Vous êtes sur la page 1sur 87

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Electronics Corporation of
Tamil Nadu Limited

Tender for the Selection of a


Consultant for Implementing
T a m i l N a d u S t a t e W i d e Ar e a
Network Phase-3(TNSW AN)

Tender Ref.
ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Technical Bid

Tender Document
Page 1 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Table of Content
Table of Content ............................................................................................................................... 2
Acronyms and Definitions ............................................................................................................. 5
Know Your Rights........................................................................................................................... 6
Letter of Undertaking ..................................................................................................................... 7
1. Introduction ................................................................................................................................. 8
2. Tender Schedule ...................................................................................................................... 11
3. General Instructions ................................................................................................................. 12
3.1
General ........................................................................................................................... 12
3.2
Clarifications in the Tender ............................................................................................. 13
3.3
Amendments to the Tender ............................................................................................ 13
3.4
Language of the Bid........................................................................................................ 14
3.5
Bid Currency ................................................................................................................... 14
3.6
Contacting Tender Inviting Authority .............................................................................. 14
3.7
Force Majeure ................................................................................................................. 14
3.8
Arbitration ....................................................................................................................... 15
4. Eligibility Criteria ...................................................................................................................... 16
4.1
Eligibility .......................................................................................................................... 16
5. Bid Preparation and Submission ............................................................................................ 18
5.1
Cost of Bidding ............................................................................................................... 18
5.2
Tender Document Fee .................................................................................................... 18
5.3
Earnest Money Deposit (EMD) ....................................................................................... 18
5.4
Letter of Authorisation..................................................................................................... 19
5.5
Two Part Bidding ............................................................................................................ 19
5.5.1
Technical Bid (Envelope-A) ................................................................................... 19
5.5.2
Price Bid Form (Envelope-B) .................................................................................. 20
5.6
Bid closing date and time ............................................................................................... 21
5.6.1 Outer Cover ................................................................................................................. 21
5.7
Mode of Submission of Bids ........................................................................................... 21
5.8
Modification and withdrawal of Bids ............................................................................... 22
6. Tender opening and Evaluation .............................................................................................. 23
6.1
Technical Bid Opening ................................................................................................... 23
6.2
Tender Validity ................................................................................................................ 23
6.3
Initial Scrutiny ................................................................................................................. 23
6.4
Clarifications by ELCOT ................................................................................................. 23
6.5
Tender Evaluation........................................................................................................... 24
6.5.1 Suppression of facts and misleading information .................................................... 24
6.5.2
Technical Bid Evaluation ........................................................................................ 24
6.5.3
Price Bid Evaluation ................................................................................................ 26
6.6
Negotiations .................................................................................................................... 27
6.7
Award of Contract ........................................................................................................... 27
6.8
ELCOT reserves the right to: .......................................................................................... 27

Page 2 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
7. Execution of Work .................................................................................................................... 28
7.1
Acceptance of Tender and Withdrawals ......................................................................... 28
7.2
Letter of Acceptance (LOA) ............................................................................................ 28
7.3
Payment of Security Deposit (SD) .................................................................................. 28
7.4
Execution of Contract ..................................................................................................... 29
7.5
Release of Work Order ................................................................................................... 29
7.6
Refund of EMD ............................................................................................................... 30
7.7
Release of SD ................................................................................................................. 30
7.8
Forfeiture of EMD and SD .............................................................................................. 30
7.9
Termination of Contract .................................................................................................. 30
7.9.1 Termination for default ................................................................................................ 30
7.9.2 Termination for Insolvency .......................................................................................... 31
7.9.3 Termination for Convenience ...................................................................................... 31
7.10 Execution of Work Order ................................................................................................ 31
7.11 Assigning of Tender whole or in part .............................................................................. 32
7.12 Liquidated Damages (LD) ............................................................................................... 32
7.13 Penalty for Non-Fulfilment of Tender.............................................................................. 32
7.14 Other Conditions ................................................................................................................. 32
7.15 Arbitration and Jurisdiction ............................................................................................. 33
7.16 Other Documents to be provided: ...................................................................................... 33
8. Scope of Work........................................................................................................................... 34
8.1 Scope Overview ................................................................................................................... 34
8.2 Scope of Work TNSWAN Phase 3 consultant ................................................................... 35
8.3 Manpower and Service Requirements ................................................................................. 41
9. Project Timeline, SLA and Penalties ...................................................................................... 42
10. Payment Clause ...................................................................................................................... 43
11. Exit Clause .............................................................................................................................. 44
Appendix-1 Model Form of Contract .......................................................................................... 45
Appendix-2 Bank Guarantee Format .......................................................................................... 53
Appendix-3 Format for Clarifications / Amendments ............................................................... 55
Appendix-4 List of TNSWAN PoPs ............................................................................................ 56
Appendix-5 List of CVs ............................................................................................................... 79
Annexure-1 Technical Bid ........................................................................................................... 80
A1.1 Check-list for Enclosures ................................................................................................ 80
A1.2 Profile of the Bidder ........................................................................................................ 82
A1.3 Details in support of Eligibility Criteria ............................................................................ 83
A1.4 Declaration ...................................................................................................................... 84
Price Bid ........................................................................................................................................ 86

Page 3 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Important Notice
This Tender process will be governed by the TamilNadu Transparency in Tender Act,
1998 with the TamilNadu Transparency in Tender Rules 2000 as amended from time to
time. (http://www.tn.gov.in/gorders/fin446e.htm) Applicable for TamilNadu.

Page 4 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Acronyms and Definitions


AMC

Annual Maintenance Contract

CRS

Customer Requirement Study

CST

Central Sales Tax

DSC

Digital Signature Certificate

EMD

Earnest Money Deposit

ERTL

Electronic Regional Test Laboratories

ETDC

Electronics Test & Development Centre

FOR

Free On Road / Rail

HR

Human Resources

HRMS

Human Resources Management System

ICT

Information and Communication Technology

IPR

Intellectual Property Rights

ISO

International Organisation for Standardisation

IT

Information Technology

LD

Liquidated Damage

LOA

Letter of Acceptance

MIS

Management Information System

NABL

National Accreditation Board for Testing and Calibration Laboratories

OEM

Original Equipment Manufacturer

PC-OEM

Personal Computer Original Equipment Manufacturer

RFP

Request for Proposal

ROHS

Restriction Of Use of Hazardous Substances

SAMEER

Society for Applied Microwave Electronics Engineering & Research.

SD

Security Deposit

BCP

Business Continuity Planning

SNR

Site Not Ready

SPOC

Single Point of Contact

SRS

Software Requirements Specification

ST

Service Tax

VAT

Value Added Tax

DPR

Detailed project report

ITIL

Information Technology Infrastructure Library

Page 5 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Know Your Rights


1. ALL TENDERS WILL BE OPENED ONLY IN THE PRESENCE OF THE
BIDDERS.
2. THE BIDDERS HAVE A RIGHT TO INSIST ON PROCESSING OF
TECHNICAL BIDS IN THE BIDDERS PRESENCE ONLY.
3. PRICE BID OPENING AND PRICE COMPARISON WILL BE DONE ONLY IN
THE PRESENCE OF THE BIDDERS.
4. VENDORS / BIDDERS ARE ELIGIBLE FOR A VENDOR SIGNED COPY OF
THE PRICE BID COMPARISON STATEMENT ON THE SPOT.
5. PLEASE INSIST ON YOUR RIGHTS AND AVAIL THE SAME.
MANAGING DIRECTOR
ELCOT

Page 6 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Letter of Undertaking
To
The Managing Director
Electronics Corporation of Tamil Nadu Limited
692 Anna Salai, Nandanam, Chennai-600035
Sir,
Sub:
Ref:

Undertaking for participating in ELCOT Tender - Reg.


Tender Ref.: ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

I/We ----------------------- have gone through the Terms and Conditions, Scope
of Work and Specification and will abide by them as laid down (Tender Documents,
Technical bid and Price Bid)
I/We ------------------------ hereby confirm that our Company was not blacklisted
by any State Government/ Central Government/ Public Sector Undertakings during
the last three years. We also hereby confirm that our EMD/SD was not forfeited by
any State Government / Central Government / Public Sector Undertakings during the
last three years due to our non-performance, non-compliance with the tender
conditions etc.
I/We ----------------------------------------------------------- hereby declare that all the
particulars furnished by us in this Tender are true to the best of my/our knowledge
and we understand and accept that if at any stage, the information furnished is found
to be incorrect or false, we are liable for disqualification from this tender and also are
liable for any penal action that may arise due to the above.
I/We ________________ certify that we are liable and responsible for any
disputes arising out of Intellectual Property Rights.
In case of violation of any of the conditions above, I/We ..........................
understand that I/ We are liable to be blacklisted by ELCOT for a period of
three years.
Yours faithfully
for _________________
Name, Signature
Designation
Seal
Note:
1)
Declaration in the companys letter head should be submitted as per format given
above
2)
If the bidding firm has been blacklisted by any State Government/ Central
Government/ Public Sector Undertakings earlier, then the details should be
provided.

Page 7 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

1. Introduction

The role of Information Technology has been well established in the State
of Tamil Nadu. The State has a well-defined IT policy and has been working
towards making the State as a preferred destination for the IT/ IT related service
industry. Also, there are various activities initiated by the Government to bring
better governance to the citizens. Usage of Information
Technology in
governance has brought the total system to work effectively and efficiently. eGovernance assures transparency in the governance systems and also it has
opened new avenues of easy and faster transactions.
The State has successfully established the core e-Governance
infrastructure under NeGP (National e-Governance Plan) such as State Wide
Area Network(SWAN) and State Data Centre (SDC) to realize the e-Governance
systems to improve the delivery of services to the citizens.
Tamil Nadu State Wide Area Network (TNSWAN) has commenced its First
phase five year BOOT operation from 1.12.2007 and expired on 30.11.2012.
Second phase of the project for the operation & maintenance of TNSWAN for
further period of three years has commenced from 09.09.2013 and it is getting
expired on 08.09.2016
This tender calls for bids, to select the TNSWAN Consultant for TNSWAN
phase -3 operations.
The CONSULTANT is expected to carry out strategic and basic planning,
Customer requirement study, Design of Network Architecture, Design of Business
model, Freezing of Technical specifications and budgetary estimate, preparation
of tender and submission of a detailed comprehensive report.

Page 8 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

TNSWAN Architecture
TNSWAN Architecture is a two tier architecture. The Tier 1 layer links the
Network Operating Centre & District PoPs, Metro ring connecting Metro PoPs &
Special PoPs at Chennai and Tier 2 layer links the District PoPs to Tier 2 PoPs.
At the Tier 2 level, there are six categories of PoPs (C1,C2, C3, C3*, C4 and C1*)
based on the the mode of connectivity, which was decided based on multiple
parameters including distance to Parent PoP, distance from the BSNL exchange
and location.The below table gives the number of PoPs against each type of
PoP.

Sl.No. Type of PoP


1
2

NOC 1
District PoP

3
4

Metro PoP
DR for NMS.

Special PoP
Tier 1 Total

6
7
8
9
10
11

C1
C2
C3
C3*
C4
C1*
Tier 2 Total
Tier 1 + Tier 2 Total

Qty. Location/office
Tier 1
1
ELCOT, Perungudi Complex
30
District Collectorates.
Secretariat, Ezilagam, DMS,DPI, Kuralagam,
6
ELCOT Nandanam office.
1
Co-Located at Madurai DHQ.
Raj Bhavan, DGP office, Commissioner of Police,
Corporation of Chennai, Panagal Building.
5
43
Tier 2
266
RDO/Taluk/BDOs/Camp office
170
RDO/Taluk/BDOs
191
RDO/Taluk/BDOs/Camp Office
16
RDO/Taluk/BDOs
5
RDO/Taluk/BDOs
17
RDO/Taluk/BDOs/Camp Office
665
708

Further 100+ newly created PoPs have been added to the network

Page 9 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

The TNSWAN Architecture diagram is as shown below:

Short Titles used in the Tender Document:


1)
2)
3)

Bidder: Bidder means the party who makes a formal offer in pursuance of the
tender floated.
Successful Bidder: Successful Bidder means the Bidder who becomes
successful through the tender process.
Day: A day means a calendar day.

Page 10 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

2. Tender Schedule
ELECTRONICS CORPORATION OF TAMILNADU LIMITED (ELCOT)
1.

Tender inviting Authority,


Designation and Address

The Managing Director


ELCOT, II Floor MHU Complex
692 Anna Salai, Nandanam,
Chennai-600035.
e-mail: md@elcot.in and itinfra@elcot.in
URL: www.elcot.in

2.

A) Name of the Work

Tender for Selection of a Consultant for Implementing


Tamil Nadu State Wide Area Network (TNSWAN).
Phase-3 operations

B) Tender reference

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

3.

Tender documents
available place

On all working days between 11.00 AM and 5.00 PM upto


16-08-2016 from the Address mentioned in Column (1) above.
Alternatively, Tender documents can be downloaded free of cost
from www.elcot.in and http://www.tenders.tn.gov.in

4.

Cost of Tender Document

INR 1000/- per Tender Document for direct purchase from


ELCOT. The Tender document fee is waived for the downloaded
Tender document.

5.

Earnest Money Deposit


(EMD)

Rs. 2,00,000/- (Rupees Two Lakh only) should be paid by way


of Demand Draft or Banker's Cheque drawn in favour of
Electronics Corporation of Tamil Nadu Limited and payable at
Chennai only.

Tender submission

Two Part Tender comprising of Technical Bid and Price Bid


should be submitted MANUALLY. Stage-1 Technical Bid,
Stage-2 Price Bid opening. Tenders received after the due
date and time will be summarily rejected.

7.

Date and Place of Pre-Bid


meeting

01-08-2016@ 11.00 A.M at the address mentioned in Column


(1) above.

8.

Due Date, Time and Place


of submission of Tender

17-08-2016 upto 3.00 PM at the address mentioned in Column


(1) above.

9.

Date, Time and Place of


opening of the Technical
Bids

17-08-2016 at 3.15 PM at the address mentioned in Column (1)


above.

10. Date, Time and Place of


opening of Price Bids

Will be intimated only to the Technically Qualified Bidders

Page 11 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

3. General Instructions
3.1

General

a)

The Bidders are requested to examine the instructions, terms and conditions and
specifications given in the Tender. Failure to furnish all required information in
every respect will be at the Bidder's risk and may result in the rejection of bid.
Relaxation in submission of the documentary proof had been given ONLY to the
existing suppliers and such relaxation from submission of documents is
applicable wherever they are eligible to avail.

b)

It will be imperative for each Bidder(s) to familiarise itself/ themselves with the
prevailing legal situations for the execution of contract. ELCOT shall not entertain
any request for clarification from the Bidder regarding such legal aspects of
submission of the Bids.

c)

It will be the responsibility of the Bidder that all factors have been investigated
and considered while submitting the Bids and no claim whatsoever including
those of financial adjustments to the contract awarded under this tender will be
entertained by ELCOT. Neither any time schedule nor financial adjustments
arising thereof shall be permitted on account of failure by the Bidder to appraise
themselves.

d)

The Bidders shall be deemed to have satisfied themselves fully before Bidding as
to the correctness and sufficiency of its Bids for the contract and price quoted in
the Bid to cover all obligations under this Tender.

e)

It must be clearly understood that the Terms and Conditions and specifications
are intended to be strictly enforced. No escalation of cost in the Tender by the
Bidder will be permitted throughout the period of Agreement or throughout the
period of completion of contract whichever is later on account of any reasons
whatsoever.

f)

The Bidder shall make all arrangements as part of the contract to supply,
commission and train the beneficiaries at various locations at their own cost and
transport.

g)

The Bidder should be fully and completely responsible to ELCOT and State
Government for all the deliveries and deliverables.
Page 12 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

h) The successful bidder is not eligible to participate in the tender for the Netwark
Operating Agency.

3.2

Clarifications in the Tender

a)

A prospective Bidder requiring any clarification in the Tender may notify ELCOT
by letter or by Fax or by E-mail as per the Format prescribed in Appendix 3 to

md@elcot.in with a copy to gmtech@elcot.in, vpk@elcot.in. We encourage


paper free e-mail communication.
b)

The responses to the clarifications will be notified in the websites by means of


Corrigendum to the Tender Document. It would be advantageous to commence
e-mail contact with to register your e-mail id.

3.3

Amendments to the Tender

a)

A Pre-bid meeting will be held for addressing the clarifications on the date and
time mentioned in the Tender Data Sheet or any other date to be decided by
ELCOT. The Bidders are requested to participate in the Pre-bid meeting and get
the clarifications.

b)

Maximum two representatives from the bidders can attend the pre bid meeting.
The representatives should submit a request letter to ELCOT in their company
letter heads for participating in the pre bid meeting.

c)

Before closing of the Tender, clarifications and amendments if any will be notified
in the websites mentioned in the Tender Schedule. The Bidders periodically
check for the amendments or corrigendum or information in the websites till the
closing date of this Tender. ELCOT will not make any individual communication
and will in no way be responsible for any ignorance pleaded by the Bidders.

d)

No clarifications would be offered by ELCOT within 48 hours prior to the due date
and time for opening of the Tender.

e)

Before the closing of the Tender, ELCOT may amend the Tender document as
per requirements or wherever ELCOT feels that such amendments are absolutely
necessary.

f)

Amendments also may be given in response to the queries by the prospective


Bidders.

Page 13 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

g)

Such amendments will be notified in the websites mentioned in the tender


schedule.

h)

ELCOT at its discretion may or may not extend the due date and time for the
submission of bids on account of amendments.

i)

ELCOT is not responsible for any misinterpretation of the provisions of this tender
document on account of the Bidders failure to update the Bid documents on
changes announced through the website.

3.4

Language of the Bid

a)

The bid prepared by the Bidder as well as all correspondence and documents
relating to the bid shall be in English only. The supporting documents and printed
literature furnished by the bidder may be in another language provided they are
accompanied by an accurate translation in English duly notarised, in which case,
for all purposes of the bid, the translation shall govern. Bids received without
such translation copy are liable to be rejected.

3.5

Bid Currency
Price should be quoted in Indian Rupees (INR) only and Payment shall be made
in Indian Rupees only.

3.6

Contacting Tender Inviting Authority

a)

Bidders shall not make attempts to establish unsolicited and unauthorised contact
with the Tender Accepting Authority, Tender Inviting Authority or Tender Scrutiny
Committee after the opening of the Tender and prior to the notification of the
Award and any attempt by any Bidder to bring to bear extraneous pressures on
the Tender Accepting Authority shall be sufficient reason to disqualify the Bidder.

b)

Notwithstanding anything mentioned above, the Tender Inviting Authority or the


Tender Accepting Authority may seek bonafide clarifications from Bidders relating
to the tenders submitted by them during the evaluation of tenders.

3.7

Force Majeure
Neither the End-user Department / ELCOT nor the Successful Bidder shall be

liable to the other for any delay or failure in the performance of their respective
obligations due to causes or contingencies beyond their reasonable control such as:
Page 14 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Natural phenomena including but not limited to earthquakes, floods and


epidemics.
Acts of any Government authority domestic or foreign including but not
limited to war declared or undeclared, priorities and quarantine restrictions.
Accidents or disruptions including, but not limited to fire, explosions,
breakdown of essential machinery or equipment, power and water shortages.

3.8

Arbitration
In case of any dispute, the matter will be referred to a sole Arbitrator to be

appointed by the Managing Director of ELCOT under the Arbitration and Conciliation Act
1996. The arbitration shall be held in Chennai, India and the language shall be English
only. Subject to the above, the Courts at Chennai alone only shall have jurisdiction in the
matter.

Page 15 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

4. Eligibility Criteria
The Bidders should have the following Eligibility for participating in the Tender. The
Bidders should enclose documentary evidence for fulfilling the Eligibility in the Technical Bid. If a
bidder fails to enclose the documentary proof for eligibility, their bid will be summarily rejected.

4.1
S.
N
1.

Eligibility
Qualification Criteria
The consulting firm/company should be registered
under the Indian Company Act, 1956 Or should be a
partnership firm, who have their registered office in
India and should have been in existence for a period of
at least 5 years as on March 2016.

Documentary Evidence to be
submitted
a) In case the Bidder is a
Registered Company in India,
they should produce the copy
of
the
Certificate
of
Incorporation.
b) In case the Bidder is a
Registered
Partnership
Company / Firm, they should
produce the copy of Registered
Partnership
Deed.

2.

The consulting firm/agency should have done


Consultancy for at least one SWAN project for any
State in the Country.

Relevant documentary
references to be submitted

3.

The consulting firm / company should have consultancy


experience in IT/ICT projects for any State or Central
Government in the last 5 years.

Order references, dated at


least 5 years prior to the date
of tender opening

4.

The consulting firm/company should have a turnover of


at least Rs. 200 crores in each of the last three
financial years (2015-16, 2014-15, 2013-14) as
revealed by audited accounts.

5.

The consulting firm/agency should have WAN


consultancy experience in the following Design, RFP
Preparation,
Bid
evaluation
and
Project
Management of at least 3 Government Projects in
which 1 project should be SWAN for a minimum
value of Rs 50 Lakhs in total of overall projects.

Copies of the Audited Balance


sheets and Profit and Loss
account for the last 3 Financial
years
(2015-16,
2014-15,
2013-14).
Relevant documentary
references to be submitted

Page 16 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
6.

The consulting firm should have at least 2 Consultants


in each category and total 10 Certified Consultants in
all the categories below

Copies of
resumes and
certification to be submitted

a) PMP Certified Project Managers or equivalent


b) ITIL V2 Certification or equivalent

7.

8.

9.

c) CCNA / CCNP Security Certification


d)CCNA / CCNP Routing/Switching Certification
e)ISO 27001 Certified
The consulting firm/company should have a minimum
300 technically qualified personnel in the areas of IT
Consulting, IT infrastructure, IT security, IT
procurement,
e-Governance,
Program/Project
Management having relevant degree and shall possess
prior experience in providing the above Consultancy
services in India.
The bidder should not be under a Declaration of
ineligibility for corrupt and fraudulent practices issued
by Government of TamilNadu or any of its PSU in the
state of TamilNadu Certificate / affidavit mentioning that
the Bidder/ Consortium Partner is not currently
blacklisted by Government of TamilNadu or any of its
PSU in the state of TamilNadu is due to engagement in
any corrupt & fraudulent practices.

Declaration
by Authorized
Signatory / Company HR to be
submitted

Undertaking letter in the


Company letterhead to be
submitted

The Bidder should have a registered number of


i) VAT/Sales Tax where his business is located

Copy of relevant certificates

ii) Service Tax

Copy of relevant certificates

iii) Income Tax / Pan number.

Copy of relevant certificates

Page 17 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

5. Bid Preparation and Submission


5.1

Cost of Bidding
The Bidders should bear all costs associated with the preparation and
submission of Bids. ELCOT will in no way be responsible or liable for these
charges/costs incurred regardless of the conduct or outcome of the bidding
process.

5.2

Tender Document Fee


a) The Tender Documents may be directly purchased from ELCOT on payment
of fees as mentioned in the Tender Schedule. The Tender document cost may be
paid by way of Demand Draft / Banker's Cheque in favour of Electronics
Corporation of Tamil Nadu Limited, payable at Chennai.
b) Alternatively the Tender Documents can be downloaded free of cost from the
websites mentioned in the Tender Schedule. The Tender document fee is waived
for such downloaded documents.

5.3

Earnest Money Deposit (EMD)


a)

An EMD amount as specified in the Tender Schedule should be paid by


way of Demand Draft or Banker's Cheque drawn in favour of Electronics
Corporation of Tamil Nadu Limited payable at Chennai. The Demand
Draft or Banker's Cheque should be deposited physically at ELCOT
before the date and time of opening of the Tender. The EMD in the form
of Bank Guarantee is not acceptable.

b)

The EMD of the unsuccessful Bidders will be returned at the expense of


the Bidders within a reasonable time consistent with the rules and
regulations in this behalf. The EMD amount held by ELCOT till it is
refunded to the unsuccessful Bidders will not earn any interest thereof.

c)

The EMD amount of the Successful Bidder can be converted as part of


the Security Deposit (SD) for successful execution of the work and will be
returned only after the successful fulfilment of the Contract.

d)

The EMD amount will be forfeited by ELCOT, if the Bidder withdraws the
Page 18 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

bid during the period of its validity specified in the tender or if the
Successful Bidder fails to sign the contract or the Successful in bidder
fails to remit Security Deposit within the respective due dates.

5.4

Letter of Authorisation
A letter of Authorisation from the Board of Directors / appropriate authority
authorising the Tender submitting authority or a Power of Attorney should be
submitted in the Technical bid, otherwise the Bids will be summarily rejected.

5.5

Two Part Bidding


Bidders should examine all Instructions, Terms and Conditions and Technical
specifications given in the Tender document. Failure to furnish information
required by the Bid or submission of a Bid not substantially responsive in every
respect will be at the Bidders risk and may result in rejection of Bids. Bidders
should strictly submit the Bid as specified in the Tender, failing which the bids will
be non-responsive and will be rejected.

5.5.1

Technical Bid (Envelope-A)


a)

The Technical Bid format as given in the Tender shall be filled, signed and
stamped on all pages. Errors if any shall be attested by the Bidders. The
Technical Bid shall not contain any indications of the Price otherwise the
Bid will be summarily rejected.

b)

The Technical Bids shall be typed, signed and stamped in all pages by
the authorised signatory of the Bidder. Any alternations, deletions or
overwriting shall be attested with full signature of the authorised signatory.

c)

The Technical Bid with supporting documents and the EMD cover should
then be put in a separate cover and sealed appropriately. The Technical
Bid cover should be superscribed as Technical Bid (Envelope-A)
Tender for the Selection of a Consultant for Implementing Tamil Nadu
State Wide Area Network (TNSWAN) - Tender No. ELCOT/ITInfra/TNSWAN Phase-3/32929/OT/Consultant/2016. The FROM Address

and TO Address should be clearly written in the cover otherwise the Bid
is liable for rejection.

Page 19 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

d)

The bidders should submit the details of make and model of the items (if
any) offered against the tender requirement.

5.5.2

Price Bid Form (Envelope-B)


a)

All the Price items as asked in the Tender should be filled in the Price Bid
Format as given in the Tender.

b)

The price quoted by the Bidder shall include cost and expenses on all
counts

viz.

cost

of

equipment,

materials,

tools/

techniques/

methodologies, manpower, supervision, administration, overheads, travel,


lodging, boarding, in-station & outstation expenses, etc and any other cost
involved in the supply and commissioning.
c)

The Price Bid Form should not contain any conditional offers or variation
clauses, otherwise the Bids will be summarily rejected.

d)

The Prices quoted shall be only in INDIAN RUPEES (INR) only. The
tender is liable for rejection if Price Bid contains conditional offers.

e)

The Price Bid shall be typed and shall be signed by the authorised
signatory in all pages. Any alterations, deletions or overwriting shall be
attested with full signature of the authorised signatory.

f)

The cost quoted by the Bidder shall be kept firm for a period specified in
the Tender from the date of opening of the tender. The Bidder should
keep the Price firm during the period of Contract including during the
period of extension of time if any. Escalation of cost 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 Bidders should particularly take note of this factor before submitting
the Bids.

g)

The Price Bid shall be placed in a separate cover (Envelope-B) and


sealed appropriately. The Price Bid cover shall be superscribed as Price
Bid (Envelope-B) Tender for the Selection of a Consultant for
Implementing Tamil Nadu State Wide Area Network (TNSWAN) - Tender
No. ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016. The

Page 20 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

FROM address and TO address shall be written without fail otherwise


the Price Bid is liable for rejection.

5.6

Bid closing date and time


The Bids should be submitted not later than the date and time specified in the
Tender Schedule or Corrigendum if published. Even if the Bid submission is in
half way through during the closing date and time, submission would not be
possible. Tenders received after the due date and time will be summarily
rejected.

Hence the Bidders should be cautious to submit the Bids well in

advance to avoid disappointments.


5.6.1 Outer Cover
The Technical Bid cover including EMD (Envelope-A) and Price Bid cover
(Envelope-B) shall then be put in a single outer cover and sealed
appropriately by use of sealant. The outer cover shall be superscribed as
Tender for the Selection of a Consultant for Implementing Tamil Nadu State
Wide Area Network (TNSWAN) - Tender No. ELCOT/IT-Infra/TNSWAN Phase3/32929/OT/Consultant/2016.

due on 17/08/2015 @ 3.00 PM. The FROM

address and TO address shall be written without fail otherwise the Technical
Bid is liable for rejection.

5.7

Mode of Submission of Bids


a)

The Bids should be submitted strictly as specified in the Tender


document. The Bids should be dropped in the Tender box kept at ELCOT,
MHU Complex II Floor, 692, Anna Salai, Nandanam, Chennai- 600 035
on or before the due date and time. The Bids will not be received
personally.

b)

If the Bidder prefers to submit the Bid by post, the Bidder should ensure
that the Bid reaches to the Managing Director, ELCOT on or before the
due date and time. ELCOT will not be liable or responsible for any postal
delay or any other delay whatsoever.

c)

If any Bid is received after Due Date and Time or unsealed or disorderly
submitted or received by Facsimiles (FAX), the Bid will be treated as non

Page 21 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

responsive.

5.8

Modification and withdrawal of Bids


The Bids once submitted cannot be modified or amended or withdrawn. No
documents would be supplemented after submission of Bids.

Page 22 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

6. Tender opening and Evaluation


6.1

Technical Bid Opening


The Technical Bid will be opened on the date and time as specified in the Tender
schedule in the presence of those Bidders, who choose to be present against
production of an authorisation letter from the Bidding authority. A maximum of
two representatives for each Bidder would be allowed to attend the Tender
opening.

6.2

Tender Validity
The offer submitted by the Bidders should be valid for a minimum period of 90
days from the date of opening of the Tender.

6.3

Initial Scrutiny
Initial Bid scrutiny will be conducted and incomplete details as given below will be
treated as non-responsive.
If Tenders are;
not submitted in two parts as specified in the Tender
received without the Letter of Authorisation
received without EMD amount
are found with suppression of details
With incomplete information, subjective, conditional offers.
submitted without support documents as per the Eligibility Criteria and
Evaluation Criteria
non-compliance of any of the clauses stipulated in the Tender
lesser validity period
All responsive Bids will be considered for further evaluation.
The decision of ELCOT will be final in this regard.

6.4

Clarifications by ELCOT
When deemed necessary, ELCOT may seek bonafide clarifications on any
aspect from the Bidder. However, that would not entitle the Bidder to change or
cause any change in the substance of the Bid or price quoted. During the course

Page 23 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

of Technical Bid evaluation, ELCOT may seek additional information or historical


documents for verification to facilitate decision making. In case the Bidder failed
to comply with the requirements of ELCOT as stated above, such Bids may at the
discretion of ELCOT, shall be rejected as technically non-responsive.

6.5

Tender Evaluation

6.5.1

Suppression of facts and misleading information

a)

During the Bid evaluation, if any suppression or misrepresentation of is brought to


the notice of ELCOT. ELCOT shall have the right to reject the Bid and if after
selection, ELCOT would terminate the contract, as the case may be, will be
without any compensation to the Bidder and the EMD / SD, as the case may be,
shall be forfeited.

b)

Bidders should note that any figures in the proof documents submitted by the
Bidders for proving their eligibility is found suppressed or erased, ELCOT shall
have the right to seek the correct facts and figures or reject such Bids.

c)

It is up to the Bidders to submit the full copies of the proof documents to meet out
the criteria. Otherwise, ELCOT at its discretion may or may not consider such
documents.

d)

The Tender calls for full copies of documents to prove the Bidder's experience
and capacity to undertake the project.

6.5.2

Technical Bid Evaluation

a)

A Technical Committee will examine the Technical Bids against the Eligibility
Criteria and Evaluation Criteria given in the Tender document. The evaluation will
be conducted based on the support documents submitted by the Bidders. The
documents which do not meet the eligibility criteria in the first stage of scrutiny
will be rejected in that stage itself and further evaluation will not be carried out for
such bidders. The eligible Bidders alone will be considered for further evaluation.

b)
The bidders will be called upon, during the evaluation stage, to present their
offerings to
the Evaluation committee. The presentation should cover the following
aspects in detail:
1.Approach Plan and methodology
2.Understanding of TNSWAN Infrastructure
3.Bidders understanding of TN Government IT Infrastructure
Page 24 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

4.Advancements in timeline proposed, if any


5.Case studies
The technical committee will determine the technically qualified bidders based on
the documents submitted and the presentation provided to ELCOT.

S.No

Description

Maxim
um
Marks

1.

Average Turnover for last Three audited Financial


Years will be taken.
10

2.

Number of years of experience as a Consultant in


Networking field.
10

3.

Number of projects as Consultant in Government 10


Networking Projects.

4.

Total value of orders towards similar type of


Consultancy work (in Crores)
20

5.
6.
7.

Understanding of the project concept


15
Proposed work plan and methodology
15
CVs of Experts in the Team and their relevant 20
experience
Total Marks
100

c)

Break-up
200-250 8 Points
251-300 9 Points
>=301 -10 Points
5-7
-8 Points
8-9
-9 Points
>=10 -10 Points
5-7
-8 Points
8-9
-9 Points
>=10 -10 Points
0.5 - 1
-10 Points
1.1 - 2
-15 Points
>=2.1
-20 Points

Only those bidders who score 80 or more points in the technical evaluation would

be called as technically qualified bidders and be considered for Price bid evaluation.
Even if only one bidder scores 80 or more points, only that bid will be selected for price
bid evaluation.
If a situation arises, where none of the bidders have achieved 80 or more points, then
the top three bidders who have scored maximum points would be selected for price bid
evaluation.

d)

For those Bidders who have already worked or working with ELCOT, their previous

performance in ELCOT would be the mandatory criteria for selection. If any


unsatisfactory performances of those Bidders are found, their Bids will be straight away
rejected.
Page 25 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

The Unsatisfactory performance is defined as


i.Non responsiveness after getting the Purchase order
ii.Delay in supply, installation of the ordered items etc.
iii.Lack of communication about the delay in deliveries, Installation etc.
iv.Poor warranty support etc.,

6.5.3 Price Bid Evaluation


a) The Price Bids of the Technically Qualified Bidders alone will be opened and
evaluated. The Price Bid should include all expenses towards this Tender. The Price
Bids will be opened in the presence of the Bidders at ELCOT. The Bidders or their
authorised representatives will be allowed to take part in the Price Bid Opening.
b) The Price bid is divided into two tables Table 1 and Table 2. It is mandatory for
all bidders to quote for all items under Table 1 and Table2. However, prices under
Table 1 only would be considered for Price Bid evaluation.
c)The prices quoted by the L1, L2 and L3 bidders in Table 1 would be tabulated. The
L1 bidder in Table 1 must match the lowest prices quoted by the above mentioned
bidders against each item in Table 2.
d)ELCOT reserves the right to reject one / more bidders, if the technical committee
feels that the prices quoted by them are predatory in any manner.
e) All the taxes indicated in the Price Bid will be taken for the Price Bid evaluation as
per the Tamil Nadu Transparency in Tender Rules 2000 with latest amendments.
f) The following methodology will be adopted for evaluating price bids.
a) The Price Bid Evaluation shall include all Customs Duty, Central Excise Duty,
Service Tax and Value Added Tax (VAT) as part of the price
(OR)
Where the bidders are from the State of Tamil Nadu as well as from outside the
State of Tamil Nadu, the Value Added Tax (VAT) shall be excluded, but Central
Sales Tax (CST) shall be included for evaluation.

g) The bidder who has quoted the lowest total price will be called as the L1 Bidder
and will be called for further negotiation, either in terms of value or in terms of scope.

Page 26 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

6.6

Negotiations

a)

Negotiations will be conducted with the L1 bidder for improvement in the Scope of
Work, Specification, further reduction in price and advancement of delivery
schedule.

b)

In the event of ELCOT not being satisfied with the negotiations with the L1
bidder, either in terms of scope or in terms of pricing offered, ELCOT reserves
the right to reject the L1 bid and call on the L2 bidder for negotiations.

c)

After negotiations, the final shortlisted bidder will be called the successful bidder
and be eligible for placement of orders.

6.7

Award of Contract
1.The orders for Consultancy services, as per the provisions of Tamil Nadu
Transparency in Tenders Act, 1998 and the Tamil Nadu Transparency in Tenders
Rules, 2000 and Terms and Conditions of the Tender.
2.No dispute can be raised by any Bidder whose Bid has been rejected and no
claims will be entertained or paid on this account.

6.8

ELCOT reserves the right to:


1.Negotiate with the Bidder whose offer is the lowest evaluated price for further
reduction of prices.
2. Modify, reduce or increase the service duration requirements to an extent of the
tendered period as per the provisions of Tamil Nadu Transparency in Tenders Act
1998 and Tamil Nadu Transparency in Tenders Rules, 2000.
3.If the performance of the Bidder is not as per the Schedule, then ELCOT reserves
the right to disqualify the bidder and call for the next eligible bidder (L2).
4.ELCOT reserves its right to withhold any amount for the deficiency in the service
rendered by the bidder.

Page 27 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

7. Execution of Work
7.1

Acceptance of Tender and Withdrawals


The final acceptance of the tender is entirely vested with ELCOT who reserves
the right to accept or reject any or all of the tenders in full or in parts without
assigning any reason whatsoever. The Tender Accepting Authority may also
reject all the tenders for reasons such as change in Scope, Specification, lack of
anticipated financial resources, court orders, calamities or any other unforeseen
circumstances. After acceptance of the Tender by ELCOT, the Successful Bidder
shall have no right to withdraw their tender or claim higher price.

7.2

Letter of Acceptance (LOA)


After acceptance of the Tender by ELCOT, a Letter of Acceptance (LOA) will be
issued to the Successful Bidder by ELCOT.

7.3

Payment of Security Deposit (SD)


The successful Bidder will be required to remit a Security Deposit (SD) equivalent
to five percent of the value of the order, inclusive of EMD by way of Demand
Draft payable at Chennai or in the form of unconditional irrevocable Bank
Guarantee valid for a period equivalent to the service delivery period from the
date of acceptance of the tender on receipt of confirmation from ELCOT. The SD
shall be paid within 15 days from the date of issue Letter of Acceptance
(LOA) by ELCOT. The SD furnished by the Successful Bidder in respect of the
tender will be returned to them after successful fulfilment of work. The Security
Deposit will be refunded to the Successful Bidder only after successful
completion of the Purchase Order. The Security Deposit held by ELCOT till it is
refunded to the Successful Bidder will not earn any interest thereof.
The Security Deposit will be forfeited if the Successful Bidder withdraws the Bid
during the period of Bid validity specified in the Tender or if the Bidder fails to
sign the contract

Page 28 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

7.4

Execution of Contract
a)

The Successful Bidder should execute a Contract in the INR 20 nonjudicial Stamp Paper bought in Tamil Nadu only in the name of the Bidder
within 10 days from the date of Letter of Acceptance issued by
ELCOT with such changes/modifications as may be indicated by ELCOT
at the time of execution on receipt of confirmation from ELCOT.

b)

The Successful Bidder shall not assign or make over the contract, the
benefit or burden thereof to any other person or persons or body
corporate for the execution of the contract or any part thereof without the
prior written consent of ELCOT. ELCOT reserves its right to cancel the
purchase order either in part or full, if this condition is violated. If the
Successful Bidder fails to execute the agreement, the SD of the
Successful Bidder will be forfeited and their tender will be held as nonresponsive.

c)

The expenses incidental to the execution of the agreement should be


borne by the Successful Bidder.

d)

The conditions stipulated in the agreement should be strictly adhered to


and violation of any of the conditions will entail termination of the contract
without prejudice to the rights of ELCOT and ELCOT also have the right
to recover any consequential losses from the Successful Bidder.

7.5

Release of Work Order


After execution of the Contract and payment of Security Deposit, Firm Work
Order for Consultancy services for Design, Network architecture, finalization of
RFP for selection of operator for TNSWAN Phase 3 operations and consultancy
services for the entire contract period of TNSWAN Phase 3 will be issued to the
Successful Bidder by ELCOT.

Page 29 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

7.6

Refund of EMD
The EMD amount paid by the Successful Bidder(s) will be adjusted towards
Security Deposit payable by them. If the Successful Bidder submits Security
Deposit for the stipulated value in full by way of Bank Guarantee, the EMD will be
refunded. The EMD amount of the Unsuccessful Bidders will be refunded after
finalisation and issue of Firm Purchase Order to the Successful Bidder.

7.7

Release of SD
The Security Deposit will be refunded to the Successful Bidder on completion of
entire Scope of Services subject to satisfaction of ELCOT.

7.8

Forfeiture of EMD and SD


a)

If the successful Bidder fails to act according to the tender conditions or


backs out, after the tender has been accepted, the EMD will be forfeited
to ELCOT.

b)

If the Successful Bidder fails to remit the SD, the EMD remitted by him will
be forfeited to ELCOT and the tender will be held void.

c)

If the Successful Bidder fails to act up on to the tender conditions or backs


out from the contract, the SD mentioned above will also be forfeited by
ELCOT.

7.9

Termination of Contract

7.9.1 Termination for default


a)

ELCOT may without prejudice to any other remedy for breach of contract,
by written notice of default with a notice period of 7 days, sent to the
Successful Bidder, terminate the contract in whole or part, (i) if the
Successful Bidder fails to deliver any or all of the goods / services within
the time period(s) specified in the Contract, or fails to supply the items as
per the Delivery Schedule or within any extension thereof granted by
ELCOT; or (ii) if the Successful Bidder fails to perform any of the
obligation(s) under the contract; or (iii) if the Successful Bidder, in the
judgement of ELCOT, has engaged in fraudulent and corrupt practices in
competing for or in executing the Contract.
Page 30 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

b)

In the event ELCOT terminates the Contract in whole or in part, ELCOT


may procure, upon terms and in such manner as it deems appropriate,
the goods and / or services similar to those and delivered and the
Successful Bidder shall be liable to ELCOT for any additional costs for
such similar goods. However, the Successful Bidder shall continue the
performance of the contract to the extent not terminated.

7.9.2 Termination for Insolvency


ELCOT may at any time terminate the Contract by giving written notice with a
notice period of 7 days to the Successful Bidder, if the Successful Bidder
becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Successful Bidder, provided that such termination
will not prejudice or affect any right of action or remedy that has accrued or will
accrue thereafter to ELCOT.
7.9.3 Termination for Convenience
ELCOT may by written notice, with a notice period of seven days sent to the
Successful Bidder, terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for
ELCOTs convenience, the extent to which performance of work under the
Contract is terminated, and the date upon which such termination becomes
effective. On termination, the successful Bidder is not entitled to any
compensation whatsoever.

7.10 Execution of Work Order


The Successful Bidder should nominate and intimate ELCOT, an Account
Manager for Single Point of Contact (SPOC), who should be responsible for
effective delivery of work complying with all the terms and conditions. The
Successful Bidder should ensure that the Account Manager fully familiarises with
the Tender Conditions, Scope of Work and deliverables.

Page 31 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

7.11 Assigning of Tender whole or in part


The successful Bidder shall not assign or make over the contract, the benefit or
burden thereof to any other person or persons or body corporate. The Bidder
should not under-let or sublet to any person(s) or body corporate for the
execution of the contract or any part thereof without the written consent of
ELCOT.

7.12 Liquidated Damages (LD)


A penalty will be levied at the rate specified in the Agreement Format for nonfulfilment of delivery schedule subject to the force Majeure conditions. Even If the
work is not completed in full beyond this period, such performance may entail
termination of contract and black listing of the Bidder from participating in any of
the ELCOT's Tenders. This alone will not relieve the Bidder and the difference in
cost of the items purchased through other technically qualified Bidders or any
other alternative sources will be recovered from the successful Bidder.

7.13 Penalty for Non-Fulfilment of Tender


A penalty will be levied at the rate specified in the Agreement Format in the event
of non-fulfilment or non-observance of any of the conditions stipulated in the
Agreement, Terms and Conditions and Work Order.

7.14 Other Conditions


a)

The final decision would be based on the technical capacity and pricing of
the Bidder. ELCOT does not bind itself in selecting the bidder offering
lowest prices.

b)

ELCOT reserves the right not to accept lowest price, to reject any or all
the tenders without assigning any reason, to relax or waive any of the
conditions stipulated in the terms and conditions of tender as deemed
necessary in the best interest of ELCOT for good and sufficient reasons.

Page 32 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

7.15 Arbitration and Jurisdiction


(a) In case of any dispute, the matter will be referred to a Sole Arbitrator to be
appointed by the Managing Director of ELCOT in accordance with the "Arbitration
and Conciliation Act 1996". The arbitration shall be held in Chennai, India and
the language English only.
(b) Subject to the above, the Courts at Chennai alone only shall have jurisdiction
in the matter.

7.16 Other Documents to be provided:


1. Copy of ESI Registration or necessary Exemption Letter for ESI Registration
should be submitted.
2. Copy of EPF Registration or necessary Exemption Letter for ESI Registration
should be submitted.

Page 33 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

8. Scope of Work
8.1 Scope Overview
The state of TamilNadu is at the forefront of IT penetration in the country, with
multiple projects working in parallel towards the successful deployment of IT based
services to Government departments, easing citizen interactions with these departments
and increasing transparency in the functioning of Government systems.

Tamil Nadu State Wide Area Network (TNSWAN) has commenced its First phase
five year BOOT operation from 1.12.2007 and expired on 30.11.2012. Second phase of
the project for the operation & maintenance of TNSWAN for further period of three years
has commenced from 09.09.2013 and it is getting expired on 08.09.2016

This tender calls for bids, to select the TNSWAN consultant for TNSWAN phase -3
operations

Page 34 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

8.2 Scope of Work TNSWAN Phase 3 consultant


The scope of CONSULTANT has the following two parts.
PART 1
(a)

The CONSULTANT is expected to study the existing TNSWAN and


carry out strategic and basic planning, Customer requirement study,
Design of Network Architecture, Design of Business model, various
Technology options with recommendations, Freezing of Technical
specifications and budgetary estimate, preparation of tender and
submission of a detailed comprehensive report for establishing a new
TNSWAN connectivity based on the latest technologies and
requirements of the departments. The current gaps to be identified and
the same is to be addressed accordingly in the proposed system. Also
the supervision of the implementation and acceptance testing of the
complete networks which will be installed and maintained by the
TNSWAN Operating Agency.

(b)

Monitoring and Auditing of the existing TNSWAN Network till the date
of commencement of phase- 3 operations: A full time resource has to
be deployed at ELCOT, Perungudi for Periodical monitoring of SLA
reports on daily basis and quarterly basis and same has to be
submitted to ELCOT.

PART 2
The CONSULTANT has to do the monitoring and auditing of the complete
network to be installed and maintained by the TNSWAN operating Agency.
1 .TERMS OF REFERENCE
The terms of reference for the consultancy shall be the following:
PART 1
a) Customer Requirement Study (CRS), Preparation of the report and
submission of the same for approval.
b) Design of Network Architecture and submission of the same for approval.
c) Design of suitable Business Model and financing patterns for execution of
the project and submission of the same for approval.
d) Freezing of the Technical specifications for the required Hardware and
Software, budgetary estimate of the project and submission of the same
for approval
Page 35 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

e) Preparation of the Tender document to be floated to select a firm for


implementation of the project and submission of the same for approval.
f) To assist the tender committee constituted by ELCOT in tender evaluation
and selection of the vendor.
g) Supervision of the installation and testing of the network to be
implemented by the TNSWAN Operating Agency.
h) Acceptance test to be carried out before commissioning the network for
actual use.
PART 2
a) The commissioned network should be monitored (24 X 7) using
appropriate technology by the TNSWAN Operating Agency.
The
CONSULTANT has to clarify the monitoring reports of TNSWAN Operating
Agency on a daily basis.
b) Auditing the network utility and submission of recommendations for
improvements on quarterly basis.
c) Proactive monitoring and auditing of hardware and software deployed in
the network and timely recommendations for up gradation and fine tuning
of configuration are to be provided on quarterly basis.
d) Suitable recommendations/inputs for any queries or request from the
departments regarding TNSWAN connectivity are to be provided as and
when required.
2. SCOPE OF WORK FOR CONSULTANT
Against the above background, the CONSULTANT is required to
discharge the following responsibilities for implementation of TNSWAN phase 3
operations for Tamil Nadu Government.
PART 1
I.CUSTOMER REQUIREMENT STUDY (CRS)
The CONSULTANT should first arrive at a strategic and basic planning to carry
out CRS. Detailed study of the connectivity requirement (both Vertical and
Horizontal) of the Government at State Headquarters, District and Taluk / Block
level is to be carried out. This need gathering of information through discussions
and visit to the actual locations.
II.DESIGN OF NETWORK ARCHITECTURE
Page 36 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

The CONSULTANT shall analyze the Network requirements in terms of


connectivity requirement, Bandwidth required, availability requirements,
Scalability & flexibility requirements, security requirements and Performance
requirement. CRS report will be used as the input to this phase.
The Salient features of the proposed network are:
- The network shall be based on latest available Technology.
- The network shall be based on open Interfaces and standards to ensure
interoperability.
- The network shall utilize vendor-neutral products and shall support multi
networking protocols.
- The design of the network should be such that it should seamlessly
integrate with any other network infrastructure deemed necessary by
ELCOT/GoTN/GoI. The Consultant shall accordingly plan for the sale
- The network shall provide secure links with sufficient speed and bandwidth
to allow the exchange of information among the Government Departments.
- The network should strive for five nines availability that is 99.999%
uptime for strategic network resources.
- The network should strive to support all the users in the area of Network
management, problem management and technical support. It should have
central monitoring system to monitor the status of the network 24 hours a
day, 7 days a week (24X7) for both Vertical and Horizontal.
- The network shall incorporate proven security techniques to prevent
unauthorized access to the network, restrict to access information and
systems and secure transmission of information.
- The existing set up and running applications shall be taken into account
while designing the Network Architecture.
- There shall be an integrated numbering/name scheme management for all
the users of the network.
- Network shall have provision for auditing to ensure the utility and security.
- Defined end-to-end Quality of Service (QoS) mechanisms to guarantee no
degradation of service for voice, video or data on the network.
- Comprehensive convergence architecture for voice, Data and Video that is
based on open industry standards.
III.DESIGN OF SUITABLE BUSINESS MODEL
The CONSULTANT shall analyze the broad investment requirement to set up the
Infrastructure and the running cost and possible reduction in the existing
Page 37 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

communication cost of the Government. Based on the analysis, minimum two


best possible Business Models, which would be both beneficial to Government of
Tamil Nadu and the Operating agency, should be suggested by the
CONSULTANT. The suggested Business Model should ensure the Operating
Agency that it is a consistent and sustainable Business model. The report should
cover
a. Advantages and disadvantages of each Business Model
b. Strategy for phased implementation

IV.PREPARATION OF THE TECHNICAL SPECIFICATION FOR THE TENDER


TO BE FLOATED FOR IMPLEMENTING THE NETWORK
For the approved Network Architecture, detailed Technical Specifications
(Both Hardware and Software) should be arrived at. The standards and
specifications should support inter operability of multi vendor products and also
should support multi networking protocols. The specification should meet the
current network requirements and also should support future expansion in
scalability, redundancy, security and manageability perspective. The budgetary
estimate for the tender to be worked out and detailed break up under various
heads to be indicated.
V.PREPARATION FO TENDER DOCUMENT FOR THE TENDER TO BE
FLOATED FOR IMPLEMENTING THE PROJECT
The Tender Document with terms and conditions shall be prepared as two
part bid, based on the approved Network Architecture, Business Model and
Technical Specification.
1.Technical cum Commercial Bid
2.Price bid
VI. ASSISTANCE TO THE TENDER COMMITTEE
The entire tender process will be carried by the tender committee
constituted by ELCOT.
The CONSULTANT should give necessary co-ordination and assistance
by appointing a suitable senior level representative to the tender committee
constituted by ELCOT in the evaluation of the technical cum commercial bids and
the price bids so that the selection of the vendor is done professionally.
VII. SUPERVISION OF INSTALLATION AND TESTING OF THE NETWORK
The CONSULTANT shall carryout the supervision work in coordination
with TNSWAN Operating Agency, implementing agency (ELCOT) and the
Page 38 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Government to ensure timely installation and proper testing of the Network


from a centralized place. On-site supervision shall have to be carried out
at all locations.
Designing the suitable formats for the status report shall be carried out by
the CONSULTANT and approval should be obtained for the format.
Submission of periodical reports in the approved format.
VIII. ACCEPTANCE TESTING
Acceptance testing for an installed networks / links should be carried out
immediately after the installation at all locations.
Suitable formats for acceptance tests should be designed and approval for
the formats should be obtained.
Submission of the acceptance tests results in the approved formats.

PART 2
I. MONITORING
Centralised monitoring centre will be set up by the TNSWAN Operating
Agency to monitor (24 X 7) the entire State Wide Network from a single
point. The monitoring activity shall be supervised by the CONSULTANT
during the General Shift hours to ensure 99.999% up time for strategic
network resources by employing qualified personnel to do regular
supervision to ensure the same.
Suitable report formats shall be designed and same shall be submitted for
approval.
Traffic shall be monitored and necessary instructions may be given to the
TNSWAN Operating Agency so that the actual requirements is met by the
network at any point of time with a copy to ELCOT.
II. AUDITING
A Methodology shall be worked out for auditing.
Suitable audit formats shall be designed and the same shall be submitted
for approval.
The network shall be audited for effective utilization / expansion and
modification and the quaterly reports shall be submitted.

Page 39 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

3. METHODOLOGY
The methodology that will be adopted to carry out the following work should be
clearly spelt out.
PART-1
1. Customer requirement study.
2. Design of Network Architecture.
3. Design of Business Model.
4. Preparation of technical specifications.
5. Preparation of Tender document with terms and conditions.
6. Supervision of the implementation of the network.
7. Acceptance test of the network.
The questionnaire to be developed for CRS is to be vetted by ELCOT.
PART 2
1. Supervision by the CONSULTANT on the Monitoring activities of the Operating
agency.
2. Auditing for effective utilization of the network.
4. REPORT REQUIREMENT
The following stage wise documents / reports shall be prepared and submitted for
approval.
PART 1
1. CRS Report.
2. Network Architecture along with the Business models.
3. Technical Specifications (Hardware and Software) with budgetary estimate and
submission of DPR.
4. Tender Document with terms and conditions.
5. Periodic Status report of the network under implementation in approved
Format.
6. Acceptance test results of the network in the approved format.
PART 2
1. Periodic Monitoring reports of the network in all aspects in the approved
format.
2. Periodic Audit Reports of the network in all aspects in the approved format.
Note: Any other work not listed but necessary to arrive at and also to run
the State of Art TNSWAN, shall be indicated with complete details in the
Technical cum Commercial Bid.

Page 40 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

8.3 Manpower and Service Requirements


i)

Eight years experience with PMP certified/ equivalent in Project


Management as Project Manager to act as the Single-Point-of-Contact for
ELCOT for taking responsibility and to ensure organized services delivery.

ii)

Against the Part 2 Scope of the consultant, at least three certified full time
resource for the project, (Security support 1, Router & Switch support 1,
NMS support 1) who have clear understanding and familiarisation of WAN
networks architectures in India, IT Infrastructure in TamilNadu, the various
IT initiatives of the state and relevant certifications.

iii)

The resources against Part 1 and Part 2 Consultant Tender scope to be


stationed at ELCOT premises.

iv)

The consultants must be supported by relevant subject matter experts


from various domains, including Networking, Security, Servers, Storage,
Services, Non-IT Infrastructure.

Page 41 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

9. Project Timeline, SLA and Penalties


The project is expected to be completed along the following timelines. The
following table lists the expected dates for completion of the individual activities and the
penalties associated with the non-adherence to the timeline.

DELIVERY SCHEDULE:
S.NO Description of the work
1.
2.

4.

Delivery
Schedule
Submission of draft CRS Report D+3 Weeks
Submission of Draft Network D+5 Weeks
Architecture, Business Models
and various Technology options
with recommendations
Submission of draft Technical D+7 Weeks
Specifications with budgetary
estimate , Terms of Reference,
Tender and Detailed Project
Report (DPR)
Submission of Final Report
D+9 Weeks

Approval By
ELCOT/GOVT
D+4 Weeks
D+6 Weeks

D+8 Weeks

D+12 Weeks

D= Date of commencement of consultant of consultancy work = Date of letter of


acceptance + 1week.
SUBMISSION OF REPORTS:
The submission of Reports should be made strictly in accordance with the Terms
Of Reference and scope of work in the Tender Document and should get necessary
approval from ELCOT. The reports should be submitted as per the delivery schedule in
the Tender Document. If the delivery is not effected as per tender, ELCOT has the right
to cancel the order and to take any such action which will be deemed fit in such
circumstances.

Page 42 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

10. Payment Clause


The price shall be quoted lump sum inclusive of all expenses
(including out of pocket expenses etc.) and net of all taxes.
The payment terms for Part-1 shall be as follows. Payment will be
made only after the receipts of funds from Govt. of TN.

25% after submission of draft CRS Report, Network Architecture and


Business Model. (10 hard copies +2 soft copies in CD)
25% after submission of draft Technical specification with budgetary
estimate, DPR, Tender with terms and conditions (10 hard copies + 2 soft
copies in CD).
20% after acceptance of the final report (20 hard copies + soft copies in
CD) by ELCOT and GOVT. of Tamil Nadu.
20% after implementation and acceptance of the network.
The balance 10% will be retained for a period of 12 months from the date
of commissioning of the network. Alternatively, if the CONSULTANT gives
an irrevocable bank guarantee valid for a period of 13 months from the
date of commissioning of the network in lieu of the balance 10%, ELCOT
shall reserve the right to accept the same and release the 10% payment
on behalf of Government of Tamil Nadu.

The payment terms for Part-2 shall be as follows. Payment will be


made only after the receipts of funds from Govt. of TN.

Quarterly payment as per the contract, to be finalized.


No other payment term is acceptable.

LIQUIDATED DAMAGES FOR NON FULFILLMENT OF PURCHASE


ORDER:
Penalty will be levied at the rate of 0.25% per calendar day on the
total contract price subject to a maximum of 10%, if the work has not been
completed in full within the stipulated delivery period subject to force
majeure conditions. Besides, such performance may entail black listing of
the CONSULTANT.

Page 43 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

PENALTY FOR NON-FULFILLMENT OF CONDITIONS:


The successful tenderer agrees that in the event of non-fullfillment
or non observance of any of the conditions stipulated in the Agreement,
conditions of engagement and work order, the successful tenderer shall
pay as penalty an amount equivalent to 10 (ten) percent of total value of
contract or an amount equal to the actual loss incurred by Government
whichever is higher.

11. Exit Clause


1. Handover of project assets in softcopy and hardcopy format. The artefacts
should be clearly titled, indexed and its significance indicated.
2. Master document in both softcopy and hardcopy format that lists all assets
handed over to ELCOT with description of each and its significance.
3. Knowledge transfer to Project e-Mission Management Team (PeMT) listing
the learning, best practices followed, challenges faced (both managerial and
technical), and improvements suggested.
4. On successful completion of the contract period, the contract can be further
extended on mutual agreement basis without any upward revision of rates /
contract amount but with improved terms and conditions. In case of contract
being terminated, the Successful Bidder / contractor will be relieved from the
responsibilities only after acquiring all the deliverables created by the
Successful Bidder under this contract. However ELCOT reserves the right to
either terminate or extend the contract which will be decided at the time of
successful completion of initial contract period.

Page 44 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Appendix-1 Model Form of Contract


(To be executed on aRs.20/- Stamp paper by the successful tenderer)
This Contract entered into this ..day of ..2016 at Chennai between
Electronics Corporation of Tamil Nadu Limited, a wholly owned Government of Tamil
nadu Undertaking, registered under the Companies Act 1956 and having its Registered
Office at 2nd Floor, MHU Complex, 692, Anna salai, Nandanam, Chennai-600035, acting
for and on behalf of and representing Information Technology Department, Government
of Tamil Nadu being the service recipient hereinafter referred to as ELCOT (Which
expression shall unless repugnant to the context or meaning thereof include its
successors and assigns) of the First part and ___________________________ the
______________________ (hereinafter referred to as the CONSULTANT (Which
expression shall unless repugnant to the context or meaning thereof include its
successors and assigns) of the Second part.
Whereas ELCOT has invited a tender for the appointment of a CONSULTANT for
providing Consultancy and Monitoring & auditing services for setting up and running
Tamil Nadu State Wide Area Network (TNSWAN) and the CONSULTANT herein has
been selected in the Tender for execution of the work as detailed in the Tender
Documents.
Whereas ELCOT and the CONSULTANT, in pursuance thereof have arrived at
the following terms and conditions:
1. This Contract shall remain in force during the Contract period of ______years
commencing from the date of signing of this Contract. Either party may terminate
this contract where the other party is in material breach of the terms and
conditions of this contract and the party in breach fails to remedy that breach on
14 days written notice. Termination of this contract by either party will not relieve
either party of its liability as mutually agreed.
2. The CONSULTANT agrees to undertake the study and submit the report as per
the Delivery Schedule specified in the tender document within the stipulated
period prescribed by ELCOT at an all inclusive rate of Rs.______/- (Rupees
only). This rate is firm and is not subject to enhancement during the contract
period.
3. All taxes and other levies imposed by Governments in India will be paid at actual
as applicable.
4. The Contract or any part share of interest in it, shall not be transferred or
assigned by the CONSULTANT directly or indirectly to any person or persons
whomsoever without the prior written consent of ELCOT.

Page 45 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

5. Neither ELCOT nor the CONSULTANT shall be liable to the other for any delay
or failure in the performance of their respective obligations due to causes,
contingencies beyond their reasonable control such as:
(a) Natural phenomena including but not limited to earthquakes, floods
and epidemics.
(b) Acts of any Government authority domestic or foreign including but not
limited to war declared, or undeclared.
(c) Accidents or disruptions including, but not limited to fire and
explosions.
6. The tender document (Ref. No: ELCOT/IT-INFRA/TNSWAN PH-3 / OT / 32929 /
Consultant / 2016-17 dated xx.07.2016) along with the enclosures, the offer
submitted by the CONSULTANT, the negotiated and finalized terms and
conditions and the Consultancy Work order respectively will form part of this
contract. Wherever the offer conditions furnished by the CONSULTANT are at
variance with conditions of this contract or conditions stipulated in the tender
document, the latter shall prevail over the offer conditions furnished by the
CONSULTANT.
7. Unless otherwise provided in the Contract any notice, request, consent or other
communication given or required to be given hereunder shall be given by mailing
the same by registered mail, postage prepaid, return receipt requested in the
case of the CONSULTANT to ELCOT at the address set forth above or with other
addresses and to the attentions of such other person or persons as may
hereafter be designated by like notice hereunder and any such notice sent by
post shall be deemed to have been served on the date when in the ordinary
course of post, it would have been delivered at the address to which it was sent.
8. Any notice to the CONSULTANT given or required to be given hereunder shall be
given by either
(a) Mailing the same by registered mail, postage prepaid, return receipt requested; or
(b) Having the same delivered by courier with receipt acknowledged at the address
set forth above or with other addresses and to the attentions of such other person
or persons as may hereafter be designated by like notice hereunder and any
such notice shall be deemed to have been served if sent by post on the date
when in the ordinary course of post, it would have been delivered at the
addresses to which it was sent or it delivered by courier on the date of
acknowledgement of receipt.
1. In case of breach of any of the conditions of the contract by the CONSULTANT
during the contract period ELCOT reserves the right to recover costs/liabilities
arising directly due to such breach from the CONSULTANT. The total liability,
Page 46 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

however arising, of the CONSULTANT under the contract is limited to that


amount payable to the CONSULTANT by ELCOT under the contract.
2. If any dispute and/or difference shall at any time arise between the parties to this
agreement or any clause or their respective rights, claims or liabilities hereunder
or otherwise, however, in relation to or arising out of or concerning this
agreement, such dispute and/or differences shall be referred to arbitration by two
arbitrators, one to be appointed by each party and in the event of arbitrators
differing, to an umpire to be appointed by the said two arbitrators before entering
upon the reference. The Arbitration and Conciliation Act, 1996 as amended from
time to time shall apply.
3. All disputes in this regard shall be subject to Chennai jurisdiction only.

9)

PAYMENT TERMS:

a) The payment terms for Part-1 shall be as follows. Payment will be made only
after the receipts of funds from Govt. of TN.
25% after submission of draft CRS Report, Network Architecture and Business
Model. (10 hard copies +2 soft copies in CD)
25% after submission of draft Technical specification with budgetary estimate,
Tender with terms and conditions (10 hard copies + 2 soft copies in CD).
20% after acceptance of the final report (20 hard copies + soft copies in CD) by
ELCOT and GOVT. of Tamil Nadu.
20% after implementation and acceptance of the network.
The balance 10% will be retained for a period of 12 months from the date of
commissioning of the network. Alternatively, if the CONSULTANT gives an
irrevocable bank guarantee valid for a period of 13 months from the date of
commissioning of the network in lieu of the balance 10%, ELCOT shall reserve
the right to accept the same and release the 10% payment on behalf of
Government of Tamil Nadu.
The payment terms for Part-2 shall be as follows. Payment will be made
only after the receipts of funds from Govt. of TN.
Quarterly payment as per the contract, to be finalized.
No other payment term is acceptable.

Page 47 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

b)

Bills will be honoured within 7 working days after submission of bills along with all
supporting documents in complete shape. The successful Bidder should file
relevant invoices online using the web based network maintenance software in
operation at ELCOT.

c)

The Successful Bidder hereby agrees to get the refund of incentive, excise duty
and proportionate sales tax from concerned authorities and pass it on to Enduser Department(s) if the Government or any other appropriate agency reduces
the Excise duty or Sales tax or give incentive of any type retrospectively after
supplying the Ordered items failing which action will be taken to recover the
balance amount from the Successful Bidder under the Revenue Recovery Act or
any other relevant act.

d)

Penalty amount if any, will be adjusted in the payment due to the Bidder.

e)

All taxes and other levies imposed by Governments in India will be paid at actual
as applicable.

10. The Successful Bidder agrees that in the event of non-fulfillment or nonobservance of

any

of

the

conditions

stipulated

in

the

contract, the

Successful Bidder shall pay as penalty an amount equivalent to 10% of


total value of contract or an amount equal to the actual loss incurred
by the

End-user Department (s)

whichever

is

higher

subject

to the

condition that the loss amount would not exceed the value of the goods
supplied.

11. The contract or any part share of interest in it is not be transferred or


assigned by the successful Bidder directly or indirectly to any person or
persons

whomsoever

without

the

written

consent

of the

End-user

Department(s).

12.

Neither the End-user Department(s)/ELCOT nor the Successful Bidder shall be


liable to the other for any delay or failure in the performance of

their

respective obligations due to causes or contingencies beyond their reasonable


Page 48 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

control such as
I)

Natural phenomena including but not limited to earthquakes, floods


and epidemics.

ii)

Acts of any Government authority domestic or foreign including but


not limited to war declared or undeclared, priorities and quarantine
restrictions.

Iii)

Accidents or disruptions including, but not limited to fire, explosions,


break down of essential machinery or equipment, power and water
shortages.

13.

The following document shall be deemed to form and be read and constructed as

part of this Contract.


a) Technical Specifications
b) Tender Terms and Conditions
c) Amendments issued by ELCOT for the Tender document
d) Corrigendum / Clarifications issued by ELCOT for the Tender Document
e) Detailed final offer of the Successful Bidder
f) Work Order(s) issued by ELCOT from time to time
g) Correspondence made by ELCOT to the Successful Bidder from time to time
during

the period of the contract.

Wherever the offer conditions furnished by the Successful Bidder are at variance
with conditions of this contract or conditions stipulated in the work order, the latter
shall prevail over the offer conditions furnished by the Successful Bidder.

14. (a) Unless otherwise provided in the agreement, any notice, request, consent or
other communication given or required to be given hereunder shall be given by
mailing the same by registered mail, postage prepaid, return receipt requested in
the case of the Successful Bidder to the End-user Department(s) at their
respective addresses and set forth above or with other addresses and to the
attention of such other person or persons as may hereafter be designated by like
notice hereunder and any such notice sent by post shall be deemed to have been
Page 49 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

served on the date when in the ordinary course of post, it would have been
delivered at the address to which it was sent.
(b) Any notice to the Successful

Bidder

shall be deemed to be sufficiently

served, if given or left in writing at their usual or last known place of abode or
business.
15.

Termination of Contract

15.1

Termination for default

a)

ELCOT may without prejudice to any other remedy for breach of contract, by
written notice of default with a notice period of seven days, sent to the Successful
Bidder, terminate the contract in whole or part, (i) if the Successful Bidder fails to
deliver any or all of the goods within the time period(s) specified in the Contract,
or fails to supply the items as per the Delivery Schedule or within any extension
thereof granted by ELCOT; or (ii) if the Successful Bidder fails perform any of the
obligation(s) under the contract; or (iii) if the Successful Bidder, in the judgement
of ELCOT, has engaged in fraudulent and corrupt practices in competing for or in
executing the Contract.

b)

In the event ELCOT terminates the Contract in whole or in part, ELCOT may
procure, upon terms and in such manner as it deems appropriate, the goods and
services similar to those and delivered and the Successful Bidder shall be liable
to ELCOT for any additional costs for such similar goods. However, the
Successful Bidder shall continue the performance of the contract to the extent not
terminated.

15.2

Termination for Insolvency


ELCOT may at any time terminate the Contract by giving written notice with a
notice period of 7 days to the Successful Bidder, if the Successful Bidder
becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the Successful Bidder, provided that such termination
will not prejudice or affect any right of action or remedy that has accrued or will
accrue thereafter to ELCOT.

Page 50 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

15.3

Termination for Convenience


ELCOT may by written notice, with a notice period of seven days sent to the
Successful Bidder, may terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify that termination is for
ELCOTs convenience, the extent to which performance of work under the
Contract is terminated, and the date upon which such termination becomes
effective. On termination, the successful Bidder is not entitled to any
compensation whatsoever.

16.

Arbitration Clause:Except as otherwise provided elsewhere in the contract, if any dispute, difference,
question or disagreement arises between the parties hereto or their respective
representatives or assignees, at any time in connection with construction,
meaning, operation, effect, interpretation or out of the contract or breach thereof,
the same shall be decided by Sole Arbitrator to be appointed by the Managing
Director of ELCOT.
If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, another Arbitrator shall be appointed by the
Managing Director of ELCOT. The Arbitrator so appointed shall proceed with the
reference from the stage, where his predecessor had left if both parties consent
for the same, otherwise, he shall proceed de novo.
It is a term of the contract that the party invoking arbitration shall specify all
disputes to be referred to arbitration at the time of invocation of arbitration and not
thereafter.
It is also a term of the contract that neither party to the contract shall be entitled to
seek interest and the arbitrator should not grant interest.
The Arbitral Tribunal shall give reasoned award and the same shall be final,
conclusive and binding on the parties.
The venue of the arbitration shall be Chennai and language English.
The fees of the Arbitrator and expenses incidental to the arbitration proceedings
shall be borne equally by the parties.

Page 51 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act,


1996 and any statutory modifications or re-enactment in lieu thereof shall apply to
the arbitration proceedings under this Clause.
Subject to the above, the Courts at Chennai alone shall have jurisdiction in the
matter.
In Witness whereof the parties hereto have signed on the day, month and year
above written in the presence of
For and or behalf of
Electronics Corporation of
Tamil Nadu Limited

For and on behalf of


Successful Bidder

Witnesses:

Witnesses:

1.

1.

2.

2.

Page 52 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Appendix-2 Bank Guarantee Format


(To be executed in Rs.100/- Stamp Paper)
To
The Managing Director
Electronics Corporation of Tamil Nadu Limited
MHU Complex II Floor
692 Anna Salai, Nandanam
Chennai - 600035
Bank Guarantee No:
Amount of Guarantee:
Guarantee covers from:
Last date for lodgement of claim:
This Deed of Guarantee executed by .. (Banker's Name & Address)
having our Head Office at ..(address) (hereinafter referred to as the
Bank) in favour of The Managing Director, Electronics Corporation of Tamil Nadu
Limited, MHU Complex II Floor, 692 Anna Salai, Nandanam, Chennai - 600035
(hereinafter referred to as the Beneficiary) for an amount not exceeding Rs._______/(Rupees ________ Only) as per the request of M/s. ______ having its office address at
___________ (hereinafter referred to as Supplier) against Letter of Acceptance
reference ___________ dated __/__/____ of M/s. Electronics Corporation of Tamil Nadu
Limited. This guarantee is issued subject to the condition that the liability of the Bank
under this guarantee is limited to a maximum Rs._______/- (Rupees ________ Only)
and the guarantee shall remain in full force up to ___ months from the date of Bank
Guarantee and cannot be invoked otherwise by a written demand or claim by the
beneficiary under the Guarantee served on the Bank before ___ months from the date of
Bank Guarantee.
AND WHEREAS it has been stipulated by you in the said ORDER that the
Supplier shall furnish you with a Bank Guarantee by a Scheduled/Nationalised Bank for
the sum specified therein as security for compliance with the Contractors performance
obligations for a period in accordance with the contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee.
Page 53 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

THEREFORE, we (Bankers address)., hereby affirm that we are


Guarantors and responsible to you on behalf of the Supplier

up to a total of

Rs._______/- (Rupees ________ Only) and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the contract and without any
demur, cavil or argument, any sum or sums within the limit of Rs._______/- (Rupees
________ Only) as aforesaid, without your needing to prove or show grounds or reasons
for your demand or the sum specified therein. We will pay the guaranteed amount
notwithstanding any objection or dispute whatsoever raised by the Supplier.
This Guarantee is valid until _______ months from the date of Bank Guarantee.
Notwithstanding, anything contained herein
Our liability under this guarantee shall not be exceeding Rs._______/- (Rupees
________ Only). This bank guarantee shall be valid up to __ months from the date of
Bank Guarantee and we are liable to pay the guaranteed amount or any part thereof
under this Bank Guarantee only and only if you serve upon us a written claim or demand
on or before ____________
In witness whereof the Bank, through its authorised Officer, has set its, hand and
stamp on this _________________________. at ____________.

Witness:
(Name in Block Letters)

(Signature)

Page 54 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Appendix-3 Format for Clarifications / Amendments


FORMAT FOR
QUERIES ON TENDER CONDITIONS AND TECHNICAL SPECIFICATIONS
FOR COMMERCIAL CONDITIONS:
S

Page Clause

Title of the Description of the

Amendment

Reasons for

No

Clause

requested

requesting

No

Clause as per
Tender Document

amendment

FOR TECHNICAL SPECIFICATIONS:

Page 55 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Pag Produc Item

Existing

Specification as Parameter

t Code Name

No.

Technical

Amendment

Reasons

requested

for

per Tender

as per

requesting

Document

Tender

the

Document

amendmen
t

Appendix-4 List of TNSWAN PoPs


List of District HeadQuarters, Taluk Headquarters, Revenue Divisional
Offices and Block Offices.

District

Site Name

S.No

DHQ/RD/TH

CHENNAI

CHENNAI

CHENNAI

Egmore - Nungambakkam - C I

DHQ
THQ

CHENNAI

Fort - Tondiarpet - C I

THQ

CHENNAI

Mambalam - Guindy - C I

THQ

CHENNAI

Mylapore - Triplicane - C I

THQ

CHENNAI

Perambur - Purasawakkam -C I

THQ

CHENNAI-Man

DPI

MAN POP

CHENNAI-Man

Kuralagam

MAN POP

CHENNAI-Man

Ezhilagam

MAN POP

10

CHENNAI-Man

Secretariat

MAN POP

11

CHENNAI-Man

Nanthanam

MAN POP

12

CHENNAI-Man

DMS

MAN POP

13

CHENNAI-SPC

Raj Bhavan

Special Offices

Page 56 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
14

CHENNAI-SPC

DGP Office

Special Offices

15

CHENNAI-SPC

O/o Commissioner of Police

Special Offices

16

CHENNAI-SPC

Corporation of Chennai

Special Offices

17

CHENNAI-SPC

Pnagal Maligai

Special Offices

18

CHENNAI-State Centre

State Centre

Sate Centre

19

COIMBATORE

COIMBATORE

20

COIMBATORE

Anaimalai - C I

DHQ
BDO

21

COIMBATORE

Annur - C I

BDO

22

COIMBATORE

Avinashi - C II

THQ

23

COIMBATORE

Avinashi - C III *--CIII

BDO

24

COIMBATORE

Coimbatore (DRDA)- C III

RDO

25

COIMBATORE

Coimbatore (North) - C II

THQ

26

COIMBATORE

Coimbatore (South) - C III

THQ

27

COIMBATORE

Gudimangalam - C I

BDO

28

COIMBATORE

Karamadai - C I

BDO

29

COIMBATORE

Kinathukadavu - C I

BDO

30

COIMBATORE

Madathukulam - C I

BDO

31

COIMBATORE

Madukarai - C I

BDO

32

COIMBATORE

Mettupalayam - C I

THQ

33

COIMBATORE

Palladam - C II

THQ

34

COIMBATORE

Palladam - C III

BDO

35

COIMBATORE

Periyanaickanpalayam - C I

BDO

36

COIMBATORE

Pollachi - C II

THQ

37

COIMBATORE

Pollachi - C III *

RDO

COIMBATORE

Pollachi (North) - C III BDO diverted to


camp office

Camp Office

39

COIMBATORE

Pollachi (South) - C III

BDO

40

COIMBATORE

Pongalur - C I

BDO

41

COIMBATORE

Sarcarsamakulam - C I

BDO

42

COIMBATORE

Sulthanpet - C I

BDO

43

COIMBATORE

Sulur - C I

BDO

44

COIMBATORE

Thondamuthur - C I

BDO

45

COIMBATORE

Tiruppur - C II

THQ

46

COIMBATORE

Tiruppur - C III *

BDO

47

COIMBATORE

Tiruppur - C IV

RDO

48

COIMBATORE

Udumalpet - C II

THQ

49

COIMBATORE

Udumalpet - C III

BDO

50

COIMBATORE

Valparai - C I

THQ

38

Page 57 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
51

CUDDALORE

CUDDALORE

52

CUDDALORE

Annagramam - C I

DHQ
BDO

53

CUDDALORE

Chidambaram - C II

THQ

54

CUDDALORE

Chidambaram - C III

RDO

55

CUDDALORE

Cuddalore - C II

THQ

56

CUDDALORE

Cuddalore - C III

RDO

57

CUDDALORE

Cuddalore - C III

BDO

58

CUDDALORE

Kammapuram - C I

BDO

CUDDALORE

Kattumannarkoil - C III THQ diverted to


camp office

Camp Office

60

CUDDALORE

Kattumannarkoil - C I

BDO

61

CUDDALORE

Keerapalayam - C III

BDO

62

CUDDALORE

Komaratchi C I

BDO

63

CUDDALORE

Kurinjipadi - C I

BDO

64

CUDDALORE

Mangalur - C I

BDO

65

CUDDALORE

Mel - Bhuvanagiri - C I

BDO

66

CUDDALORE

Nallur - C I

BDO

67

CUDDALORE

Panruti - C II

THQ

68

CUDDALORE

Panruti - C III

BDO

69

CUDDALORE

Parangipettai - C I

BDO

70

CUDDALORE

Titakudi - C I

THQ

71

CUDDALORE

Vridhachalam - C II

BDO

72

CUDDALORE

Virudhachalam - C III

THQ

73

CUDDALORE

Vridhachalam - C III

RDO

74

DHARMAPURI

DHARMAPURI

75

DHARMAPURI

Dharmapuri - C II

DHQ
THQ

76

DHARMAPURI

Dharmapuri - C III

RDO

DHARMAPURI

Dharmapuri - C III BDO diverted to camp


office

Camp Office

78

DHARMAPURI

Harur - C II

THQ

79

DHARMAPURI

Harur - C III

BDO

80

DHARMAPURI

Karimangalam - C I

BDO

81

DHARMAPURI

Morappur - C I

BDO

82

DHARMAPURI

Nallampalli - C I

BDO

83

DHARMAPURI

Palacode - C II

THQ

84

DHARMAPURI

Palacode - C III

BDO

85

DHARMAPURI

Pappireddipatti - C II

THQ

86

DHARMAPURI

Pappireddipatti - C III

BDO

59

77

Page 58 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
87

DHARMAPURI

Pennagaram - C II

THQ

88

DHARMAPURI

Pennagaram- C III

BDO

89

DINDIGUL

DINDIGUL

90

DINDIGUL

Athoor - C I*

DHQ
THQ

91

DINDIGUL

Athoor - C I

BDO

92

DINDIGUL

Batlagndu - C I

BDO

93

DINDIGUL

Dindigul - C II

THQ

94

DINDIGUL

Dindigul - C III

RDO

95

DINDIGUL

Dindigul - C III

BDO

96

DINDIGUL

Guziliamparai - C I

BDO

97

DINDIGUL

Kodaikanal - C II

THQ

98

DINDIGUL

Kodaikanal - C III

RDO

99

DINDIGUL

Kodaikanal - C III

BDO

100

DINDIGUL

Natham - C II

THQ

101

DINDIGUL

Natham - C III

BDO

102

DINDIGUL

Nilakottai - C II

THQ

103

DINDIGUL

Nilakottai - C III

BDO

104

DINDIGUL

Oddanchatram - C II

THQ

105

DINDIGUL

Oddanchatram - C III

BDO

106

DINDIGUL

Palani - C II

THQ

107

DINDIGUL

Palani - C III *

RDO

DINDIGUL

Palani - C III * BDO diverted to camp


office

Camp Office

109

DINDIGUL

Reddiarchatram - C I

BDO

110

DINDIGUL

Shanarpatti - C I

BDO

111

DINDIGUL

Thoppampatti - C I

BDO

112

DINDIGUL

Vadamadurai - C I

BDO

113

DINDIGUL

Vedasandur - C II

THQ

114

DINDIGUL

Vedasandur - C III

BDO

115

ERODE

ERODE

116

ERODE

Ammapettai - C I

DHQ
BDO

117

ERODE

Anthiyur - C I

BDO

118

ERODE

Bhavani - C II

THQ

119

ERODE

Bhavani - C III

BDO

120

ERODE

Bhavanisagar - C I

BDO

121

ERODE

Chennimalai - C I

BDO

122

ERODE

Dharapuram - C II

THQ

123

ERODE

Dharapuram - C III

RDO

108

Page 59 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
124

ERODE

Dharapuram - C III

BDO

125

ERODE

Erode - C II

THQ

126

ERODE

Erode - C III

RDO

127

ERODE

Erode - C III

BDO

128

ERODE

Gobichettipalayam - C II

THQ

129

ERODE

Gobichettipalayam - C III

RDO

ERODE

Gobichettipalayam - C III BDO diverted to


camp office

Camp Office

131

ERODE

Kangeyam - C II

THQ

132

ERODE

Kangeyam - C III

BDO

133

ERODE

Kodumudi - C I

BDO

134

ERODE

Kundadam - C I

BDO

135

ERODE

Modakkurichi - C I

BDO

136

ERODE

Mulanur - C I

BDO

137

ERODE

Nambiyur - C I

BDO

138

ERODE

Perundurai - C II

THQ

139

ERODE

Perundurai - C III

BDO

140

ERODE

Sathyamangalam - C II

THQ

141

ERODE

Sathyamangalam - C III

BDO

142

ERODE

T.N.Palayam - C I

BDO

143

ERODE

Talavadi - C I

BDO

144

ERODE

Uthukuli - C I

BDO

145

ERODE

Vellakovil - C I

BDO

146

KANCHEEPURAM

KANCHEEPURAM

147

KANCHEEPURAM

Acharapakkam - C I

DHQ
BDO

148

KANCHEEPURAM

Chengalpattu - C III

RDO

149

KANCHEEPURAM

Chengalpattu - C II

THQ

150

KANCHEEPURAM

Cheyyur - C I

THQ

151

KANCHEEPURAM

Chithamur - C I

BDO

152

KANCHEEPURAM

Kancheepuram - C I

THQ

153

KANCHEEPURAM

Kancheepuram - C I

BDO

KANCHEEPURAM

Kancheepuram - C III RDO diverted to


camp office

Camp Office

155

KANCHEEPURAM

Kattankolathur - C I

BDO

156

KANCHEEPURAM

Kundrathur - C I

BDO

157

KANCHEEPURAM

Lathur - C I

BDO

158

KANCHEEPURAM

Madhurantakam - C II

THQ

159

KANCHEEPURAM

Madhurantakam - C III

RDO

130

154

Page 60 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
160

KANCHEEPURAM

Madhurantakam - C III

BDO

161

KANCHEEPURAM

Sriperumbudur - C II

THQ

162

KANCHEEPURAM

Sriperumbudur - C III

BDO

163

KANCHEEPURAM

St. Thomas Mount & Pallavaram- C I

BDO

164

KANCHEEPURAM

Tambaram - C I

THQ

165

KANCHEEPURAM

Thiruporur - C I

BDO

166

KANCHEEPURAM

Tirukalukundram - C II

THQ

167

KANCHEEPURAM

Tirukalukundram - C III

BDO

168

KANCHEEPURAM

Uthiramerur - C III

BDO

169

KANCHEEPURAM

Uthiramerur - CII

THQ

170

KANCHEEPURAM

Walajabad - C I

BDO

171

KANYAKUMARI

KANYAKUMARI

172

KANYAKUMARI

Agastheeswaram - C I

DHQ
THQ

173

KANYAKUMARI

Agastheeswaram - C I

BDO

174

KANYAKUMARI

Kalkulam - C II

THQ

175

KANYAKUMARI

Killiyoor - C I

BDO

176

KANYAKUMARI

Kuruthencode - C I

BDO

177

KANYAKUMARI

Melpuram - C III

BDO

178

KANYAKUMARI

Munchirai - C I

BDO

179

KANYAKUMARI

Nagercoil - C IV

RDO

180

KANYAKUMARI

Padmanabhapuram - C III

RDO

181

KANYAKUMARI

Rajakamangalam - C I

BDO

182

KANYAKUMARI

Thiruvattar - C I

BDO

KANYAKUMARI

Thovalai - C III BDO diverted to camp


office

Camp Office

KANYAKUMARI

Thovalai - C II

THQ

185

KANYAKUMARI

Thuckalai - C I

BDO

186

KANYAKUMARI

Vilavancode - C II

THQ

187

KARUR

KARUR

188

KARUR

Aravakurichi - C II

DHQ
THQ

189

KARUR

Aravakurichi - C III

BDO

190

KARUR

K.Paramathy - C I

BDO

191

KARUR

Kadavur - C I

BDO

192

KARUR

Karur - C I

RDO

193

KARUR

Karur - C I

BDO

194

KARUR

Karur - C II

THQ

195

KARUR

Krishnarayapuram - C I

THQ

196

KARUR

Krishnarayapuram - CIII

BDO

183
184

Page 61 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
KARUR

Kulithalai - C III

RDO

KARUR

Kulithalai - C III THQ diverted to camp


office

Camp Office

199

KARUR

Kulithalai - C II

BDO

200

KARUR

Thanthoni - C I

BDO

201

KARUR

Thogamalai - C I

BDO

202

KRISHNAGIRI

KRISHNAGIRI

203

KRISHNAGIRI

Bargur - C I

DHQ
BDO

204

KRISHNAGIRI

Denkanikottai - C I

THQ

205

KRISHNAGIRI

Hosur - C II

THQ

206

KRISHNAGIRI

Hosur - C III

RDO

207

KRISHNAGIRI

Hosur -C IV

BDO

208

KRISHNAGIRI

Kaveripattinam - C I

BDO

209

KRISHNAGIRI

Kelamangalam - C I

BDO

KRISHNAGIRI

Krishnagiri - C III THQ diverted to camp


office

Camp Office

KRISHNAGIRI

Krishnagiri - C I -CIII* --- CIII

BDO

212

KRISHNAGIRI

Krishnagiri - C IV

RDO

213

KRISHNAGIRI

Mathur - C I

BDO

214

KRISHNAGIRI

Pochampalli - C I

THQ

215

KRISHNAGIRI

Shoolagiri - C I

BDO

216

KRISHNAGIRI

Thally - C I

BDO

217

KRISHNAGIRI

Uthangarai - C II

THQ

218

KRISHNAGIRI

Uthangarai - C III

BDO

219

KRISHNAGIRI

Veppanapalli - C I

BDO

220

MADURAI

MADURAI

221

MADURAI

Alanganallur - C I

DHQ
BDO

222

MADURAI

Chellampatti - C I

BDO

223

MADURAI

Kallikudi - C I

BDO

224

MADURAI

Kottampatti - C I

BDO

225

MADURAI

Madurai - C IV

RDO

226

MADURAI

Madurai (East) - C III(DRDA)

BDO

MADURAI

Madurai (North) - C III THQ diverted to


camp office

Camp Office

228

MADURAI

Madurai (South) - C III *

THQ

229

MADURAI

Madurai (West) - C II

BDO

230

MADURAI

Melur - C II

THQ

231

MADURAI

Melur - CIII

BDO

197
198

210
211

227

Page 62 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
232

MADURAI

Peraiyur - C I

THQ

233

MADURAI

Sedapatti - C I

BDO

234

MADURAI

T Kallupatti - C I

BDO

235

MADURAI

Thirumangalam - C II

THQ

236

MADURAI

Thirumangalam - C III

BDO

237

MADURAI

Thirupparankundram - C I

BDO

238

MADURAI

Usilampatti - C II

THQ

239

MADURAI

Usilampatti - C III

RDO

240

MADURAI

Usilampatti - C III

BDO

241

MADURAI

Vadipatti - C II

THQ

242

MADURAI

Vadipatti - C III

BDO

243

NAGAPATTINAM

NAGAPATTINAM

244

NAGAPATTINAM

Keelaiyur - C I

DHQ
BDO

245

NAGAPATTINAM

Kilvelur - C II

THQ

246

NAGAPATTINAM

Kilvelur - C III

BDO

247

NAGAPATTINAM

Kollidam - C I

BDO

248

NAGAPATTINAM

Kuttalam -C I

BDO

249

NAGAPATTINAM

Mayiladuthurai - C II

THQ

250

NAGAPATTINAM

Mayiladuthurai - C III

RDO

251

NAGAPATTINAM

Mayiladuthurai - C IV

BDO

252

NAGAPATTINAM

Nagapattinam - C II

THQ

253

NAGAPATTINAM

Nagapattinam - C III

BDO

254

NAGAPATTINAM

Nagapattinam - C III

RDO

NAGAPATTINAM

Sirkali - CIII BDO diverted to camp office

Camp Office

NAGAPATTINAM

Sembanarkoil - C I

BDO

257

NAGAPATTINAM

Sirkali - C II

THQ

258

NAGAPATTINAM

Thalainayar - C I

BDO

259

NAGAPATTINAM

Tharangampadi -C I

THQ

260

NAGAPATTINAM

Thirukkuvalai - C I

THQ

261

NAGAPATTINAM

Tirumarungal - C I

BDO

262

NAGAPATTINAM

Vedaranyam - C II

THQ

263

NAGAPATTINAM

Vedaranyam - C III

BDO

264

NAMAKKAL

NAMAKKAL

265

NAMAKKAL

Elachipalayam - C I

DHQ
BDO

266

NAMAKKAL

Erumapatti - C I

BDO

267

NAMAKKAL

Kabilarmalai - C I

BDO

268

NAMAKKAL

Kooli Hills - C I

BDO

255
256

Page 63 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
269

NAMAKKAL

Mallasamudram - C I

BDO

270

NAMAKKAL

Mohanur - C I

BDO

271

NAMAKKAL

Namagiripettai - C I

BDO

272

NAMAKKAL

Namakkal - C II

THQ

273

NAMAKKAL

Namakkal - C III*

RDO

274

NAMAKKAL

Namakkal - C IV

BDO

275

NAMAKKAL

Pallipalayam - C I

BDO

276

NAMAKKAL

Paramathi - C III

BDO

277

NAMAKKAL

Paramathy - Velur- C II

THQ

278

NAMAKKAL

Puduchathiram - C I

BDO

279

NAMAKKAL

Rasipuram - C II

THQ

280

NAMAKKAL

Rasipuram - C III

BDO

281

NAMAKKAL

Sendamangalam -CI

BDO

282

NAMAKKAL

Thiruchengode - C II

THQ

NAMAKKAL

Thiruchengode - C III RDO diverted to


camp office

Camp Office

284

NAMAKKAL

Thiruchengode - C IV

BDO

285

NAMAKKAL

Vennandur - C I

BDO

286

PERAMBALUR

PERAMBALUR

287

PERAMBALUR

Alathur - C I

DHQ
BDO

288

PERAMBALUR

Andimadam - C I

BDO

289

PERAMBALUR

Ariyalur - C III *

RDO

290

PERAMBALUR

Ariyalur - C II

THQ

291

PERAMBALUR

Ariyalur - C III

BDO

292

PERAMBALUR

Jayamkondam - C II

BDO

293

PERAMBALUR

Kunnam - C I

THQ

PERAMBALUR

Perambalur - C I

BDO

PERAMBALUR

Perambalur - C III THQ diverted to camp


office

Camp Office

296

PERAMBALUR

Perambalur - C II

RDO

297

PERAMBALUR

Sendurai - C II

THQ

298

PERAMBALUR

Sendurai - C III

BDO

299

PERAMBALUR

T. Palur - C I

BDO

300

PERAMBALUR

Thirumanur - C I

BDO

301

PERAMBALUR

Udayarpalayam - C I

RDO

302

PERAMBALUR

Udayarpalayam - C III

THQ

303

PERAMBALUR

Veppanthattai - C II

THQ

304

PERAMBALUR

Veppanthattai - C III *

BDO

283

294

295

Page 64 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
305

PERAMBALUR

Veppur - C I

BDO

306

PUDUKKOTTAI

PUDUKKOTTAI

307

PUDUKKOTTAI

Alangudi - C I

DHQ
THQ

308

PUDUKKOTTAI

Annavasal - C I

BDO

309

PUDUKKOTTAI

Aranthangi - C II

THQ

310

PUDUKKOTTAI

Aranthangi - C III

RDO

311

PUDUKKOTTAI

Aranthangi - C III

BDO

312

PUDUKKOTTAI

Arimalam - C I

BDO

313

PUDUKKOTTAI

Avudaiyarkoil - C II

THQ

314

PUDUKKOTTAI

Avudaiyarkoil - C III

BDO

315

PUDUKKOTTAI

Gandarvakottai - C II

THQ

316

PUDUKKOTTAI

Gandarvakottai - C III

BDO

317

PUDUKKOTTAI

Illuppur - C III

THQ

318

PUDUKKOTTAI

Karambakudi - C I

BDO

319

PUDUKKOTTAI

Kulathur - C I

THQ

320

PUDUKKOTTAI

Kunnandarkoil - C I

BDO

321

PUDUKKOTTAI

Manamelkudi - C II -- C3* -- CII

THQ

322

PUDUKKOTTAI

Manamelkudi - C III * ---CII--- CIII*

BDO

323

PUDUKKOTTAI

Ponnamaravathi - C I

BDO

324

PUDUKKOTTAI

Pudukkottai - C III*

RDO

325

PUDUKKOTTAI

Pudukkottai - C II

BDO

PUDUKKOTTAI

Pudukottai - C III THQ diverted to camp


office

Camp Office

327

PUDUKKOTTAI

Thirumayam - C II

THQ

328

PUDUKKOTTAI

Thirumayam - C III

BDO

329

PUDUKKOTTAI

Thiruvarankulam - C I

BDO

330

PUDUKKOTTAI

Viralimalai - C I

BDO

331

RAMANATHAPURAM

RAMANATHAPURAM

332

RAMANATHAPURAM

Bogalur - C I

DHQ
BDO

333

RAMANATHAPURAM

Kadaladi - C II

THQ

334

RAMANATHAPURAM

Kadaladi - C III

BDO

335

RAMANATHAPURAM

Kamuthi - C II

THQ

RAMANATHAPURAM

Kamuthi - C III BDO diverted to camp


office

Camp Office

337

RAMANATHAPURAM

Mandapam - C I

BDO

338

RAMANATHAPURAM

Mudukulathur - C II

THQ

339

RAMANATHAPURAM

Mudukulathur - C III

BDO

340

RAMANATHAPURAM

Nainarkoil - CI

BDO

326

336

Page 65 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
341

RAMANATHAPURAM

Paramakudi - C II

THQ

342

RAMANATHAPURAM

Paramakudi - C III

RDO

343

RAMANATHAPURAM

Paramakudi - C III

BDO

344

RAMANATHAPURAM

Ramanathapuram - C II

THQ

345

RAMANATHAPURAM

Ramanathapuram - C III

BDO

346

RAMANATHAPURAM

Ramanathapuram - C III *

RDO

347

RAMANATHAPURAM

Rameswaram - C I

THQ

348

RAMANATHAPURAM

RS Mangalam - C I

BDO

349

RAMANATHAPURAM

Thirupullani - C I

BDO

350

RAMANATHAPURAM

Thiruvadanai - C II

THQ

351

RAMANATHAPURAM

Thiruvadanai - C III

BDO

352

SALEM

SALEM

353

SALEM

Attur C- III *

DHQ
BDO

354

SALEM

Attur C- III

RDO

355

SALEM

Attur C-II

THQ

356

SALEM

Ayothiapattinam C - I

BDO

357

SALEM

Gangavalli C- III

BDO

358

SALEM

Gangavalli C-II

THQ

359

SALEM

Idappadi C-II

THQ

360

SALEM

Idappadi C-III

BDO

361

SALEM

Kadayampatti C - I

BDO

362

SALEM

Kolathur C - I

BDO

363

SALEM

Konganapuram C - I

BDO

364

SALEM

McDonald Choultry C - I

BDO

365

SALEM

Mecheri C - I

BDO

366

SALEM

Mettur C-II

THQ

367

SALEM

Mettur C-III

RDO

368

SALEM

Nangavalli C - I

BDO

369

SALEM

Omalur C- III

BDO

370

SALEM

Omalur C-II

THQ

371

SALEM

Panamarathupatty C - I

BDO

372

SALEM

Peddanaickenpalayam C - I

BDO

373

SALEM

Salem C - II

THQ

374

SALEM

Salem C - III

BDO

SALEM

Salem C- III RDO diverted to camp office

Camp Office

376

SALEM

Sangagiri C- III

RDO

377

SALEM

Sangagiri C- III

BDO

375

Page 66 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
378

SALEM

Sangagiri C-II

THQ

379

SALEM

Thalaivasal C - I

BDO

380

SALEM

Tharamangalam C - I

BDO

381

SALEM

Valapady C - III

BDO

382

SALEM

Valapady C-II

THQ

383

SALEM

Veerapandy C - I

BDO

384

SALEM

Yercaud C- III

BDO

385

SALEM

Yercaud C-II

THQ

386

SIVAGANGA

SIVAGANGA

387

SIVAGANGA

Devakottai - C II

DHQ
THQ

SIVAGANGA

Devakottai - C III RDO diverted to camp


office

Camp Office

389

SIVAGANGA

Devakottai - C III

BDO

390

SIVAGANGA

Ilayankudi - C II

THQ

391

SIVAGANGA

Ilayankudi - C III

BDO

392

SIVAGANGA

Kalayarkoil - C I

BDO

393

SIVAGANGA

Kallal - C I

BDO

394

SIVAGANGA

Kannankudi - C I

BDO

395

SIVAGANGA

Karaikudi - C I

THQ

396

SIVAGANGA

Manamadurai - C II

THQ

397

SIVAGANGA

Manamadurai - C III

BDO

398

SIVAGANGA

S Pudur - C I

BDO

399

SIVAGANGA

Sakkottai - C I

BDO

400

SIVAGANGA

Singampunari - C I

BDO

401

SIVAGANGA

Sivaganga - C II

THQ

402

SIVAGANGA

Sivaganga - C III

RDO

403

SIVAGANGA

Sivaganga - C III

BDO

404

SIVAGANGA

Tirupathur - C II

THQ

405

SIVAGANGA

Tirupathur - C III

BDO

406

SIVAGANGA

Tiruppuvanam - C I

BDO

407

THANJAVUR

THANJAVUR

408

THANJAVUR

Ammapet - C I

DHQ
BDO

409

THANJAVUR

Budalur - C I

BDO

410

THANJAVUR

Kumbakonam - C III*

RDO

THANJAVUR

Kumbakonam - C III THQ diverted to


camp office

Camp Office

412

THANJAVUR

Kumbakonam - C II

BDO

413

THANJAVUR

Madukkur - C I

BDO

388

411

Page 67 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
414

THANJAVUR

Orathanadu - C II

THQ

415

THANJAVUR

Orathanadu - C III

BDO

416

THANJAVUR

Papanasam - C II

THQ

417

THANJAVUR

Papanasam - C III*

BDO

418

THANJAVUR

Pattukottai - C I

BDO

419

THANJAVUR

Pattukottai - C II

THQ

420

THANJAVUR

Pattukottai - C III

RDO

421

THANJAVUR

Peravurani - C I

BDO

422

THANJAVUR

Peravurani - C II

THQ

423

THANJAVUR

Sethubavachatram - C III

BDO

424

THANJAVUR

Thanjavur - C II

RDO

425

THANJAVUR

Thanjavur - C III

THQ

426

THANJAVUR

Thanjavur - C III

BDO

427

THANJAVUR

Thiruppanandal - C I

BDO

428

THANJAVUR

Thiruvaiyaru - C II

THQ

429

THANJAVUR

Thiruvaiyaru - C III

BDO

430

THANJAVUR

Thiruvidaimarudur - C II

THQ

431

THANJAVUR

Thiruvidaimarudur - C III

BDO

432

THANJAVUR

Thiruvonam - C I

BDO

433

THE NILGIRIS

THE NILGIRIS

DHQ

THE NILGIRIS

Coonoor - C III THQ diverted to camp


office

Camp Office

435

THE NILGIRIS

Coonoor - C II

BDO

436

THE NILGIRIS

Coonoor - C IV

RDO

437

THE NILGIRIS

Gudalur - C II

THQ

438

THE NILGIRIS

Gudalur - C III

RDO

439

THE NILGIRIS

Gudalur - C III

BDO

440

THE NILGIRIS

Kotagiri - C II

THQ

441

THE NILGIRIS

Kotagiri - C III

BDO

442

THE NILGIRIS

Kundah - C I

THQ

443

THE NILGIRIS

Panthalur - C I

THQ

444

THE NILGIRIS

Udagamandalam - C III

THQ

445

THE NILGIRIS

Udagamandalam - C III

BDO

446

THENI

THENI

447

THENI

Andipatti - C II

DHQ
THQ

448

THENI

Andipatti - C III

BDO

449

THENI

Bodinaickanur - C II

THQ

450

THENI

Bodinaickanur - C III

BDO

434

Page 68 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
451

THENI

Chinnamannur - C I

BDO

452

THENI

Cumbum - C I

BDO

453

THENI

K Mayiladumparai - C I

BDO

454

THENI

Periyakulam - C II

THQ

455

THENI

Periyakulam - C III

RDO

456

THENI

Periyakulam - C III

BDO

457

THENI

Theni - C II

THQ

458

THENI

Theni - C III

BDO

459

THENI

Uthamapalayam - C II

THQ

460

THENI

Uthamapalayam - C III

RDO

THENI

Uthamapalayam - C III BDO diverted to


camp office

Camp Office

462

THIRUVANNAMALAI

THIRUVANNAMALAI

463

THIRUVANNAMALAI

Anakavur - C III

DHQ
BDO

464

THIRUVANNAMALAI

Arani - C II

THQ

465

THIRUVANNAMALAI

Arani - C III

BDO

466

THIRUVANNAMALAI

Chengam - C II

THQ

467

THIRUVANNAMALAI

Chengam - C III

BDO

468

THIRUVANNAMALAI

Chetpet - C I

BDO

469

THIRUVANNAMALAI

Cheyyar - C II

THQ

470

THIRUVANNAMALAI

Cheyyar - C III

RDO

471

THIRUVANNAMALAI

Cheyyar - C III

BDO

472

THIRUVANNAMALAI

Jawathu Hills - C I

BDO

473

THIRUVANNAMALAI

Kalasapakkam - C I

BDO

474

THIRUVANNAMALAI

Keelpennathur - C I

BDO

475

THIRUVANNAMALAI

Peranamallur - C I

BDO

476

THIRUVANNAMALAI

Polur - C II

THQ

477

THIRUVANNAMALAI

Polur C III

BDO

478

THIRUVANNAMALAI

Pudupalayam - C I

BDO

479

THIRUVANNAMALAI

Thandarampet - C III

THQ

480

THIRUVANNAMALAI

Thandarampet - C I

BDO

481

THIRUVANNAMALAI

Thellar - C I

BDO

482

THIRUVANNAMALAI

Thiruvannamalai - C II

THQ

483

THIRUVANNAMALAI

Thiruvannamalai - C III

RDO

THIRUVANNAMALAI

Thiruvannamalai - C III BDO diverted to


camp office

Camp Office

485

THIRUVANNAMALAI

Thurinjapuram - C I

BDO

486

THIRUVANNAMALAI

Vandavasi - C II

THQ

461

484

Page 69 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
487

THIRUVANNAMALAI

Vandavasi - C III

BDO

488

THIRUVANNAMALAI

Vembakkam - C I

BDO

489

THIRUVANNAMALAI

West Arani - C III

BDO

490

THIRUVARUR

THIRUVARUR

491

THIRUVARUR

Koradacheri - C I

DHQ
BDO

492

THIRUVARUR

Kottur - C I

BDO

493

THIRUVARUR

Kudavasal - C II

THQ

494

THIRUVARUR

Kudavasal - C III

BDO

495

THIRUVARUR

Mannargudi - C II

THQ

496

THIRUVARUR

Mannargudi - C III

RDO

497

THIRUVARUR

Mannargudi - C III

BDO

498

THIRUVARUR

Muthupettai - C I

BDO

499

THIRUVARUR

Nannilam - C II

THQ

500

THIRUVARUR

Nannilam - C III

BDO

501

THIRUVARUR

Needamangalam - C II

THQ

502

THIRUVARUR

Needamangalam - C III

BDO

503

THIRUVARUR

Thiruthuraipoondi - C II

THQ

504

THIRUVARUR

Thiruthuraipoondi - C III

BDO

505

THIRUVARUR

Thiruvarur - C II

THQ

506

THIRUVARUR

Thiruvarur - C III

RDO

507

THIRUVARUR

Thiruvarur - C III

BDO

508

THIRUVARUR

Valangaiman - C II

THQ

THIRUVARUR

Valangaiman - CIII BDO diverted to camp


office

Camp Office

510

THOOTHUKUDI

THOOTHUKUDI

511

THOOTHUKUDI

Alwarthirunagari - C I

DHQ
BDO

512

THOOTHUKUDI

Ettayapuram - C I

THQ

513

THOOTHUKUDI

Karunkulam - C I

BDO

514

THOOTHUKUDI

Kayattar - C I

BDO

515

THOOTHUKUDI

Kovilpatti - C II

THQ

516

THOOTHUKUDI

Kovilpatti - C III

RDO

517

THOOTHUKUDI

Kovilpatti - C III

BDO

518

THOOTHUKUDI

Ottapidaram - C II

THQ

519

THOOTHUKUDI

Ottapidaram - C III

BDO

520

THOOTHUKUDI

Pudur - C I

BDO

521

THOOTHUKUDI

Sathankulam - C II

THQ

522

THOOTHUKUDI

Sathankulam - C III

BDO

523

THOOTHUKUDI

Srivaikundam - C II

THQ

509

Page 70 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
524

THOOTHUKUDI

Srivaikundam - C III

BDO

525

THOOTHUKUDI

Thoothukudi - C I

BDO

526

THOOTHUKUDI

Thoothukudi - C II

THQ

527

THOOTHUKUDI

Thoothukudi - C III

RDO

528

THOOTHUKUDI

Tiruchendur - C II

THQ

529

THOOTHUKUDI

Tiruchendur - C III

RDO

530

THOOTHUKUDI

Tiruchendur - C III

BDO

531

THOOTHUKUDI

Udangudi - C I

BDO

532

THOOTHUKUDI

Vilathikulam - C II

THQ

533

THOOTHUKUDI

Vilathikulam - C III

BDO

534

TIRUCHIRAPALLI

TIRUCHIRAPALLI

535

TIRUCHIRAPALLI

Andanallur - C I

DHQ
BDO

536

TIRUCHIRAPALLI

Lalgudi - C II

THQ

537

TIRUCHIRAPALLI

Lalgudi - C III

RDO

538

TIRUCHIRAPALLI

Lalgudi - C III

BDO

539

TIRUCHIRAPALLI

Manachanallur - C II

THQ

540

TIRUCHIRAPALLI

Manachanallur - C III

BDO

541

TIRUCHIRAPALLI

Manapparai - C II

THQ

542

TIRUCHIRAPALLI

Manapparai - C III

BDO

543

TIRUCHIRAPALLI

Manigandam - C I

BDO

544

TIRUCHIRAPALLI

Marungapuri - C I

BDO

545

TIRUCHIRAPALLI

Musiri - C III

RDO

546

TIRUCHIRAPALLI

Musiri - C III

BDO

547

TIRUCHIRAPALLI

Musiri - CII

THQ

548

TIRUCHIRAPALLI

Pullambadi - C I

BDO

549

TIRUCHIRAPALLI

Srirangam - C I

THQ

550

TIRUCHIRAPALLI

Thathiyengarpet - C I

BDO

551

TIRUCHIRAPALLI

Thottiyam - C II

THQ

552

TIRUCHIRAPALLI

Thottiyam - C III

BDO

553

TIRUCHIRAPALLI

Thuraiyur - C II

THQ

TIRUCHIRAPALLI

Thuraiyur - C III BDO diverted to camp


office

Camp Office

555

TIRUCHIRAPALLI

Tiruchirapalli - C I

RDO

556

TIRUCHIRAPALLI

Tiruchirapalli - C II

THQ

557

TIRUCHIRAPALLI

Tiruverambur - C I

BDO

558

TIRUCHIRAPALLI

Uppiliyapuram - C I

BDO

559

TIRUCHIRAPALLI

Vaiyampettai - C I

BDO

560

TIRUNELVELI

TIRUNELVELI

DHQ

554

Page 71 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
561

TIRUNELVELI

Alangulam - C II

THQ

562

TIRUNELVELI

Alangulam - C III

BDO

563

TIRUNELVELI

Ambasamuthiram - C II

THQ

564

TIRUNELVELI

Ambasamuthiram - C III

BDO

565

TIRUNELVELI

Cheramandevi - C III

RDO

566

TIRUNELVELI

Cheranmahadevi - C II

BDO

567

TIRUNELVELI

Kadayam - C I

BDO

568

TIRUNELVELI

Kadayanallur - C I

BDO

569

TIRUNELVELI

Kalakkadu - C I

BDO

570

TIRUNELVELI

Keelapavoor - C I

BDO

571

TIRUNELVELI

Kuruvikulam - C I

BDO

572

TIRUNELVELI

Manur - C I

BDO

573

TIRUNELVELI

Melaneelithanallur - C I

BDO

574

TIRUNELVELI

Nanguneri - C II

THQ

575

TIRUNELVELI

Nanguneri - C III

BDO

576

TIRUNELVELI

Palayamkottai - C I

BDO

TIRUNELVELI

Palayamkottai - C III THQ diverted to


camp office

Camp Office

578

TIRUNELVELI

Pappakudi - C I

BDO

579

TIRUNELVELI

Radhapuram - C II

THQ

580

TIRUNELVELI

Radhapuram - C III

BDO

581

TIRUNELVELI

Sankarankoil - C II

THQ

582

TIRUNELVELI

Sankarankoil - C III

BDO

583

TIRUNELVELI

Shenkottai - C II

THQ

584

TIRUNELVELI

Shenkottai -C III *

BDO

585

TIRUNELVELI

Sivagiri - C I

THQ

586

TIRUNELVELI

Thenkasi - C II

THQ

587

TIRUNELVELI

Thenkasi - C III

BDO

588

TIRUNELVELI

Thenkasi - C III *

RDO

589

TIRUNELVELI

Tirunelveli - C II

THQ

590

TIRUNELVELI

Tirunelveli - C III *

RDO

591

TIRUNELVELI

Vallioor - C I

BDO

592

TIRUNELVELI

Vasudevanallur- C I

BDO

593

TIRUNELVELI

Veerakeralampudur - C I

THQ

594

TIRUVALLUR

TIRUVALLUR

595

TIRUVALLUR

Ambattur- C II

DHQ
THQ

596

TIRUVALLUR

Ellapuram- C I

BDO

597

TIRUVALLUR

Gummidipoondi- C II

THQ

577

Page 72 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
598

TIRUVALLUR

Gummidipoondi- C III

BDO

599

TIRUVALLUR

Kadambathur-C I

BDO

600

TIRUVALLUR

Minjur-C I

BDO

601

TIRUVALLUR

Pallipattu - C II

THQ

602

TIRUVALLUR

Pallipattu - C III

BDO

603

TIRUVALLUR

Ponneri- C III

RDO

TIRUVALLUR

Ponneri- C II THQ diverted to camp office

Camp Office

605

TIRUVALLUR

Poonamalle- C II

THQ

606

TIRUVALLUR

Poonamalle-C III

BDO

607

TIRUVALLUR

Poondi- C I

BDO

608

TIRUVALLUR

Puzhal- C I

BDO

609

TIRUVALLUR

R.K.Pet- C I

BDO

610

TIRUVALLUR

Sholavaram-C I

BDO

611

TIRUVALLUR

Thiruvalangadu-C I

BDO

612

TIRUVALLUR

Tiruttani- C III

RDO

613

TIRUVALLUR

Tiruttani- C III

BDO

614

TIRUVALLUR

Tiruttani-C II

THQ

615

TIRUVALLUR

Tiruvallur- C II

THQ

616

TIRUVALLUR

Tiruvallur- C III

RDO

617

TIRUVALLUR

Tiruvallur- C III

BDO

618

TIRUVALLUR

Uthukkottai- C I

THQ

619

TIRUVALLUR

Villivakkam- C I

BDO

620

VELLORE

VELLORE

621

VELLORE

Alangayam - C I

DHQ
BDO

622

VELLORE

Anaicut - C I

BDO

623

VELLORE

Arakonam - C II

THQ

624

VELLORE

Arakonam - C III

BDO

625

VELLORE

Arcot - C II

THQ

626

VELLORE

Arcot - C III

BDO

627

VELLORE

Gudiyatham - C II

THQ

628

VELLORE

Gudiyatham - C III

BDO

629

VELLORE

Jolarpet - C I

BDO

630

VELLORE

K.V.Kuppam - C I

BDO

631

VELLORE

Kandili - C I

BDO

632

VELLORE

Kaniyambadi - C I

BDO

633

VELLORE

Katpadi - C II

THQ

634

VELLORE

Katpadi - C III

BDO

604

Page 73 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
635

VELLORE

Kaveripakkam - C I

BDO

636

VELLORE

Madhanur - C I

BDO

637

VELLORE

Natrampalli - C I

BDO

638

VELLORE

Nemili - C I

BDO

639

VELLORE

Pernambut - C I

BDO

640

VELLORE

Ranipettai - C I

RDO

641

VELLORE

Sholingur - C I

BDO

642

VELLORE

Thimiri - C I

BDO

643

VELLORE

Tirupattur - C II

THQ

644

VELLORE

Tirupattur - C III

RDO

645

VELLORE

Tirupattur - C III

BDO

646

VELLORE

Vaniyampadi - C I

THQ

647

VELLORE

Vellore - C II

THQ

648

VELLORE

Vellore - C III

BDO

VELLORE

Vellore - C III RDO diverted to camp


office

Camp Office

650

VELLORE

Walajah - C II

THQ

651

VELLORE

Wallajahpet - C III

BDO

652

VILLUPURAM

VILLUPURAM

653

VILLUPURAM

Chinnasalem - C I

DHQ
BDO

654

VILLUPURAM

Gingee - C II

THQ

655

VILLUPURAM

Gingee - C IV

BDO

656

VILLUPURAM

Kallakurichi - C II

THQ

657

VILLUPURAM

Kallakurichi - C III

BDO

658

VILLUPURAM

Kallakurichi - C IV

RDO

659

VILLUPURAM

Kalrayan Hills - C I

BDO

660

VILLUPURAM

Kanai - C I

BDO

661

VILLUPURAM

Kandamangalam - C I

BDO

662

VILLUPURAM

Kolianur - C I

BDO

663

VILLUPURAM

Mailam - C I

BDO

664

VILLUPURAM

Marakanam - C I

BDO

665

VILLUPURAM

Melmalaiyanur - C I

BDO

666

VILLUPURAM

Mugaiyur - C I

BDO

667

VILLUPURAM

Olakur - C I

BDO

668

VILLUPURAM

Rishivandhiyam - C I

BDO

669

VILLUPURAM

Sankarapuram - C II

THQ

670

VILLUPURAM

Sankarapuram - C III

BDO

671

VILLUPURAM

Thindivanam - C II

THQ

649

Page 74 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
672

VILLUPURAM

Thindivanam - C III

RDO

673

VILLUPURAM

Thirukoilur - C II

THQ

674

VILLUPURAM

Thirukoilur - C III

RDO

675

VILLUPURAM

Thirukoilur - C III

BDO

676

VILLUPURAM

Thirunavalur - C I

BDO

677

VILLUPURAM

Thiruvennainallur - C I

BDO

678

VILLUPURAM

Thiyagadurgam - C I

BDO

679

VILLUPURAM

Ulundurpet - C II

THQ

680

VILLUPURAM

Ulundurpet - C III

BDO

681

VILLUPURAM

Vallam - C I

BDO

682

VILLUPURAM

Vanur - C II

THQ

683

VILLUPURAM

Vanur - C III

BDO

684

VILLUPURAM

Vikravandi - C I

BDO

VILLUPURAM

Villupuram - C III RDO diverted to camp


office

Camp Office

686

VILLUPURAM

Villupuram - C IV

THQ

687

VIRIDHUNAGAR

VIRIDHUNAGAR

688

VIRIDHUNAGAR

Aruppukottai - C II

DHQ
THQ

VIRIDHUNAGAR

Aruppukottai - C III BDO diverted to


camp office

Camp Office

690

VIRIDHUNAGAR

Aruppukottai - C III *

RDO

691

VIRIDHUNAGAR

Kariapattai - C III *

BDO

692

VIRIDHUNAGAR

Kariapattai CII

THQ

693

VIRIDHUNAGAR

Narikudi - C I

BDO

694

VIRIDHUNAGAR

Rajapalayam - C II

THQ

695

VIRIDHUNAGAR

Rajapalayam - C III

BDO

696

VIRIDHUNAGAR

Sathur - C II

THQ

697

VIRIDHUNAGAR

Sathur - C III

BDO

698

VIRIDHUNAGAR

Sivakasi - C II

THQ

699

VIRIDHUNAGAR

Sivakasi - C III

RDO

700

VIRIDHUNAGAR

Sivakasi - C III *

BDO

701

VIRIDHUNAGAR

Srivilliputhur - C II

THQ

702

VIRIDHUNAGAR

Srivilliputhur - C III

BDO

703

VIRIDHUNAGAR

Thiruchuzhi - C I

BDO

704

VIRIDHUNAGAR

Tiruchuli - C II

THQ

705

VIRIDHUNAGAR

Vembakottai - C I

BDO

706

VIRIDHUNAGAR

Virudhunagar - C I

BDO

707

VIRIDHUNAGAR

Virudhunagar - C II

THQ

685

689

Page 75 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
708

VIRIDHUNAGAR

Newly Created POPs


S.No
Disctrict

Watrap - C I

BDO

Location

THQ/RDO/BDO

Trichy

Marungapuri

THQ

Trichy

Trichy [East]

THQ

Tiruppur

Tiruppur [south]

THQ

Tiruppur

Uthukkuli

THQ

Kanyakumari

Thovalai

BDO

Villupuram

Vikravandi

THQ

Villupuram

Chinnaselam

THQ

Dindigul

Palani

BDO

Dharmapuri

Harur

RDO

10

Namakkal

Tiruchengode

RDO

11

Trichy

Srirangam

RDO

12

Coimbatore

Perur

THQ

13

Coimbatore

Madukkarai

THQ

14

Vellore

Anaikatti

THQ

15

Coimbatore

Annur

THQ

16

Coimbatore

Kinathukadavu

THQ

17

Chennai

Tondiarpet

THQ

18

Chennai

Ayanavaram

THQ

19

Chennai

Amandhikkarai

THQ

20

Chennai

Velachery

THQ

21

Chennai

Guindy

THQ

22

Chennai

Thiruvottiyur

THQ

23

Dindigul

Dindugul [East]

THQ

24

Erode

Anthiyur

THQ

25

Karur

Manmangalam

THQ

26

Krishnagiri

Krishnagiri

THQ

27

Madurai

Thiruparangundram

THQ

28

Madurai

Madurai [west]

THQ

29

Madurai

Madurai [east]

THQ

30

Namakkal

Kollihills

THQ

31

Cuddalore

Veppur

THQ

32

Perambalur

Alathur

THQ

33

Salem

Salem [west]

THQ

34

Salem

Salem [south]

THQ

35

Sivagangai

Thiruppuvanam

THQ

Page 76 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
36

Tiruvannamalai

Kalasapakkam

THQ

37

Tanjavur

Bhoodhalur

THQ

38

Thiruvallur

Madhuravoil

THQ

39

Vellore

Nattrampalli

THQ

40

Kanchipuram

Thiruporur

THQ

41

Nagapattinam

Sirkali

BDO

42

Ramanathapuram

Kamuthi

BDO

43

Tiruvannamalai

Tiruvannamalai

BDO

44

Tiruppur

Tiruppur

DHQ

45.

Ariyalur

Ariyalur

DHQ

46.

Trichy

Thiruvembur

THQ

47

Tirunelveli

Palayamkottai

THQ

48

Tanjavur

Kumbakonam

THQ

Karur

Kulithalai

THQ

Pudukottai

Pudukottai

THQ

Madurai

Madurai [North

THQ

Tiruvallur

Ponneri

THQ

53

Perambalur

Perambalur

THQ

54

Cuddalore

Kurinchippadi

THQ

55

Karur

Kadavur

THQ

56

Pudukottai

Ponnamaravathy

THQ

Pudukottai

Karambakudi

THQ

Cuddalore

Kattumannar koil

THQ

Nagapattinam

Kuttalam

THQ

Coimbatore

Sulur

THQ

Coimbatore

Madathukulam

THQ

62

Tiruvallur

Madhavaram

THQ

63

Kancheepuram

Sholinganallur

THQ

64

Kancheepuram

Alandur

THQ

65

Vellore

Ambur

THQ

66

Thiruvarur

Valangaiman

BDO

67

Coimbatore

Pollachi [north]

BDO

68

Dharmapuri

Dharmapuri

BDO

69

Erode

Gobichettypalayam

BDO

70

Trichy

Thuraiyur

BDO

71

Maduram

Madurai [east]

BDO

72

Theni

Uthamapalayam

BDO

73

Virudhunagar

Aruppukottai

BDO

49
50
51
52

57
58
59
60
61

Page 77 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016
74

Salem

Salem

RDO

75

Kancheepuram

Kancheepuram

RDO

76

Villupuram

Villupuram

RDO

77

Sivagangai

RDO

78

Coimbatore

Devakkottai
Udumalpet

Page 78 of 87

RDO

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Appendix-5 List of CVs


CVs OF EXPERTS TO BE DEPLOYED FOR THIS CONSULTANCY WORK.
The Bidder should furnish the details as per the format below.

S.N
o

Years of
Qualificatio Similar
Projects Experien
n
handled in the past ce
3 years

Category

Name
1

Project
Consultant

2.

Network
Consultant

3.

Technical
Consultant

4.

Domain ExpertGovernment

5.

Any
relevant
work.

Role
to
be
assigned
for
this
project

Role

others
to this

Page 79 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Note: Bidder shall attach Separate sheets if necessary.

Annexure-1 Technical Bid


A1.1 Check-list for Enclosures
Documents to be submitted

Fill (YES or NO)

Full set of Tender Document with Corrigendum to the Tender


Document duly signed and stamped by the Authorised Signatory.
Bidder's covering letter in the Letter head signed and stamped by
the Authorised Signatory
Undertaking Letter in the Letter Head of the Bidder signed and
stamped by the Authorised Signatory
Filled Tender Technical Bid Form and Price Bid Form
Payment of EMD amount
Two Part Bid submission
Letter of Authorisation for signing the Tender document
Eligibility Criteria
1.

2.

The consulting firm/company should be registered under the Indian


Company Act, 1956 Or should be a partnership firm, who have
their register offices in India and should have been in existence for
a period of at least 5 years as on March 2016.
The consulting firm/agency should have done Consultancy for at
least one SWAN project for any State in the Country.

3.

The consulting firm / company should have consultancy


experience in IT/ICT projects for any State or Central Government
in the last 5 years.

4.

The consulting firm/company should have a turnover of at least Rs.


200 crores in each of the last three financial years (2015-16,
2014-15, 2013-14) as revealed by audited accounts.

5.

The consulting firm/agency should have WAN consultancy


experience in the following Design, RFP Preparation, Bid
evaluation and Project Management of at least 3 Government
Projects in which 1 project should be SWAN for a minimum
value of Rs 50 Lakhs in total of overall projects.

Page 80 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Documents to be submitted
6.

Fill (YES or NO)

The consulting firm should have at least 2 Consultants in each


category and total 10 Certified Consultants in all the categories
below
a) PMP Certified Project Managers or equivalent
b) ITIL V2 Certification or equivalent
c) CCNA / CCNP Security Certification
d) CCNA / CCNP Routing/Switching Certification
e) ISO 27001 Certified
The consulting firm/company should have a minimum 300
technically qualified personnel in the areas of IT Consulting, IT
infrastructure, IT security, IT procurement, e-Governance,
Program/Project Management having relevant degree and shall
possess prior experience in providing the above Consultancy
services in India.

8.

The bidder should not be under a Declaration of ineligibility for


corrupt and fraudulent practices issued by Government of
TamilNadu or any of its PSU in the state of TamilNadu Certificate /
affidavit mentioning that the Bidder/ Consortium Partner is not
currently blacklisted by Government of TamilNadu or any of its
PSU in the state of TamilNadu is due to engagement in any corrupt
& fraudulent practices.

The Bidder should have a registered number of


The Bidder should have a registered number of
i) VAT/Sales Tax where his business is located
ii) Service Tax
iii) Income Tax / Pan number.

Page 81 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

A1.2 Profile of the Bidder


1. Name of the Company
2. Year of incorporation
3. Nature of the Company
(Registered Company or
Partnership or Proprietary)
4. Registered office
Telegraphic Address
Office Telephone Number
Fax Number
Contact Person
Name
Personal Telephone Number
Email Address
5. Local presence at Tamil Nadu
Telegraphic Address
Office Telephone Number
Fax Number
Contact Person
Name
Personal Telephone Number
Email Address
6. Registration Details
Permanent Account Number
VAT Registration Number
CST Registration Number
Service Tax Registration Number
7. Banker's Name, Address and
Account Number
8. ESI Registration No. or Exemption
Details
9. PF Registration No. or Exemption
Details

Page 82 of 87

Principal Bidder

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

A1.3 Details in support of Eligibility Criteria


Sl.No.

Description

Please give details along with


proof

1. Documentary Proof for existence in the


field of Consultancy in IT/ICT projects for any
State or Central Government in India (As per
Section 4.1)
2. Documentary proof for 5 years of
consultancy experience in IT/ICT projects for
any State or Central Government in the last 5
years.

3. Documentary evidence for The consulting


firm/agency having WAN consultancy
experience in the following Design, RFP
Preparation, Bid evaluation and Project
Management of at least 3 Government
Projects in which 1 project should be
SWAN for a minimum value of Rs 50 Lakhs in
total of overall projects.

4. Annual Turnover (INR)


2015-16
2014-15
2013-14

5. Self declaration
against Sl. No. 8

confirming

eligibility

Page 83 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

A1.4 Declaration

I/We agree that the offer shall remain open for acceptance for a minimum period
as stipulated in the Tender from the date of opening of the tender and thereafter until it is
withdrawn by us by notice in writing duly addressed to the authority of opening the tender
and sent by registered post with acknowledgement due or otherwise delivered at the
office of the authority. The EMD amount shall not bear any interest and shall be liable to
be forfeited to ELCOT should I/We fail to abide by the stipulations to keep the offer open
for a period mentioned above or fail to sign and complete the contract document as
required by ELCOT and furnish the Security Deposit as specified in the terms and
conditions of the contract. The EMD amount may be adjusted towards SD or refunded to
me/us unless the same or any part thereof has been forfeited as aforesaid.
I/We agree to adhere with the schedule of implementation and deliver the items
as specified in the tender.
I/We declare that the Price bid has been submitted without any conditions and
strictly as per the Terms and Conditions of the tender document and I/We am/are aware
that the Price bid is liable to be rejected if it contains any other conditions.
I/We declare that the information furnished in the tender is true to the best of
my/our knowledge. If any false/fictitious information is found I/We agree to the rejection
of the bids and consequence action.

Page 84 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Electronics Corporation of
Tamil Nadu Limited

Tender for the Selection of a


Consultant for Implementing Tamil
Nadu State Wide Area Network
Phase-3(TNSWAN)

Tender Ref.
ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Price Bid

Tender Document

Page 85 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Price Bid
S.NO DESCRIPTION

1.

2.

BASIC
UNIT
PRICE
(IN Rs.)

SERVICE Total Unit


TAX (IN Price
(in
Rs.)
Rs.)

Part 1
1. Customer Requirement Study.
2. Design of Network Architecture.
3. Design of Suitable Business Model.
4.
Freezing
of
the
Technical
Specifications
for
the
required
Hardware and Software, budgetary
estimate of the project.
5.
Preparation of
the
Tender
Document.
6. Assisting the Tender committee in
tender evaluation.
7. Supervision of installation & testing.
8. Acceptance test
Total charges (1 to 8) for undertaking
the consultancy work for PART-1 as
per TOR and Scope of work of the
Tender.
Part 2
Quarterly charges for undertaking the
Monitoring and Auditing work for
PART-2 as per TOR and Scope of
work of the Tender.
In Lump sum per quarter.

NOTE:
1. The Price quoted shall be all-inclusive, including all types of taxes (including
service tax) and also inclusive of all out-of pocket expenses, typing, printing,
Secretariat and all other charges whatsoever. The breakup of taxes etc may be
indicated separately.
2. For Sl.No.2 above, the payment will be made to the CONSULTANT either (a)
Lump Sum or (b) Percentage, whichever is lower.

Page 86 of 87

Ver 1.0

ELCOT/IT-Infra/TNSWAN Phase-3/32929/OT/Consultant/2016

Table 2 Breakup detail of the sub component of Manpower cost quoted in the Table 1
Part 2 is to be furnished ( Not included in the price bid evaluation)
S.NO MANPOWER

MANPOWER SERVICE
Total
cost /Month TAX
(in Rs.)
(IN Rs.)
(IN Rs.)

1.

Project Manager

2.

Security Certified Manpower

3.

Router and Switch Support Manpower

4.

NMS Support Manpower

Page 87 of 87

Ver 1.0

Vous aimerez peut-être aussi