Letter of Acceptance (LoA)
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.
SECURITY DEPOSIT
On receipt of the Letter of Acceptance from the TACTV, the successful tenderer
d remit a Security Deposit (SD) of Rs.25,00,000(Rupees Twenty Five Lakhs
the form of a Demand Draft or Banker’s cheque drawn on any Indian
Nationalized/Scheduled Commercial Bank or irrevocable Bank Guarantee with a
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
The EMD shall be adjusted with the Security Deposit.
Any other amount pending with TACTV will not be adjusted under any circumstances,
against the Security Deposit if so requested.
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 acc
Security Deposit amount remitted will not earn any interest.
of the price of an imported item, the price shall be determined
In the evaluation of the price of the articles which are subject to excise duty,
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
the Tamil Nadu Value Added Tax shall be included for the
tender where the tenderers are both from the state of Tamil Nadu as well
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)
parency in Tenders Act 1998 read with the Tamil
, O&M and for
The tenderer(s) who has quoted lowest price (L1) will be invited for negotiations for
Upon finalization of negotiated rate, TACTV will issue the Letter of Acceptance (LoA)
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
On receipt of the Letter of Acceptance from the TACTV, the successful tenderer
(Rupees Twenty Five Lakhs
the form of a Demand Draft or Banker’s cheque drawn on any Indian
Nationalized/Scheduled Commercial Bank or irrevocable Bank Guarantee with a
in favour of “Tamil Nadu Arasu Cable TV Corporation
Limited”, payable at Chennai, within 10 (Ten) working days from the date of receipt
The EMD shall be adjusted with the Security Deposit.
not be adjusted under any circumstances,
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
19.
AGREEMENT
The successful tenderer should execute an agreement
conditionson a non-judicial stamp paper of value, as prescribed in law
remittance of Security Deposit
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 be
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
documentary evidence issued by the insurance
insurance has been taken.
b) The bidders shall be entirely responsible for any loss or damage to the
due to any deficiency / negligence on the part of the
taken over by the TACTV
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
locations as and when it is required by the TACTV. Upon commissioning Centralized
Management Facility and Public Wi
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
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
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
clause 23.
22.
WARRANTY
(a) The successful tenderer should give warranty for the
for a period of 3 years from the date ofinstallation
manufacturing defects and bad workmanship solely by the
irrespective of whether the same have be
(b) All the Tendered items should be supplied to the
breakages, malfunctions, manufacturing defects. If any of the items are found defective
due to manufacturing defect or design fault or transit
supply or within one month from the date of installation, the items in full should be
replaced
The successful tenderer should execute an agreement as may be drawn up to suit
judicial stamp paper of value, as prescribed in law on the date of
and shall pay for all stamps and legal expenses incidental
. In the event of failure to execute the agreement, within the time prescribed, the
SD amount remitted by the tenderer will be forfeited besides cancelling the Tender.
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
documentary evidence issued by the insurance company, indicating that such
.
The bidders shall be entirely responsible for any loss or damage to the Wi
due to any deficiency / negligence on the part of thebidder during the O&M
TACTV (i.e) after the O&M period.
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
as and when it is required by the TACTV. Upon commissioning Centralized
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
, 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
hould give warranty for the Wi-Fi devices and its accessories
years from the date ofinstallation of Wi-Fi devices
manufacturing defects and bad workmanship solely by the successful tenderer
irrespective of whether the same have been manufactured by them or not.
All the Tendered items should be supplied to the designated locations
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
as may be drawn up to suit the
on the date of
and shall pay for all stamps and legal expenses incidental
. In the event of failure to execute the agreement, within the time prescribed, the
sides cancelling the Tender.
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
company, indicating that such
Wi-Fi devices
during the O&M until it is
After payment of Security Deposit and successful execution of the agreement, Work Order
Facility and Pubic Wi-Fi Hot spot
as and when it is required by the TACTV. Upon commissioning Centralized
Hotspots at pilot location, trail run will be conducted
), from time to
, on locations where hotspots are to be set up . Successful bidder should survey the
the survey report.
TACTV will examine the report and release work order for approved quantity of Bill of
schedule given in
and its accessories
Fi devices against
successful tenderer
designated locations free from
breakages, malfunctions, manufacturing defects. If any of the items are found defective
damage occurred at the time of
supply or within one month from the date of installation, the items in full should be
(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
TACTV in good condition.
23.
SCHEDULE OF SUPPLY
(a) The specification of the Hardware / Software /
(b) The delivery and installation
Public Wi-Fi servicesordered shall be completed
S.No. Project Milestone
1 Award of Contract
2 Setting up Centralised Management Facility
3 Setting up Public WiFi at
4 Commissioning and Trail run of pilot location and
issue of provisional Acceptance
5 Survey report for designated Hotspot locations
6 Commissioning of designated Hotspot Locations
7 Acceptance of Commissioned Hotspot Locations
Delay beyond this period will attract penalty.
(c) The Hardware / Software / Application required should be installed at any location in
Tamilnadu that may be specified by the TACTV.
(d) If the contract is not completed within the stipulated time or extended time, TACTV
will hold full authority to cancel the
fit to the occasion at the risk and cost of the successful
entail forfeiture of Security Deposit.
(e) 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
the currency of the contract or also found on later date, TACTV reserves the right to
disqualify such tenderer to participate in fu
maximum period of 3 years
24.
PERFORMANCE TEST
(a) The successful tenderer shall demonstrate the performance of the
devices in complete conformity with the relevant technical specifications and
performance parameters as specified in the
(b) This demonstration should be done as stipulated by the TACTV.
shall be liable to make good the loss by replacing the items or
other accessories found defective during the warranty period.
warranty period, the supplied items shall be hand
.
SCHEDULE OF SUPPLY
Hardware / Software /Application should be as per Annexure
e delivery and installation of the Hardware / Software / Application required
ordered shall be completed as per the timeline given below
Project Milestone Timeline
T
Centralised Management Facility T + 21
Setting up Public WiFi at 5 Pilot locations T+30
Commissioning and Trail run of pilot location and
issue of provisional Acceptance Certificate
T+30 days
Survey report for designated Hotspot locations 7 days from date of
notification
Commissioning of designated Hotspot Locations 21 days from release of
W.O
Acceptance of Commissioned Hotspot Locations 7 days from Date of
Commissioning
Delay beyond this period will attract penalty.
The Hardware / Software / Application required should be installed at any location in
Tamilnadu that may be specified by the TACTV.
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 cancella
entail forfeiture of Security Deposit.
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
d 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
to participate in future tender or black list the Company
years.
PERFORMANCE TEST
shall demonstrate the performance of the installed
in complete conformity with the relevant technical specifications and
performance parameters as specified in the Work Order.
This demonstration should be done as stipulated by the TACTV.
shall be liable to make good the loss by replacing the items or
shall be handed over to
should be as per Annexure-I.
Hardware / Software / Application required setup
as per the timeline given below
Timeline
7 days from date of
21 days from release of
7 days from Date of
The Hardware / Software / Application required should be installed at any location in
If the contract is not completed within the stipulated time or extended time, TACTV
or take any such action that will be deemed
. Such cancellation will
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
obligation with TACTV in any manner during
the currency of the contract or also found on later date, TACTV reserves the right to
ture tender or black list the Company up to a
installed Wi-Fi
in complete conformity with the relevant technical specifications and
25.
PERFORMANCE BANK GUARANTEE
(a) The Wi-Fi devices and its accessories are to be given warranty
from the date of completion of performance test.
(b) A performance bank guarantee equivalent to 5% of total
supplied for a period of 3 years from the date of completion of
Annexure-IX.
(c) Upon the complete fulfillment of this contract by the successful te
satisfaction of the TACTV,
performance of the Wi-Fi devices, the performance security (bank guarantee) furnishe
by the tenderer will be released
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
nominated by TACTV and submission of
above amount valid for 3
released after the satisfactory completion
(d) Charges for applications deployed in Central Management Facility (Wireless Subscriber
Management System for capable of supporting
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
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 t
raising any dispute/protest.
27.
PENALTY
(a) Failure to supply and complete
issue of work order will attract a penalty of
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
Annexure- VI.
PERFORMANCE BANK GUARANTEE
Fi devices and its accessories are to be given warranty for a period of 3 years
from the date of completion of performance test.
A performance bank guarantee equivalent to 5% of total value of each item ordered and
for a period of 3 years from the date of completion of the each location as per
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
Fi devices, the performance security (bank guarantee) furnishe
by the tenderer will be released, after recovery of dues if any.
of the contract value will be paid in 10 days from the date of completion of
erformance test and after acceptance by the authorized
Person/Committee nominated by TACTV.
of the contract value will be paid after completion of supply
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 location
released after the satisfactory completion of each location.
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.
For operation and maintenance of help desk support payment will be paid on quarterly
basis after completion of respective quarter.
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.
complete installationas per the timeline given from the date of
order will attract a penalty of 1% per week, on the full value of the
a maximum of 5%. Delays beyond that period will result in cancellation
The bidders are expected to meet the broad Service Level requirements envisaged for
Noncompliance to the SLAs shall result in penalties/deductions as per
for a period of 3 years
each item ordered and
the each location as per
nderer, to the
the satisfactory
Fi devices, the performance security (bank guarantee) furnished
of the contract value will be paid in 10 days from the date of completion of
erformance test and after acceptance by the authorized
of the contract value will be paid after completion of supply
acceptance by the authorized committee/person
bank guarantee equivalent to the
for Datacenter and each hotspot locations.SD will be
Charges for applications deployed in Central Management Facility (Wireless Subscriber
10,000 concurrent users, NMS for 100
Hotspot locations and Help Desk Management Solution) will be paid on quarterly basis
payment will be paid on quarterly
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
o the TACTV immediately on demand, without
from the date of
% per week, on the full value of the
a maximum of 5%. Delays beyond that period will result in cancellation
The bidders are expected to meet the broad Service Level requirements envisaged for
to the SLAs shall result in penalties/deductions as per
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
(c) TACTV reserves the right to split the contract and award it to more than one supplier.
(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
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
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
Such information shall be considered as confidential
30.
ARBITRATION
(a) In case of any dispute in the bid
or the agreement to be executed, the matter shall be referred by the TACTV/
an Arbitrator who shall be selected by the
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
(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.
TERMINATION OF CONTRACT
right to terminate the contract at any time during the validity period on
fulfillment of contract or any of the reasons.
GENERAL CONDITIONS
in any form will not be accepted.
TACTV reserves the right to relax or waive or amend any of the tender conditions.
TACTV reserves the right to split the contract and award it to more than one supplier.
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
ithout assigning any reason whatsoever.
After acceptance of the tender by TACTV, the tenderer will have no right to withdraw
(s) shall not off load either full or part of the work to other
performance of the tenderer is not as per the Schedule, then TACTV reserves
allocate the quantity to other tenderer.
TACTV reserves its right to withhold any amount for the deficiency in the service
aspect of the supplied items.
e 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.
In the course of discussion and instruction TACTV may disclose information of
confidential and proprietary nature relating to its products, knowhow, to the
Such information shall be considered as confidential.
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/
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
f the letter from the TACTV along with the panel. If there is no reply from the
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
be shared equally by TACTV and the tenderer.
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
right to terminate the contract at any time during the validity period on
conditions.
TACTV reserves the right to split the contract and award it to more than one supplier.
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
After acceptance of the tender by TACTV, the tenderer will have no right to withdraw
(s) shall not off load either full or part of the work to other
is not as per the Schedule, then TACTV reserves
TACTV reserves its right to withhold any amount for the deficiency in the service
shall deemed to be sufficiently
In the course of discussion and instruction TACTV may disclose information of
nature relating to its products, knowhow, to the tenderer.
n if any on the clauses of the bid
or the agreement to be executed, the matter shall be referred by the TACTV/ tenderer to
from the panel of Arbitrators
approved by TACTV and communicate the same within 15 days, from the date of
f the letter from the TACTV along with the panel. If there is no reply from the
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
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
(c) The Arbitrator may with the
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
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.
We agree to the above terms and conditions.
SIGNATURE OF THE TENDERER
DATE:
NAME IN BLOCK LETTERS:
DESIGNATION:
ADDRESS:
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
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
ts in the City of Chennai only.
We agree to the above terms and conditions.
SIGNATURE OF THE TENDERER:
NAME IN BLOCK LETTERS:
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
terms and conditions of this
Agreement or any other dispute arising out of the arbitration award will be subject to the
TECHNICAL SPECIFICATIONS
State wide Public Wi-Fi System
I. Introduction
The objective ofPublic Wi
across the state.
a) Public Wi-Fi shall provide:
• Statewide outdoor Wi
roads, bus stops, parks, parking areas, pub
• High-performance, reliable, secure Wi
• Multi-Services infrastructure: internet access, city services, business services
• Complete life-cycle management and service
• 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
central controller. The access points shall
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
network should support mesh technology to have seamless an
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 implemente
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 provision
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:
ANNEXURE
TECHNICAL SPECIFICATIONS
Fi System
Wi-Fi solution is to provide ubiquitous network connectivity
Fi shall provide:
wide outdoor Wi-Fi network to provide coverage to all public areas such as
parks, parking areas, public areas, etc. in phased manner.
performance, reliable, secure Wi-Fi outdoor infrastructure.
Services infrastructure: internet access, city services, business services
cycle management and service assurance.
Optional Advanced services such as Location Analytics and Connected Mobile
Fi Solution Architecture
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
The network shall be supporting minimum 802.11ac technology. The Wi
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
A wireless management solution shall be implemented to provision users,
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 provision
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:
ANNEXURE – I
ork connectivity
Fi network to provide coverage to all public areas such as
lic areas, etc. in phased manner.
Services infrastructure: internet access, city services, business services
Optional Advanced services such as Location Analytics and Connected Mobile
Fi network managed using a
be outdoor type capable of being
mounted on outdoor poles (light/CCTV/other), on the buildings and other
The network shall be supporting minimum 802.11ac technology. The Wi-Fi
d high available
The network shall also be supporting multitenant architecture with multiple
SSIDs and seamlessly integrated with the L2/L3 VPN of the communication
d to provision users,
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.
III. Design Criteria
a) Coverage:
The network shall provide uniform coverage across all the area. For good
performance, signal strength of at least
is recommended. Overlapping coverage from multiple APs can be considered for
critical locations so that failure on
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 enhance
AP.
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.
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
provide uniform coverage across all the area. For good
60dBm in 90% of the intended coverage areas
is recommended. Overlapping coverage from multiple APs can be considered for
The access points should support at least 802.11ac with 2x2:2 MIMO supporting
d capacity per
c) Security:
• The wireless network should
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
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
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) 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
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
frequency bands are effectively reused.
• The wireless network should have built
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
Captive portal, DBMS, SMS Gateway, Payment Gatew
Storage, Supplied Applications.
Blocks separately in the sizing certificate.
1. Dimensioning Guidelines for Wi
Item
Deployment Locations of
System
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.
Wireless network should have built-in intrusion detection/prevention
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.
ment:
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
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
llocation of airtime to each user.
Proposed Approach for Central Management Facility
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.
Dimensioning Guidelines for Wi-Fi Subscriber Management System
Minimum Requirement
Deployment Locations of Wi-Fi Core Identified TACTV Location in Chennai
be configured for authentication of users before
they are connecting to the network. The authentication can be integrated with
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
in intrusion detection/prevention
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.
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,
are required. For instance in 2.4GHz range, we can have
overlapping frequencies. If more than three access points are
required in an area, it will cause interference. The wireless network should have
each access point to ensure that
in features to load balance the clients
between multiple access points as well as different bands in an access points so
Fi Subscriber Management System are AAA,
ay, EMS system for Server,
Bidder shall quote sizing for each of the Building
Identified TACTV Location in Chennai
Walk In Concurrent Visitors to Wi
Hotspot
Average time for Wi-Fi session
CDR Retention period
High Availability
• The System shall support Captive Portal Based Authentication for the Walk
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 us
• 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 th
assigned IP address, session duration etc.
• Proposed system shall be pre
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 Acces
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 c
subscribers. Shall Support Wi
scenario Walk-in users latching on Wi
end the session as soon as the user logins and log
• 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
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 mu
• The System shall able to send alerts for important events. The System shall have able to
provide different statics for System performance and faults. The System shall be able to
integrate with any external Management System easi
• The vendor shall provide a User Interface Portal for login and logout for Walk
Subscribers. The portal shall support the OTP Flow for username and password based
authentication for subscribers using vouchers. All voucher based plans and pa
be displayed on the portal page for user selection and purchase options. Subscribers
Walk In Concurrent Visitors to Wi-Fi 10,000
Fi session 30 mins
13 Months
99.9%
support Captive Portal Based Authentication for the Walk
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
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
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
Subscribers. The portal shall support the OTP Flow for username and password based
authentication for subscribers using vouchers. All voucher based plans and pa
be displayed on the portal page for user selection and purchase options. Subscribers
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
It shall be support Plan & packages like Time based plans, Volume based plans, Fair
Solution shall support policy based access control for administrative activities.
e AAA server to obtain users connection details, currently
integrated. Core IT components being proposed shall have a
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
s 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
apability to whitelist and blacklist
Fi Network Login/Logout features for voucher based
Fi. System shall have the capability to allow and
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
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
ltiple application servers.
The System shall able to send alerts for important events. The System shall have able to
provide different statics for System performance and faults. The System shall be able to
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 diff
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
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 a
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 managem
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
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
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
the web self-care shall be as follows:
iii) The subscriber shall be able to check his Wi
change his password; Shall be able to register to WiFi service online using
registration portal; Shall be able to display the compl
address using which the subscriber logged in as well as the MAC address of the
subscriber (if MAC binding option is selected).
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
hall 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
specific to that particular location. Thus each hotspot/location shall have location
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 a
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
care shall be provided by the Bidder through which walk in users view their
usage details and get their plan recharged.
This shall work as interface between TACTV and Wi-Fi user. Any prospective
coming into TACTV public hotspot shall be presented a webpage portal giving details
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
care shall be as follows:
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
address using which the subscriber logged in as well as the MAC address of the
subscriber (if MAC binding option is selected).
purchasing vouchers online through portal shall have an option to pay online through
erent 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
hall 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
specific to that particular location. Thus each hotspot/location shall have location
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
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
ent system shall have logging capability and
Bidder shall provide a solution to support subscriber analytics and reporting that displays
through rate, usage
care shall be provided by the Bidder through which walk in users view their
Fi user. Any prospective user
coming into TACTV public hotspot shall be presented a webpage portal giving details
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
Fi account details; Shall be able to
change his password; Shall be able to register to WiFi service online using
ete information including IP
address using which the subscriber logged in as well as the MAC address of the
3. Lawful Intercept
• System shall support all usage tracking which can be formatted into comprehensi
reports for security audits to enable service providers to comply with tracking, lawful
interception and legal requirements for Public
• It shall be able to provide custom reports so as to be able to generate reports as and
when required by security agencies for
• 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
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
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 S
Service provider will deploy a cost effective Help Desk management application to
manage the Hel Desk Management
System shall support all usage tracking which can be formatted into comprehensi
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
y 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
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
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
Discover all the network elements in the system.
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.
Shall be able configure alerts to report network related issues proactively
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.
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
It shall be able to provide custom reports so as to be able to generate reports as and
The administrator shall be able to trace session details based on the IP address and
Bidder is required to provide all reports from the core solution which can help 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
Service provider shall configure any open NMS tool capable of monitoring about
, switched and other SNMP
enabled devices for availability and report performance parameters like
Shall be able configure alerts to report network related issues proactively.
Service provider will deploy a cost effective Help Desk management application to
V. Specifications for Proposed Wi
a) Outdoor Access Points
Sl
No. Feature
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
3 Proposed Access Point should be able to power up
using standard 802.3af/at
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
7 AP should provide min of 20dBm transmission power
on 2.4Ghz and 5Ghz.
8 Upto 16 BSSIDs on per AP for multiple
user services (e.g. Voice)
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation
further optional granular control
Tx power in 1dB decrements.
12 Should support operating temperature of
and Humidity: 15 to 95% non
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 and certificate should be
attached
Proposed Wi-Fi Solution Components
Outdoor Access Points – Type 1 (Low Density Locations)
Feature Compliance
Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
The Access Point should have min of 1 POE Port
10/100/1000Mb; additional redundant Ethernet
port/ports, if any should be indicated.
Proposed Access Point should be able to power up
POE input and operate in
full MIMO mode without any loss of
AP should have Dual Radios to support 2.4 GHz &
AP must support min 2x2:2
MIMO on both the radios/bands.
AP aggregate data rate capability to be minimum
AP should be able to handle a minimum of 125
Concurrent users. Maximum client handling capability
to be indicated. More would be preferred.
AP should provide min of 20dBm transmission power
Upto 16 BSSIDs on per AP for multiple differentiated
The access point should support 802.1q VLAN
Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation with
control tuning by changes in
Tx power in 1dB decrements.
Should support operating temperature of -20° to 55° C
and Humidity: 15 to 95% non-condensing.
AP along with the antennas should be IP67 certified
Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
Typical power consumption to be indicated
Safety and RoHS compliance
be WPC approved and certificate should be
Remarks /
Info
Sl
No. Feature
18 Wi-Fi Alliance Certified
19 Proposed AP should be centralized controller
managed solution
b) Outdoor Access Points – Type 2 (Sectorial)
Sl
No. Feature
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/at
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 Upto 16 BSSIDs on per AP for multiple
differentiated user s (e.g. Voice)
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated or external 2.4GHz and 5GHz
Sectoral antennas of 120 degrees
of external antenna, Antennas should be from same
OEM
11 Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation
further optional granular
in Tx power in 1dB decrements.
12 Should support operating temperature of
C and Humidity: 15 to 95% non
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
Feature Compliance
Proposed AP should be centralized controller
Type 2 (Sectorial)
Feature Compliance
Outdoor AP to comply with
802.11a/b/g/n/ac standards.
The Access Point should have min of 1 POE Port
10/100/1000Mb; additional redundant Ethernet
port/ports, if any should be indicated.
Proposed Access Point should be able to power up
/at POE input and operate in
full MIMO mode without any loss of
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.
aggregate data rate capability to be minimum
AP should be able to handle a minimum of 125
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
Upto 16 BSSIDs on per AP for multiple
user s (e.g. Voice)
The access point should support 802.1q VLAN
Antenna: Integrated or external 2.4GHz and 5GHz
Sectoral antennas of 120 degrees beamwidth. In case
of external antenna, Antennas should be from same
Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation with
control tuning by changes
power in 1dB decrements.
Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
AP along with the antennas should be IP67 certified
Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
Remarks /
Info
Remarks /
Info
Sl
No. Feature
be preferred.
15 Typical power consumption to be indicated
16 Safety and RoHS compliance
17 Should be WPC approved and certificate should be
attached
18 Wi-Fi Alliance Certified
19 Proposed AP should be centralized controller
managed solution
Feature Compliance
Typical power consumption to be indicated
Safety and RoHS compliance
be WPC approved and certificate should be
Proposed AP should be centralized controller
Remarks /
Info
c) Outdoor Access Points
Sl
No. Feature
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 connect
3 Proposed Access Point should be able to power up
using standard 802.3at POE inputand operate in
fullMU-MIMO mode without any loss of
features/capabilities. In case External Power adapter
is required for
functionality,vendor should bundle Power Adapter
along with AP..
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min
MIMO on both the radios/bands.
5 AP aggregate data rate capability to be minimum
1500 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 Upto 16 BSSIDs on per AP for multiple
differentiated user services (e.g. Voice)
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation
further optional granular control
in Tx power in 1dB decrements.
12 Should support operating temperature of
C and Humidity: 15 to 95% non
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
Outdoor Access Points – Type 3 (Direct Fiber)
Feature Compliance
Outdoor AP to comply with
802.11a/b/g/n/ac standards.
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.
Proposed Access Point should be able to power up
using standard 802.3at POE inputand operate in
MIMO mode without any loss of
In case External Power adapter
achieving the above
endor should bundle Power Adapter
AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP must support min 3x3:3
on both the radios/bands.
AP aggregate data rate capability to be minimum
Mbps using wave 2 technology
AP should be able to handle a minimum of 250
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
Upto 16 BSSIDs on per AP for multiple
user services (e.g. Voice)
The access point should support 802.1q VLAN
Antenna: Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation with
further optional granular control tuning by changes
in Tx power in 1dB decrements.
Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
AP along with the antennas should be IP67 certified
Dimension & Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
indicated/specified. Smaller form factor would
Typical power consumption to be indicated
Safety and RoHS compliance
Remarks
Sl
No. Feature
17 Should be WPC approved and Certificate should be
attached
18 Wi-Fi Alliance Certified
19 Proposed AP should be centralized controller
managed solution
d) Outdoor Access Points
Sl
No. Feature
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.
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
In case External Power adapter is required for
achieving the above functionality, vendor should
bundle Power Adapter along with AP.
4 AP should have Dual Radios to support 2.4 GHz &
5Ghz concurrent users. AP
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
7 AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
8 Upto 16 BSSIDs on per AP for multiple
differentiated user services (e.g. Voice)
9 The access point should support 802.1q VLAN
tagging
10 Antenna: Integrated omni
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
both.
11 Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation
further optional granular control
in Tx power in 1dB decrements.
12 Should support operating temperature of
C and Humidity: 15 to 95% non
13 AP along with the antennas should be IP67 certified
for outdoor deployment.
Feature Compliance
Should be WPC approved and Certificate should be
Proposed AP should be centralized controller
Outdoor Access Points – Type 4 (High Density)
Feature Compliance
Proposed Outdoor AP to comply with
802.11a/b/g/n/ac standards.
The Access Point should have min of 1 POE Port
10/100/1000Mb; And additional redundant Ethernet
port/ports, if any should be indicated.
Proposed Access Point should be able to power up
using standard 802.3at POE input and operate in full
without any loss of features/capabilities
In case External Power adapter is required for
achieving the above functionality, vendor should
bundle Power Adapter along with AP.
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.
AP aggregate data rate capability to be minimum
AP should be able to handle a minimum of 250
Concurrent users. Maximum client handling
capability to be indicated. More would be preferred.
AP should provide min of 20dBm transmission
power on 2.4Ghz and 5Ghz.
Upto 16 BSSIDs on per AP for multiple
user services (e.g. Voice)
The access point should support 802.1q VLAN
Integrated omni-directional / directional
patterns, with min 3 dBi Gain for 2.4Ghz and 5Ghz
Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation with
further optional granular control tuning by changes
in Tx power in 1dB decrements.
Should support operating temperature of -20° to 55°
C and Humidity: 15 to 95% non-condensing.
AP along with the antennas should be IP67 certified
Remarks
Remarks
Sl
No. Feature
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 and Certificate should be
attached.
18 Wi-Fi Alliance Certified
19 Proposed AP should be centralized controller
managed solution
e) Indoor Access Points (Indoor Environments)
Sl
No. Feature
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
4 In some small isolated environments the AP should
be able to function as a full
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
Feature Compliance
Weight of the Access Point along with
Antennas (2.4GHz and 5GHz) and mounting bracket
to be indicated/specified. Smaller form factor would
Typical power consumption to be indicated
Safety and RoHS compliance
be WPC approved and Certificate should be
Proposed AP should be centralized controller
Indoor Access Points (Indoor Environments)
Feature Compliance
support the 802.11a, 802.11b,
802.11g and 11n standards. It should also support
802.11ac standard in the 5 GHz band.
Should support 2 spatial streams on both radio bands
for an aggregate capacity of 1167 Mbps
The access points should be centrally managed.
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.
Security mechanisms should be in place to protect
between the Access Point
controller and the Access Points.
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.
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.
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
The antennas to be dual polarized/dipole and should
Remarks
Remarks
Sl
No. Feature
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
Bidder to specify the integrated mechanisms
available.
11 The access point should have at least
10/100/1000 Ethernet ports.
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.
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 by changes in
Tx power In Compliance with WPC Regulation
further optional granular control
Tx power in 1dB decrements.
20 Device antenna gain (integrated) must be at least
4dBi and should provide automatic interference
rejection of about 10dB.
21 Upto 16 BSSIDs on per AP 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
disrupting client access.
26 Should support operating temperature of 0° to 50° C
Feature Compliance
be integrated inside the access point enclosure to
minimize damage and create a low profile unit that
does not stand out visually.
The access point should have anti-theft mechanisms.
Bidder to specify the integrated mechanisms
The access point should have at least one
Ethernet ports.
The access point should support 802.1q VLAN
The access point should support WPA2 enterprise
authentication and AES/CCMP encryption.
should be able to remotely turn off
LEDs on the access point.
Fi alliance standards WMM, WMM-
PS, 802.11d, 802.11h and 802.11e
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.
channel selection by the following
three methods: a) measuring energy levels on the
channel; b) monitoring for 802.11 signal structures
detecting radar pulses
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
Should support Transmit power tuning by changes in
Tx power In Compliance with WPC Regulation with
control tuning by changes in
Tx power in 1dB decrements.
Device antenna gain (integrated) must be at least
should provide automatic interference
Upto 16 BSSIDs on per AP for multiple
user services (e.g. Voice)
Should support upto 125 clients per AP
Should support IPv6 from day one
support DHCP Option 82 in standalone mode
(without Controller) as well as in Managed mode
For troubleshooting purposes, the administrator
should have the ability to remotely capture 802.11
and / or 802.3 frames from an access point without
Should support operating temperature of 0° to 50° C
Remarks
Sl
No. Feature
and Humidity: 15 to 90% non
27 Should be WiFi certified; WiFi certificate to be
enclosed
28 Should be WPC approved
attached; ETA certificate to be enclosed
29 Should be plenum rated and comply to RoHS
30 Proposed AP should be centralized controller
managed solution
Feature Compliance
% non-condensing.
Should be WiFi certified; WiFi certificate to be
Should be WPC approved and Certificate to be
; ETA certificate to be enclosed
Should be plenum rated and comply to RoHS
Proposed AP should be centralized controller
Remarks
f) Wireless Controllers
SI.
No Feature
1 The WLC sytem can be a hardware
appliance/multiple appliances or software
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 be capable of handling 1500 APs
with support 500 AP’s from day one along with
licenses Should be further
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
scaleable upto 100,000 client sessions by having
cluster
6 Redundancy Features: WLC Must provide both
Active: Active on 1+1 deployment and also should
support N+1 redundancy deployment . The WLC’s
shall be implemented in cluster
7 Controller should support minimum
512WLAN’s.Maximum numbers to be indicated.
8 Controller should provide air
these different speed clients
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
based API for external web
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 WLC should support Hotspot
Release2
14 Access points can discover controllers on the same
L2 domain without requiring any configuration on
the access point.
Feature Compliance
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
WLC should have Easy Setup through UPnP
ery and Installation Wizard.
be capable of handling 1500 APs
00 AP’s from day one along with
further scalable in Clustered
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
Each Controller should have capacity to handle
minimum 20,000 client devices on day one and
scaleable upto 100,000 client sessions by having
Redundancy Features: WLC Must provide both
Active: Active on 1+1 deployment and also should
support N+1 redundancy deployment . The WLC’s
shall be implemented in cluster
Controller should support minimum
numbers to be indicated.
Controller should provide air-time fairness between
these different speed clients – slower clients should
not be starved by the faster clients and faster clients
adversely affected by slower clients.
Ability to map SSID to VLAN and dynamic VLAN
support automatic channel selection for interference
External Captive Portal Integration - Web-services
for external web-portals to integrate with
should have the capability to limit/prevent clients
from using static IP addresses thereby enhancing
network efficiency and preventing network conflicts.
WLC should support Hotspot 2.0 (passpoint)
Access points can discover controllers on the same
L2 domain without requiring any configuration on
Remarks
SI.
No Feature
15 Access points can discover controllers across Layer
3 network through DHCP or DNS option
16 Controller should support following for security
& Authentication:
17 WIRELESS SECURITY & Authentication: Open,
802.1x/EAP, PSK, WISPr, WPA, WPA2
WPA-TKIP, WEP,EAP
WLAN for 802.1x, Authentication through external
Radius /Directory services.
18 WLC should have WIDS/WIPS for security
including Rogue AP detection and containment, AP
spoofing and Ad-Hoc detection, DOS attacks
19 WLC Should support L2 Client Isolation so User
cannot access each other’s devices.
have option to apply on AP or SSID's.
20 Support for Walled garden “Walled Garden”
functionality to allow restricted access to select
destinations by unauthorized wireless users.
21 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.
22 WLC should support OS/Device finger printing,
Bandwidth rate limit, VLAN mapping.
23 WLC should support Mesh.
24 WLC should be able to present a customizable
dashboard with information on the status of the
WLAN network.
25 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.
26 WLC or integrated solution should provide
customised reporting with minimum 1 month of
historical information.
27 Filtering of Alarms and event Log based on APs,
SSID or Zones
28 Syslog support towards external syslog server
29 per SSID or dynamic Per user bandwidth Rate
Limiting
30 Self-healing (on detection of RF interference or loss
of RF coverage) and vendor should provide their
Interference mitigation techniques .
31 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
5Ghz Radios.
Feature Compliance
Access points can discover controllers across Layer-
3 network through DHCP or DNS option
Controller should support following for security
WIRELESS SECURITY & Authentication: Open,
802.1x/EAP, PSK, WISPr, WPA, WPA2-AES,
TKIP, WEP,EAP-SIM, EAP-AKA over
WLAN for 802.1x, Authentication through external
/Directory services.
WLC should have WIDS/WIPS for security
including Rogue AP detection and containment, AP
Hoc detection, DOS attacks
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.
Support for Walled garden “Walled Garden”
functionality to allow restricted access to select
destinations by unauthorized wireless users.
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.
WLC should support OS/Device finger printing,
Bandwidth rate limit, VLAN mapping.
support Mesh.
WLC should be able to present a customizable
dashboard with information on the status of the
WLC should be able to raise critical alarms by
sending an email. The email client on the controller
outbound authentication and
WLC or integrated solution should provide
customised reporting with minimum 1 month of
Filtering of Alarms and event Log based on APs,
Syslog support towards external syslog server
per SSID or dynamic Per user bandwidth Rate
healing (on detection of RF interference or loss
of RF coverage) and vendor should provide their
Interference mitigation techniques .
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
Remarks
SI.
No Feature
32 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.
33 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
34 WLC should be able to provide a
application that allows non
Guest accounts with validity for fixed duration like
hours or days.
35 Controller should be CE. FCC/UL certified.
g) Centralized Wireless Management Solutions
SI.
No Feature
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
8 Necessary Computing Hardware and Storage should
be proposed to handle 10000 users from day one
along with high availability
Feature Compliance
WLC shall support Quality of Service features like
802.11e based QoS enhancements, WMM or
APSD to provide best performance
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
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
Controller should be CE. FCC/UL certified.
Centralized Wireless Management Solutions
Feature Compliance
Automatic user provisioning using Self registration
portal with SMS authentication
Support for Volume/Time/Bandwidth based plans
and automatic provision of the plans in the
Should have complete visibility and track record on
end users like IP address, MAC address, Phone
Solution should maintain Login and session details,
audit trails for minimum 13 Months for government
Integration with Billing and Payment Gateway
Proposed Solutions should be proposed as high
Required services like DNS, DHCP, AAA, Captive
Portal, DBMS should be provided for smooth
operation of Wireless Hotspot solutions
Necessary Computing Hardware and Storage should
be proposed to handle 10000 users from day one
along with high availability
Remarks
Remarks
h) Edge Switches – Type 1
S.No Features
1. 4 10/100/1000 Base-T PoE+ ports and additional
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
1000X, 1000SX, 1000LX, 1000ZX
4. L2 Features: Should support
• STP, RSTP, MSTP, GVRP,
(active)
• IGMP v1/v2/v3 snooping, MLD snooping
(MLDv1 and v2),
• IEEE 802.3ac VLAN tagging, IEEE 802.1Q
Virtual LAN (VLAN) bridges
5. Quality of Service:
Strict priority scheduling, Weighted Round Robin
802.1p remarking, DSCP
6. Security: Should support
• ACL, secure channel by SSL/SSH, SFTP
(secure FTP)
• DHCP snooping/relay, DHCP client/server;
Dynamic ARP Inspection, IP Source guard
• AAA, 802.1x port
sflow,
• Radius, TACACS+, LAG, sflow
7. Management : Should support:
• CLI, GUI, SNMPv3, LLDP, LLDP
• USB interface for taking backup of software
release files configurations, SSL
• Should have 48 VDC Redundant power inputs
with industrial grade power
8. Certifications: UL/IEC/EN 60950-1, EN61000
EN61000-4-2 (ESD), EN61000
4-4 (EFT)
9. • The switch shall be a rugged, industrial grade
Ethernet switch designed to operate under
harsh environmental
continuous operational temperature of (0 to
65º+ Celsius), humidity (90%+ condensing)
• The access switch will be placed in the IP 65
enclosure (Item 24 in BOM for Hotspot
locations in Annexure XIV
of Material) along with 48 V power
Type 1
Features Compliance
T PoE+ ports and additional 2
Should support PoE+ as per IEEE 802.3at with PoE
budget of 120W or more
SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
Should support
STP, RSTP, MSTP, GVRP, 200 VLANs
IGMP v1/v2/v3 snooping, MLD snooping
(MLDv1 and v2),
IEEE 802.3ac VLAN tagging, IEEE 802.1Q
Virtual LAN (VLAN) bridges
Strict priority scheduling, Weighted Round Robin
802.1p remarking, DSCP-to-CoS mapping
Should support
ACL, secure channel by SSL/SSH, SFTP
DHCP snooping/relay, DHCP client/server;
Dynamic ARP Inspection, IP Source guard
AAA, 802.1x port-based authentication,
TACACS+, LAG, sflow
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
1, EN61000-6-4, EN61000-6-2
2 (ESD), EN61000-4-3 (RS), EN61000-
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) .
ch will be placed in the IP 65
(Item 24 in BOM for Hotspot
locations in Annexure XIV – Un Priced Bill
along with 48 V power
Remarks
S.No Features
supply(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
10. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
i) Edge Switches – Type 2
S.No Features
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
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. Quality of Service:
• Strict priority scheduling, Weighted Round
Robin
• 802.1p remarking
6. Security: Should support
• ACL, secure channel by SSL/SSH, SFTP
(secure FTP)
• DHCP snooping/relay, DHCP client/server;
Dynamic ARP Inspection, IP Source Guard
• AAA, 802.1x port
sflow,
• Radius, TACACS+, LACP, sflow
7. Management : Should support:
• CLI, GUI, SNMPv3, LLDP, LLDP
• USB interface for taking backup of software
release files configurations, SSL
8. Certifications:UL, cUL, UL
Features Compliance
that provides protection from
humidity, moisture and airborne substances,
rain, wind, dust, high temperature, roadside
pollutants, vandalism, pests, and theft of
Should support DIN rail Mounting
should supply industrial grade power
For ease of integration all switches,
SFP’s should of same OEM
Type 2
Features Compliance
T PoE+ ports and additional 2
Should support PoE+ as per IEEE 802.3at with PoE
budget of 120W or more
SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
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
Strict priority scheduling, Weighted Round
802.1p remarking
Should support
ACL, secure channel by SSL/SSH, SFTP
DHCP snooping/relay, DHCP client/server;
Dynamic ARP Inspection, IP Source Guard
AAA, 802.1x port-based authentication,
Radius, TACACS+, LACP, sflow
Should support:
CLI, GUI, SNMPv3, LLDP, LLDP-MED
USB interface for taking backup of software
release files configurations, SSL
UL, cUL, UL-EU, ROHS Compliant
Remarks
Remarks
S.No Features
9. Operating temperature range: 0°C to 45°C (32°F to
122°F)
10. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
j) Aggregation Switches
S.No Features
1 Rugged outdoor Din Rail mountable
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 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
4 Multicast For Video: IGMP snooping v1 , v2 and
v3, MLD snooping (v1 and v2)
5 Security: Should support ACLs, DHCP snooping,
IEEE 802.1x based port authentication, DHCPv4
(Snooping, server/ client), RADIUS, TACACS+,
SSL, SSH, SSLv3, Port Mirroring, NTP
6 Wire speed traffic classification with low latency
essential for real time streaming
and voice applications
7 Management: SNMPv1, v2c and v3, Web GUI, CLI,
USB or equivalent memory card, IPv6 management
features on open standards
8 Operating Temperature: Min of 0 to 70 Degrees or
better
9 Humidity: 5% to 90% or better
10 UL/IEC/EN 60950-1; ROHS Compliance; Vibration
IEC60068-2-6; DIN Rail Mounting
11 Interoperability: For ease of integration all switches,
SFP’s should of same OEM
k) Aggregation Switches
Features Compliance
Operating temperature range: 0°C to 45°C (32°F to
For ease of integration all switches,
SFP’s should of same OEM
Aggregation Switches – Type1
Features Compliance
Rugged outdoor Din Rail mountable switch with Min
T port of POE + and 4 *
100/1000 Fx Fibre slots with suitable AC PSU;
directional SFP optical for seamless
integration and dual power inputs
POE + Standards should be in accordance with IEEE
d IEEE 802.3at standards with PoE budget
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
SM, RIP, OSPF for IPv4 and IPv6 using
software upgrade in future
IGMP snooping v1 , v2 and
v3, MLD snooping (v1 and v2)
Should support ACLs, DHCP snooping,
IEEE 802.1x based port authentication, DHCPv4
(Snooping, server/ client), RADIUS, TACACS+,
SSL, SSH, SSLv3, Port Mirroring, NTP
Wire speed traffic classification with low latency
essential for real time streaming and real time Video
SNMPv1, v2c and v3, Web GUI, CLI,
USB or equivalent memory card, IPv6 management
features on open standards
Operating Temperature: Min of 0 to 70 Degrees or
% or better
1; ROHS Compliance; Vibration
DIN Rail Mounting
For ease of integration all switches,
SFP’s should of same OEM
Aggregation Switches – Type 2
Remarks
Remarks
S.No Features
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
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. Layer 3 Features:
should have capability to support PIM
RIP for IPV4 and IPv6 using software upgrade in
future
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
sflow, Radius, TACACS+, LACP, sflow
8. Management Features
• CLI, GUI, SNMPv3, LLDP, LLDP
• USB interface for taking backup of software
release files configurations, SSL
9. Operating temperature range: 0°C to 45°C (32°F to
122°F)
10. Interoperability: For ease of integration all switches,
SFP’s should of same OEM
Features Compliance
T PoE+ ports and additional 4
Should support PoE+ as per IEEE 802.3at with PoE
budget of 360W or more
SFP ports will support any combination of
10/100/1000T, 100X, 100FX, 100BX(Bi-directional),
1000X, 1000SX, 1000LX, 1000ZX
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
should have capability to support PIM-SM, OSPF,
RIP for IPV4 and IPv6 using software upgrade in
Strict priority scheduling, Weighted Round Robin,
Should support
ACL, secure channel by SSL/SSH, SFTP
DHCP snooping/relay, DHCP client/server;
AAA, 802.1x port-based authentication,
sflow, Radius, TACACS+, LACP, sflow
CLI, GUI, SNMPv3, LLDP, LLDP-MED
interface for taking backup of software
release files configurations, SSL
Operating temperature range: 0°C to 45°C (32°F to
For ease of integration all switches,
SFP’s should of same OEM
Remarks
l) Internet Gateway Router/Firewall
S.No Specification
1 Internet Gateway router / Next Generation Firewall
and Security gateway device with min 2 *
10/100/1000 WAN ports for Service
connectivity and Min 2 10/100/1000 LAN Ports
2 Performance Requirements
3 Type 1 - Min Firewall throughput of 100 Mbps or
more after enabling Application Control, Web
Control, VPN Functionalities
Type 2 - Min Firewall throughput of 5
more after enabling Application Control, Web
Control, VPN Functionalities
4 Type 1: Min Concurrent sessions support up to
50000 sessions
Type 2: Min Concurrent sessions support up to
25000 sessions
5 Type 1 : Min New Sessions support up to
sessions
Type 2 : Min New Sessions support up to
sessions
6 Min VPN Throughput of
7 Layer 3 features
8 Static routing, RIP , OSPFv2 and OSPFv3, BGP4
Product roadmap support for BGP4, Ripng
9 IGMP, PIM v4 and Bridging.
support for PIM v6 for IPv6 deployments
10 PPPoE , DHCP client, server, relay, Static, IPsec
traversal, Dynamic NAPT, RADIUS /TACACS+,
IPV6 Ready. Product roadmap support for DHCP
Server/Client/Relay for IPv6 deployment
11 Firewall Features
12 Should have DPI firewall, Application control , web
content control, Traffic shaping, URL filtering
13 DMZ, Port forwarding, Dynamic NAT
14 Static PPP, L2TPv3 Ethernet pseudo
15 Management features
16 USB Slot media, RADIUS, TACACS
17 SSHv1/v2, Syslog & Syslogv6, SNMPv2 & v3
18 Full environmental monitoring of PSU, fan,
temperature and internal voltages.
19 Should be able to send SNMP traps alert to network
managers in case of any
Router/Firewall (Type 1 and Type 2)
Compliance
Internet Gateway router / Next Generation Firewall
and Security gateway device with min 2 *
WAN ports for Service Provider
10/100/1000 LAN Ports
Performance Requirements
Min Firewall throughput of 100 Mbps or
more after enabling Application Control, Web
Control, VPN Functionalities
Min Firewall throughput of 50 Mbps or
enabling Application Control, Web
Control, VPN Functionalities
Min Concurrent sessions support up to
Min Concurrent sessions support up to
Min New Sessions support up to 5000
Min New Sessions support up to 2000
Min VPN Throughput of 10 Mbps or more
Static routing, RIP , OSPFv2 and OSPFv3, BGP4 ,
roadmap support for BGP4, Ripng
IGMP, PIM v4 and Bridging. Product roadmap
support for PIM v6 for IPv6 deployments
PPPoE , DHCP client, server, relay, Static, IPsec
traversal, Dynamic NAPT, RADIUS /TACACS+,
IPV6 Ready. Product roadmap support for DHCP
Server/Client/Relay for IPv6 deployments
Should have DPI firewall, Application control , web
control, Traffic shaping, URL filtering
DMZ, Port forwarding, Dynamic NAT
Static PPP, L2TPv3 Ethernet pseudo-wires
USB Slot media, RADIUS, TACACS+
SSHv1/v2, Syslog & Syslogv6, SNMPv2 & v3
Full environmental monitoring of PSU, fan,
temperature and internal voltages.
Should be able to send SNMP traps alert to network
managers in case of any failure
Remarks
S.No Specification
21 Safety Standards: UL60950
60950-1-03, EN60950-
60950.1, UL, cUL
22 For ease of integration
switches, SFP's should be of same OEM.
23 All NAT logs should be stored in central syslog
server
m) Signage Specifications with power saving solution for “Back
Fascia 1. Flexible substrate
substrate should essentially have watermark
brand logo along with the product name. Properties as per Table 1.
2. Graphics to be computer
PANTONE shades viz. 300 C, 1655 C and 151 C
per Table 2.
3. Light Enhancement vinyl (Power
per Table 3.
Sign Cabinet 1. MS square pipe of 1” x 1” cross section & 18 gaugethickness &
MS square pipes along with 1” x 1” cross section & 18 gauge
thickness as stiffeners. Paintedwith one coat of Antirust paint and
2 coats
2. The box frame has to be covered from top, bottom, with 24 gauge
& back side covered with 26 gaugethick GI sheets powder
in white colour.
3. Light Enhancement vinyl pasted on top, bottom, &both sides
panel as well as back panel for
reduce the number of tubelight for save the electricity.
4. Top panel should have drip cap with 25 mm extensionand bend
with shearing machine for uniform look.
Tensioning Aluminium L
sign fascia
Electrical &
Accessories
1. 1 tube light for every 4 sq.ft. Along the length of the sign.
2. Tube light has to be Philips / Wipro / Osram / Bajaj make only.
3. Overlap between 2 tube lights must be minimum 75 mm to
prevent dark bands.
4. Copper ballast Philips / Wipro / Osram / Bajaj make only.
5. ISI mark insulated wires to be used for connections.
Table 1 – Physical Properties (Flexible Substrate)
Property Metric Units (Range)
Service Temperature
Change
-25* to +70*C
Light Transmission
(opacity)
24%
Tensile strength Range Tear
weft (Cross Direction) Tear
Warp (Machine Direction)
Tensile Weft (Cross
16.0 kg / cm + /
18.0 kg / cm +/
27.0 kg / cm +/
Compliance
Safety Standards: UL60950-1, CAN/CSA-C22.2 No.
-1, EN60825-1, AS/NZS
For ease of integrationit is preferred that NGF,
switches, SFP's should be of same OEM.
All NAT logs should be stored in central syslog
Signage Specifications with power saving solution for “Back-lit” Signage
Flexible substrate – The properties are given in Table 1. Flexible
substrate should essentially have watermark of the principle
brand logo along with the product name. Properties as per Table 1.
Graphics to be computer-cut with translucent cast vinyl matching
PANTONE shades viz. 300 C, 1655 C and 151 C –
per Table 2.
Light Enhancement vinyl (Power saving solution) Properties as
per Table 3.
MS square pipe of 1” x 1” cross section & 18 gaugethickness &
MS square pipes along with 1” x 1” cross section & 18 gauge
thickness as stiffeners. Paintedwith one coat of Antirust paint and
2 coats of whiteenamel paint.
The box frame has to be covered from top, bottom, with 24 gauge
& back side covered with 26 gaugethick GI sheets powder
in white colour.
Light Enhancement vinyl pasted on top, bottom, &both sides
panel as well as back panel for better lightreflecting properties. To
reduce the number of tubelight for save the electricity.
Top panel should have drip cap with 25 mm extensionand bend
with shearing machine for uniform look.
Aluminium L-Engle tensioning system for uniform tensioningof the
sign fascia
1 tube light for every 4 sq.ft. Along the length of the sign.
Tube light has to be Philips / Wipro / Osram / Bajaj make only.
Overlap between 2 tube lights must be minimum 75 mm to
prevent dark bands.
Copper ballast Philips / Wipro / Osram / Bajaj make only.
ISI mark insulated wires to be used for connections.
Physical Properties (Flexible Substrate)
Metric Units (Range)
25* to +70*C
24% - 26%
16.0 kg / cm + /-0.2%
18.0 kg / cm +/-0.2%
27.0 kg / cm +/-0.2%
Remarks
lit” Signage
The properties are given in Table 1. Flexible
of the principle
brand logo along with the product name. Properties as per Table 1.
cut with translucent cast vinyl matching
Properties as
saving solution) Properties as
MS square pipe of 1” x 1” cross section & 18 gaugethickness &
MS square pipes along with 1” x 1” cross section & 18 gauge
thickness as stiffeners. Paintedwith one coat of Antirust paint and
The box frame has to be covered from top, bottom, with 24 gauge
& back side covered with 26 gaugethick GI sheets powder-coated
Light Enhancement vinyl pasted on top, bottom, &both sides
better lightreflecting properties. To
reduce the number of tubelight for save the electricity.
Top panel should have drip cap with 25 mm extensionand bend
tensioningof the
1 tube light for every 4 sq.ft. Along the length of the sign.
Tube light has to be Philips / Wipro / Osram / Bajaj make only.
Overlap between 2 tube lights must be minimum 75 mm to
Copper ballast Philips / Wipro / Osram / Bajaj make only.
Direction)
Tensile Wrap (Machine
Direction)
27.0 kg / cm +/
Weight 780 gram / meter square or 22.88 ounce
Characteristics Substrate Polyester scrim embedded in a white pigmented vinyl
Thickness 0.060 cm to 0.070 cm
Watermark Should be of original manufacturer of flexible substrate and
should be visible on the
Safety Standard* for
Flexible Substrate
Fire Standard
* Third
mentioned Safety Standards.
Performance Requirements
for Vinyl
Colour Fading resistance (ASTM G 153 QUVtest)Adhesive
strength
Table 2 – Translucent Vinyl
Service Temperature Range
Adhesion Strength (Acrylic anduncoated, clear Poly
carbonate)
Film Characteristics
Film
Thickness (film & adhesive)
Adhesive type and colour
Liner
Application surfaces
Minimum application temperature 16*C
Manufacturing tolerance level is +/
Physical Properties
Property
Thickness (film and adhesive)
Tensile strength
Applied shrinkage
Service temperature range*
Adhesion (acrylic and uncoated,clear
polycarbonate)
Table 3- Light Enhancement Vinyl
PROPERTIESFilm Thickness ColorThickness film & Adhesive
Film adhesive and protective topcovering Adhesive Adhesive Liner Protective coveringApplication Surface
27.0 kg / cm +/-0.2%
780 gram / meter square or 22.88 ounce
Polyester scrim embedded in a white pigmented vinyl
0.060 cm to 0.070 cm
Should be of original manufacturer of flexible substrate and
should be visible on the second surface
Fire Standard
* Third-Party Test Report to be furnished for the above
mentioned Safety Standards.
Colour Fading resistance (ASTM G 153 QUVtest)Adhesive
strength
-40*C to +75*C
Adhesion Strength (Acrylic anduncoated, clear Poly 0.7 kg / cm
0.050mm, translucent vinyl
3 to 4 mil (0.08 to 0.010
Clear Pressure Sensitive
Adhesive
Synthetic Liner
Flat, without rivets
Minimum application temperature 16*C
Manufacturing tolerance level is +/- 10%
English Units Metric Units
0.003 to 0.004 inch 0.08 to 0.10 mm
5 pounds/inch at
73°F
0.9 kg/cm at
23°C
0.015 inch 0.4 mm
-50°to +170°F -45°to +77°C
uncoated,clear 4.0 pounds/inch 0.7 kg/cm
Light Enhancement Vinyl
PROPERTIES DESCRIPTION Film Thickness Color 0.140 MM, matte white Thickness film & Adhesive 0.140-0.165 MM
Film adhesive and protective top 0.216-0.241 MM Clear, Pressure Sensitive 78 Pound white Kraft paper
Protective covering Blue polyethylene Application Surface Light box Interior
Bare Aluminium
Polyester scrim embedded in a white pigmented vinyl
Should be of original manufacturer of flexible substrate and
Party Test Report to be furnished for the above-
Colour Fading resistance (ASTM G 153 QUVtest)Adhesive
0.050mm, translucent vinyl
3 to 4 mil (0.08 to 0.010 mm)
Clear Pressure Sensitive
Flat, without rivets
Metric Units
0.08 to 0.10 mm
0.9 kg/cm at
23°C
0.4 mm
45°to +77°C
0.7 kg/cm
PROPERTIES
Application Substrate
Minimum Application TemperatureRemovability
Warranty for signages:
• Bidder should provide a Comprehensive Warranty Match component warranty from
the single source manufacturer of the translucent vinyl and the flexa period of 3 years.
• On completion of work, the Principal Manufacturer having direct presence in India (not Liaison office / dealer / Representative Office / Distributor / Agents / Reseller / Importer) of the translucent vinyl and the flexible substrate.
• The Authorized personnel of the Indian Subsidiary / branch of the Principal
Manufacturer should validate the Comprehensive Warranty with the Name clearly indicated and signature provided for the same.
• The bidder must be carry Authorization letter from th
• Warranty should be issued by a notified solution provider i.e. principal manufacturer
of flex and vinyl material by virtue of being a branch / subsidiary in India and enforceable in Indian Law court.
• The warranty for the flex and v
of 3 years and should not be on pro rata basis. In case of any failure in the product brought to the notice of the TACTV within the warranty period, the principle manufacturer should be responsible for r
• The Signs should be warranted by the Indian subsidiary / branch of the Principal
Manufacturer for all sorts of Indian weather and dust conditions without any sub
clauses for high Traffic areas / high Pollution areas / high temperature areas. This
means that there should be tested field warranties and not just product warranties.
Flexible Substarate should cover following Warranty
1. Yellowing / Graying of Flex
2. Wicking of flex
3. Fungus or Mildew formation on Flex
Color Vinyl should be cover following warran
1) Vinyl peel-off,
2) fading, 3) shrinkage,
4) cracking and crazing
Other stipulations for bidde
• The model for signage will be provided by TACTV. The successful tenderer
should get the prototype approved.
PROPERTIES DESCRIPTION
Galvanized sheet Mattel
Painted Mattel Application Substrate Rigid plastics
4 degree C Minimum Application Temperature Air film Substrate
Permanent not Removable
should provide a Comprehensive Warranty Match component warranty from the single source manufacturer of the translucent vinyl and the flexible substrate for
On completion of work, the bidder must submit a warranty document from the Principal Manufacturer having direct presence in India (not Liaison office / dealer / Representative Office / Distributor / Agents / Reseller / Importer) of the translucent vinyl and the flexible substrate.
The Authorized personnel of the Indian Subsidiary / branch of the Principal Manufacturer should validate the Comprehensive Warranty with the Name clearly indicated and signature provided for the same.
must be carry Authorization letter from the principle company.
Warranty should be issued by a notified solution provider i.e. principal manufacturer of flex and vinyl material by virtue of being a branch / subsidiary in India and enforceable in Indian Law court.
The warranty for the flex and vinyl should be a comprehensive warranty for a period years and should not be on pro rata basis. In case of any failure in the product
brought to the notice of the TACTV within the warranty period, the principle manufacturer should be responsible for replacing the fascia.
The Signs should be warranted by the Indian subsidiary / branch of the Principal
Manufacturer for all sorts of Indian weather and dust conditions without any sub
clauses for high Traffic areas / high Pollution areas / high temperature areas. This
t there should be tested field warranties and not just product warranties.
Flexible Substarate should cover following Warranty Yellowing / Graying of Flex
Fungus or Mildew formation on Flex
Color Vinyl should be cover following warranty
bidders:
he model for signage will be provided by TACTV. The successful tenderer should get the prototype approved.
should provide a Comprehensive Warranty Match component warranty from ible substrate for
must submit a warranty document from the Principal Manufacturer having direct presence in India (not Liaison office / dealer / Representative Office / Distributor / Agents / Reseller / Importer) of the
The Authorized personnel of the Indian Subsidiary / branch of the Principal Manufacturer should validate the Comprehensive Warranty with the Name clearly
e principle company.
Warranty should be issued by a notified solution provider i.e. principal manufacturer of flex and vinyl material by virtue of being a branch / subsidiary in India and
nsive warranty for a period years and should not be on pro rata basis. In case of any failure in the product
brought to the notice of the TACTV within the warranty period, the principle
The Signs should be warranted by the Indian subsidiary / branch of the Principal
Manufacturer for all sorts of Indian weather and dust conditions without any sub
clauses for high Traffic areas / high Pollution areas / high temperature areas. This
t there should be tested field warranties and not just product warranties.
he model for signage will be provided by TACTV. The successful tenderer
• The Sign fascia should be 100% warranted by the principal manufacturer against any product failure (as mentioned above) in the SiFascia for a period of 3
• The Authorized bidder’s
endorsed Warranty Documents that fulfill all the above conditions. • The quoted cost per square feet should include all the works from inception
to implementation, i.e., finalization of
tubelights, transportation, etc. Taxes
• TACTV will not pay any other charges other than above charges.
• Payment shall be released only after certification by concerned official and after receipt of a valid warranty, enclosed with photograph of the sign.
The tenderers shall offer the Wi
better specifications.
Any material or equipment not specifically stated in the specification but which are
necessary for completing installation and satisfactory operation
included in the scope of supply.
The Sign fascia should be 100% warranted by the Indian subsidiary / branch of the principal manufacturer against any product failure (as mentioned above) in the Si
years.
’s bills would be cleared only on submission of the duly endorsed Warranty Documents that fulfill all the above conditions.
The quoted cost per square feet should include all the works from inception
implementation, i.e., finalization of size, fabrication and erection, providing of timer
nsportation, etc. Taxes (wherever applicable) is payable additionally.
not pay any other charges other than above charges.
Payment shall be released only after certification by concerned official and after receipt of a valid warranty, enclosed with photograph of the sign.
Wi-Fi devicesstrictly meeting the above requirements or with
Any material or equipment not specifically stated in the specification but which are
r completing installation and satisfactory operation shall deem to be
included in the scope of supply.
Indian subsidiary / branch of the principal manufacturer against any product failure (as mentioned above) in the Sign
bills would be cleared only on submission of the duly
The quoted cost per square feet should include all the works from inception
d erection, providing of timer,
(wherever applicable) is payable additionally.
Payment shall be released only after certification by concerned official and
strictly meeting the above requirements or with
Any material or equipment not specifically stated in the specification but which are
shall deem to be
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
to supply, install and manage Hardware / Software / Application required to
setup Public Wi
Submission of Part I
Ref: Your Tender Notice Dt. ...
With reference to your tender notice, we submit herewith our sealed
the selection of information technology/ telecom service provider to
manage Hardware / Software / Application required to setup Publ
designated locations across Tamilnadu
We enclose the following documents:
1) Tender conditions duly signed in each page
2) Demand Draft no. _______for
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 S
5) Details of the Tenderer
6) Average annual turnover
per Annexure-IV).
7) List of Service centres in Tamilnadu
8) Declaration for not having black listed either by TACTV or by any other Govt.
agencies (as per Annexure
9) Declaration for not having tampered the Tender documents downloaded from the
websites www.tactv.in and www.tenders.tn.gov.in (Annexure
ANNEXURE
PART-I
Date:____________
Tamilnadu Arasu Cable TV Corporation Limited (TACTV),
Floor, Dugar Towers,
selection of information technology/ telecom service provider
supply, install and manage Hardware / Software / Application required to
setup Public Wi-Fi services at designated locations across Tamilnadu
Submission of Part I –Reg .
Your Tender Notice Dt. ..........
With reference to your tender notice, we submit herewith our sealed
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:
Tender conditions duly signed in each page
Demand Draft no. _______for Rs._______/- (Rupees ________ only), in
of “Tamilnadu Arasu Cable TV Corporation Limited”, Drawn on
______________ Bank payable at Chennai, towards Earnest Money Deposit.
Authorization letter from the Agency for the person to sign the tender.
Compliance report to the technical Specifications as per Annexure-I.
Tenderer (as per Annexure-III).
Average annual turnover statement duly certified by a Chartered Accountant (as
List of Service centres in Tamilnadu (as per Annexure-V).
having black listed either by TACTV or by any other Govt.
agencies (as per Annexure-VII).
Declaration for not having tampered the Tender documents downloaded from the
websites www.tactv.in and www.tenders.tn.gov.in (Annexure-VIII).
ANNEXURE - II
:____________
information technology/ telecom service provider
supply, install and manage Hardware / Software / Application required to
Fi services at designated locations across Tamilnadu–
With reference to your tender notice, we submit herewith our sealed Tender for
supply, install and
Fi services at
document.
only), in favour
of “Tamilnadu Arasu Cable TV Corporation Limited”, Drawn on
______________ Bank payable at Chennai, towards Earnest Money Deposit.
Authorization letter from the Agency for the person to sign the tender.
.
duly certified by a Chartered Accountant (as
having black listed either by TACTV or by any other Govt.
Declaration for not having tampered the Tender documents downloaded from the
).
10) Manufacturer’s authori
11) Proposed Solution (as per Annexure
12) Undertaking on Compliance and Sizing of Infrastructure (as per Annexure
13) Unpriced Bill of Material (as per Annexure
14) The copy of certificate of incorporation
15) Copy of Registered Partnership deed,
16) Work Orders issued by the clients.
17) Valid documentary proof of OEMs for
2000 APs for public Wi
18) Data sheet for the proposed equipme
19) Performance certificate issued by the clients
20) The Annual Report /
along with schedules for the last 3 consecutive financial years i.e. FY
2013-14 and 2014-15
21) Copy of Registration certificate as a firm under TN VAT Act/CST Act.
22) Copy of Service Tax Registration certificate.
23) Copy of PAN allotment Certificate/ PANCARD issued by Income Tax
Department.
24) Latest Assessment orders under
25) Latest I.T return.
26) Address Proof Document for
Chennai City.
27) Resource Details along with certifications
28) Notarized translated English version of the documents in a language other than
English/Tamil, if any
Encl: As stated above
authorization form (as per Annexure-X).
Proposed Solution (as per Annexure-XII).
Undertaking on Compliance and Sizing of Infrastructure (as per Annexure
Unpriced Bill of Material (as per Annexure-XIV).
The copy of certificate of incorporation/registration.
Copy of Registered Partnership deed, in case of Partnership Firm.
s issued by the clients.
Valid documentary proof of OEMs for having supplied equipments for atleast
2000 APs for public Wi-Fi projects in India
Data sheet for the proposed equipment’s.
certificate issued by the clients.
The Annual Report / certified copies of Balance Sheet, Profit & Loss statement
along with schedules for the last 3 consecutive financial years i.e. FY
5 (or) FY 2013-14, 2014-15 and 2015-16.
Copy of Registration certificate as a firm under TN VAT Act/CST Act.
Copy of Service Tax Registration certificate.
Copy of PAN allotment Certificate/ PANCARD issued by Income Tax
Latest Assessment orders under TN VAT Act/CST Act.
Address Proof Document for having their maintenance and service facility in
Resource Details along with certifications.
Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Yours faithfully,
SIGNATURE OF THE TEN
Undertaking on Compliance and Sizing of Infrastructure (as per Annexure-XIII).
supplied equipments for atleast
certified copies of Balance Sheet, Profit & Loss statement
along with schedules for the last 3 consecutive financial years i.e. FY 2012-13,
Copy of Registration certificate as a firm under TN VAT Act/CST Act.
Copy of PAN allotment Certificate/ PANCARD issued by Income Tax
their maintenance and service facility in
Notarized translated English version of the documents in a language other than
Yours faithfully,
SIGNATURE OF THE TENDERER
DETAILS OF THE TENDERER
S.No. Particulars
A Name of Bidder
B Contact Details
Address
Telephone No.
Fax
Website
C Incorporation Details
Incorporation Number
Date of Incorporation
Authority
D Sales/Trade Tax
Regn. Details
Service Tax No.
Date
Registration Authority
F Legal Status of
Company
G Name of Authorized
Signatory
Position
Telephone
Fax
Mobile
H Number & Address of
Offices
a) In India
b) Outside India
Full Name and Signature of the Authorized Representative:
ANNEXURE
DETAILS OF THE TENDERER
Description/
Details
Reference Documents
-
Certified copy of incorporation
under Indian Companies
Act,1956
Certified copy of valid. Service
Tax Registration in India
Special Power of Attorney, duly
authorizing the person signing
the bid documents to sign on
behalf of the bidder and
thereby binding the bidder
Full Name and Signature of the Authorized Representative:
ANNEXURE – III
Page No.
-
Certified copy of incorporation
Certified copy of valid. Service
duly
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
1
2
3
4
Average annual turnover
Note: Average Turnover of any three
2012-13, 2013-14 and 2014-15 (or)
DATE :
SIGNATURE OF THE TENDERER
SIGNATURE OF CHARTERED ACCOUNTANT
(with seal and Address)
ANNEXURE
ANNUAL TURN OVER STATEMENT
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)
2012-2013
2013-2014
2014-2015
2015-2016
Total
Average annual turnover
three consecutive financial years will be considered i
(or) FY 2013-14, 2014-15 and 2015-16.
SIGNATURE OF THE TENDERER
CHARTERED ACCOUNTANT
ANNEXURE – IV
M/s ............................................................... for the past three years
consecutive financial years will be considered i.e. FY
LIST OF SERVICE CENTRES
Sl.No Address
1
2
3
4
5
6
7
8
ANNEXURE
SERVICE CENTRES IN TAMILNADU
Contact person Phone/
Mobile Number
SIGNATURE OF THE TEN
(with seal and address)
ANNEXURE- V
Mobile Number
SIGNATURE OF THE TENDERER
(with seal and address)
48 | 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
49 | 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)
50 | 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)
51 | 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
52 | 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:
53 | 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: _________________
54 | 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)
55 | 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
Technical Literature and data sheets of all proposed equipment
SIGNATURE OF THE TENDERER
(with seal and address)
56 | 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
57 | 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
S.No Product Description Make Model
Datacenter Infrastructure capable to handle 300 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 99.9%
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
4 100 Wireless AP License (All Controller Functionalities)
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 300 Locations *** with Three Years Warranty
1 Supply and Installation of Internet Gateway Firewall - Type 1
2 Supply and Installation of Internet Gateway Firewall - Type 2
3 Supply and Installation of Aggregation Switch - Type 1
4 Supply and Installation of Aggregation Switch - Type 2
5 Supply and Installation of Field Switches - Type 1
6 Supply and Installation of Field Switches - Type 2
7
Supply and Installation of Single Mode SFP Modules for Switches (Industrial Grade
- High Temp)
58 | P a g e
S.No Product Description Make Model
8 Supply and Installation of Single Mode SFP Modules for Switches
9 Supply and Installation of Copper SFP Modules
10 Supply and Installation of Outdoor Access Points - Type 1 (Low Density)
11 Supply and Installation of Outdoor Access Points - Type 2 (Sectorial)
12 Supply and Installation of Outdoor Access Points - Type 3 (Direct Fiber)
13 Supply and Installation of Outdoor Access Points - Type 4 (High Density)
14 Supply and Installation of Indoor Access Points
15 Supply and Installation of DC power supply to Power Outdoor Switch
16 Supply and Laying of CAT 6 STP Copper Cables
17 Supply and Laying of CAT 6 UTP Copper Cables
18 Supply and Laying Outdoor rated armoured Single Mode 6 Core OFC Cables
19 Supply and Laying of Outdoor Rated HDPE Pipes
20 Supply and Laying of 1" PVC Pipes
21 Trenching and Refilling (1 Mtr Depth)
22 OFC Warning Tape
23 Semi Circular Concrete Slab
24
Supply and Installation of Outdoor Enclosure with IP 65 capability to house
Switches, UPS/DC power supply, etc
25
Supply and Erection of 6M Poles with 50mm Dia for Mounting Access Points and
Housing Outdoor Enclosure
26 Supply and Installation of 9U Wall Mount Rack with PDU
27 Supply and Installation of 0.5kVA UPS with One Hour Backup
28 Supply and Installation of 1kVA UPS with One Hour Backup
29
Supply and Installation of DC power supply with one hour battery back up to Power
Outdoor Switch
30
Supply and Installation of 24 Core Fiber LIU with all loaded Pigtails , Duplex
Couplers, Splicing
31 Supply and Installation of 12 Core Fiber LIU with all loaded Pigtails , Duplex
59 | P a g e
S.No Product Description Make Model
Couplers, Splicing
32
Supply and Installation of 6 Core Fiber LIU with all loaded Pigtails , Duplex
Couplers, Splicing
33 3M Fiber LC-LC Fiber Patch Cords
34 RJ45 Jacks
35 5 Mtr STP Patch cords
36 24 Port CAT 6 Patch Panel
37 2 Mtrs UTP Patch Cords
38
Supply and Laying Outdoor Rated Armoured Fiber Cable through Overhead on Light
posts along with Staywires and accessories
39 Power Adapter for Wireless Access Points (Outdoor)
40 Power Adapter for Wireless Access Points (Indoor)
41 3 Core Outdoor Power Cable (6AMP)
42 2 X 6A Power Sockets
43
Industrial Gigabit Media Converter (0 to 70 deg Temperature supported), Single
Mode
44 Gigabit Media Converter, Singlemode
45 Back-lit Signage
Other Items
1 Please include all items that is not listed in BOM but required to complete
installation and satisfactory Operation
Note: The bidder should enclose Data Sheet of the proposed equipment
SIGNATURE OF THE TENDERER
(with seal and address)
60 | 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
61 | P a g e
ANNEXURE –XVI
PRICE BID
(Amount in Rs.)
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
Datacenter Infrastructure capable of handling 300 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
99.9% 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
99.9% uptime
1 Lot
3 Wireless Controller with
500 AP License along
with HA
1 Lot
4 100 Wireless AP License
(All Controller
Functionalities)
10 Nos
62 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
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 2 Nos
8 Workstations (i5
Processor, 8GB RAM,
500GB HDD) along with
24" Display
4 Nos
Hotspot Locations - Tentative Quantity for 300 Locations *** with Three Years Warranty
1
Supply and Installation
of Internet Gateway
Firewall - Type 1
100
Nos
2
Supply and Installation
of Internet Gateway
Firewall - Type 2
200
Nos
3
Supply and Installation
of Aggregation Switch -
Type 1
250
Nos
4
Supply and Installation
of Aggregation Switch -
Type 2
50
Nos
5
Supply and Installation
of Field Switches - Type
1
300
Nos
63 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
6
Supply and Installation
of Field Switches - Type
2
300
Nos
7
Supply and Installation
of Single Mode SFP
Modules for Switches
(Industrial Grade - High
Temp)
800
Nos
8
Supply and Installation
of Single Mode SFP
Modules for Switches
400
Nos
9
Supply and Installation
of Copper SFP Modules 200
Nos
10
Supply and Installation
of Outdoor Access Points
- Type 1 (Low Density)
600
Nos
11
Supply and Installation
of Outdoor Access Points
- Type 2 (Sectorial)
300
Nos
12
Supply and Installation
of Outdoor Access Points
- Type 3 (Direct Fiber)
50
Nos
13
Supply and Installation
of Outdoor Access Points
- Type 4 (High Density)
50
Nos
14
Supply and Installation
of Indoor Access Points
400
Nos
64 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
15
Supply and Installation
of DC power supply to
Power Outdoor Switch 200
Nos
16
Supply and Laying of
CAT 6 STP Copper
Cables
15000
Mtrs
17
Supply and Laying of
CAT 6 UTP Copper
Cables
15000
Mtrs
18
Supply and Laying
Outdoor rated armoured
Single Mode 6 Core OFC
Cables
15000
Mtrs
19
Supply and Laying of
Outdoor Rated HDPE
Pipes
15000
Mtrs
20
Supply and Laying of 1"
PVC Pipes 30000 Mtrs
21
Trenching and Refilling
(1 Mtr Depth) 15000 Mtrs
22 OFC Warning Tape 15000 Mtrs
23
Semi Circular Concrete
Slab 15000 Mtrs
24
Supply and Installation
of Outdoor Enclosure
with IP 65 capability to
house Switches, UPS/DC
power supply, etc
600
Nos
65 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
25
Supply and Erection of
6M Poles with 50mm
Dia for Mounting
Access Points and
Housing Outdoor
Enclosure
600
Nos
26
Supply and Installation
of 9U Wall Mount Rack
with PDU
600
Nos
27
Supply and Installation
of 0.5kVA UPS with
One Hour Backup
600
Nos
28
Supply and Installation
of 1kVA UPS with One
Hour Backup
300
Nos
29
Supply and Installation
of DC power supply with
One Hour Backupto
Power Outdoor Switch
300
Nos
30
Supply and Installation
of 24 Core Fiber LIU
with all loaded Pigtails ,
Duplex Couplers,
Splicing
300
Nos
31
Supply and Installation
of 12 Core Fiber LIU
with all loaded Pigtails ,
300
Nos
66 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
Duplex Couplers,
Splicing
32
Supply and Installation
of 6 Core Fiber LIU with
all loaded Pigtails ,
Duplex Couplers,
Splicing
300
Nos
33
3M Fiber LC-LC Fiber
Patch Cords 1800 Nos
34 RJ45 Jacks 3000 Nos
35 5 Mtr STP Patch cords 750 Nos
36
24 Port CAT 6 Patch
Panel 300 Nos
37 2 Mtrs UTP Patch Cords 600 Nos
38
Supply and Laying
Outdoor Rated Armoured
Fiber Cable through
Overhead on Light posts
along with Staywires and
accessories
600000
Mtrs
39
Power Adapter for
Wireless Access Points
(Outdoor)
50
Nos
40
Power Adapter for
Wireless Access Points
(Indoor)
50
Nos
41
3 Core Outdoor Power
Cable (6AMP) 6000 Mtrs
67 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
42 2 X 6A Power Sockets 300 Nos
43
Industrial Gigabit Media
Converter (0 to 70 deg
Temperature supported),
Single Mode
250
Nos
44
Gigabit Media Converter,
Singlemode 50 Nos
45
Back-lit Signage
inclusive of fabrication
and erection, providing
of timer, tubelights and
Transportation
10000
Sq.ft
Operational and Maintenance charges
1 Quarterly Service
charges for applications
deployed in Central
Management Facility
(Wireless Subscriber
Management System for
capable of supporting
10,000 concurrent users,
NMS and Help Desk
Management Solution)
4 Qtr
2 O&M charges with 24x7
Support 4 Qtr
Other Items
1 As per list in Annexure
XIV ( Unpriced Bill of 1 Nos
68 | P a g e
S.No Product Description Qty UOM Unit price Extended Price Taxes Total Price
(Including
all taxes) Supply Installation Supply Installation VAT/
CST
Excise Duty/
Customs Duty
Service
Tax
Material)
Grand Total
Amount in Words: Rupees _______________________________________________________________________________ only
Note:
The quantity mentioned above is only indicative for the purpose of price discovery. The actual quantity may
vary depending on the number of hotspots taken up for implementation in one year. Accordingly, payment
will be made only for the actual quantity used.
SIGNATURE OF THE TENDERER
(with seal and address)
69 | 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. Valid documentary proof of OEMs for having supplied equipments for atleast 2000 APs for
public Wi-Fi projects in India.
19. Data sheet for the proposed equipment’s.
20. Performance certificate issued by the clients.
21. 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.
22. Copy of Registration c7ertificate as a firm under TN VAT Act/CST Act.
23. Copy of Service Tax Registration certificate.
24. Copy of PAN allotment Certificate/ PANCARD issued by Income Tax Department.
25. Latest Assessment orders under TN VAT Act/CST Act.
26. Latest I.T return.
70 | P a g e
Signature of the tenderer with seal
27. Address Proof Document for having their maintenance and service facility in Chennai City.
28. Resource Details along with certifications.
29. 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.
71 | P a g e
Signature of the tenderer with seal