1

TAMIL NADU F ISHERIES DEVELOPMENT CORPORATION LIMITED , Integrated Of fice Complex for Anim al Husbandry & Fisheries Department No.571 , 4th Floor, Anna Sala i, Nandanam, – 600 035 .

No.183 1/S2/2018 Dated: 1 6.11.2018

TENDE R NOTICE (Two Co ver System )

Sealed tend ers are invited by th e Managi g Director , TNFDC Ltd., for th e

work of Supply, Installation and commissioning of CCTV S urveillanc e Network Facilities at 32 Diesel and 10 Kerosene outlets situated througho t the coastal Districts of Tam il Nadu

N me of work Per od for Cost of Tender completion schedule and of th e work EMD to be remitted in

favour for Supply, I nstallation a nd 3 Months T he Managing commissioning of CCTV Director, Surveilla nce Network TNFDC Ltd., Facilities at 32 Diesel and 10 Chennai-35. Kerosene outlets situated througho ut the coastal Districts of Tamil Nad u

Period for Availability of Ten der Schedule from : 23.11.2018 t o 11.12.20 18 upto 5.45 p.m. Last date of receip t of tender : 12 .12.2018 up to 3.00 p.m. Opening of tender : 12 .12.2018 by 3.30 p.m Pre bid Meeting : 04 .12.2018 by 3.00 p.m

The other details and terms and cond itions may be obtained from the office of t he Managing Director, TNFDC Ltd., Ch ennai – 600 035 and thro gh internet “www.tenders.tn.g ov.in” and the tender d ocuments m ay be downloaded at fr ee of cost.

Sd./-M ANAGING DIRECTOR 2

INVITATION FOR TENDER 3

TAMIL NADU FISHERIES DEVELOPMENT CORPORATION LIMITED

NAME OF THE WORK: Supply, Installation and commissioning of CCTV Surveillance Network Facilities at 32 Diesel and 10 Kerosene outlets situated throughout the coastal Districts of Tamil Nadu

INVITATION FOR TENDERS

TENDER No.: 1831/S2/2018 Date: 16.11.2018

1) The Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., (TNFDC) invites Item rate Tenders for the Supply & Installation of CCTV Camera works at around Tamil Nadu as detailed in the table given below. The Tenderer may submit Tenders for the work under single cover system.

2) Tender open to all eligible Tenderers., who posssess the minimum qualification criteria specified in Clause 4 of the instructions to Tenderers to qualify for the award of the contract

3.1 Tender documents may be purchased from the office of Managing Director, Tamil Nadu Fisheries Development Corporation (TNFDC), Integrated Office Complex for Animal Husbandry & Fisheries Department No.571, 4th Floor, Anna Salai, Nandanam Chennai - 600 035 from 23.11.2018 to 11.12.2018 for a non-refundable cost of Rs.4,500 + GST @ 5% or in form of , Demand Draft, Pay order, Banker’s Cheque on any Nationalized / Scheduled Bank Payable at Chennai in favor of Managing Director, Tamil Nadu Fisheries Development Corporation Limited, Interested Tenderer may obtain further information at the same address. The Tender inviting authority will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same (or) documents shall be down loaded from the following web site www.tntenders.gov.in.

3.2 The provisions in the Instructions to Tenderers and in the Conditions of Contract are subject to the provisions of the Tamil Nadu Transparency in Tender Act 1998.

4. Tenders must be accompanied by Earnest Money Deposit (EMD) of the amount specified for the work in the table below, payable at Chennai drawn in favour of Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., Earnest Money Deposit will have to be in any one of the forms as specified in the Tender document and should be valid for 45 days beyond the validity of the Tender.

5. Tenders must be delivered to the office of Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., (TNFDC), Integrated Office Complex for Animal Husbandry & Fisheries Department No.571, 4th Floor, Anna Salai, Nandanam Chennai -600 035, on or before 15.00 hours on 12.12.2018. Cover will be opened on the same day at 15.30 hours, in the presence of the Tenderers or any one of their authorized representative who wish to attend. In the event of the specified date for the submission of Tenders being declared a holiday for the TNFDC Ltd., Other details can be seen in the Tender documents 4

Tamil Nadu Fisheries Development Corporation Limited, Integrated Office Complex for Animal Husbandry & Fisheries Department No.571, 4th Floor, Anna Salai, Nandanam Chennai -600 035

Email : [email protected] i) Demand Draft / Bankers Cheque / pay order etc should be dated within the period prescribed for the sale of Tender documents. If any one of the above is dated either prior to or after the above mentioned period, they are not valid for issue of the Tender documents. 5 INDEX

TABLE OF CLAUSES

Section Details No.

Section I. Instructions to Tenderers

Section II. Forms of tender, qualification information and letter of acceptance

Section III. Conditions of Contract

Section IV. Bill of Quantities & Specification 6

SECTION I: INSTRUCTIONS TO TENDERERS

(ITT) 7

Section 1: Instructions to Tenderers Table of Clauses: Clause No. Details Page No.

A General

1. Scope of Tender 9 2. Source of Funds 9 3. Eligible Tenderer 9 4. Qualification of the Tenderer 9 5. One Tender per Tenderer 10 6. Cost of Tender 10 7. Site Visit 11

B Tender Documents

8. Content of Tender Documents 11 9. Clarification of Tender Documents 11 10. Amendment of Tender Documents 11

C Preparation of Tenders 11. Language of Tender 11 12. Documents Comprising the Tender 11 13. Tender Prices 12 14. Currencies of Tender and Payment 13 15. Tender Validity 13 16. Earnest Money Deposit 13 17. Alternative proposals by Tenderer 14 18 Format and Signing of Tender 14

D Sealing and marking of Tenders 19. Sealing and marking of Tenders 14 20. Deadline for submission of Tenders 15 21 Late Tenders 15 22. Modification and with drawl of Tenders 15

E Tender opening and evaluation 23. Tender opening 16 24. Process to be confidential 16 25. Opening of Cover – 2 “Financial Tender” 17 26. Correction of errors 17 27. Evaluation and comparison of Tenders 17 28. Confidentiality 18 29. Negotiation 18

F Award of Contract

30. Award criteria 19 31. Notification of award and signing of Agreement 19 32. Security Deposit 19 33. Advance payment for Security(Not Applicable) 19 34. Adjudicator 19 35. Corrupt and fraudulent practices 20 36. Appeal 20 8

A. General 1. Scope of Tender

1.1 The work consist of Supply, Installation and commissioning of CCTV Surveillance Network Facilities at 32 Diesel and 10 Kerosene outlets situated throughout the coastal Districts of Tamil Nadu and all other allied works as per prescribed specifications.

1.2 The successful Tenderer will complete the contract works in 3 months period commencing within 15 days from the date of issue of notice to proceed with the work at the time frame of 3 months per Outlets.

1.3 Locations for the CCTV network installation proposal are furnished in Annexure - II

2. Source of Funds

The expenditure of this work will be met by Tamil Nadu Fisheries Development Corporation Ltd., (TNFDC).

3. Eligible Tenderer

3.1 The invitation for Tenders is open to all eligible Tenderer meeting the eligibility criteria as defined in Clause 4.

3.2 All Tenderer shall provide in Section 2, Forms of Tender and Qualification Information, a statement that the Tenderer is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the TNFDC to provide consulting services for the preparation or supervision of the works, and any of its affiliates shall not be eligible to Tender

3.3 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of Tamil Nadu or any other Government in accordance with sub-clause 36.1.

4. Qualification of the Tenderer

4.1 All Tenderer shall provide in Section 2, Forms of Tender and Qualification Information, a preliminary description of the proposed work methodology and schedule, including drawings and charts, as necessary.

4.2 All Tenderer / J V partners tendering shall include the following information and documents with their Tenders in Section 2:

a) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Tender to commit the Tenderer; 9

b) List of works with agreement value of similar works performed for each of the last one year;

c) Experience in works of a similar nature and size for each of the last One year, and details of works under way or contractually committed; and clients who may be contacted for further information on those contracts;

d) Qualifications and experience of key technical personnel proposed for the Contract;

e) Reports on the financial standing of the Tenderer, supported by Audited Financial Statements and reports for the past one year indicating the turn over with particular reference to work;

4.3 Not Applicable

4.4 A. To qualify for award of the contract, each Tenderer in its name:

i. Should have Experience in the field of Installation and maintenance of CCTV with experience on similar works at least for a minimum period of 1 year.

ii. The last year annual turnover should be same as the approximate value of work proposed. (Audited Financial Statement in support of this to be enclosed to be enclosed)

iii. Should have satisfactorily completed (not less than 60% of value on Similar Works), and certified as a prime contractor in the last one years., at least one similar work of value not less than Rs.23.00 lakhs @ last 1 year.

Similar works means: (Supply, Installation and Commissioning of CCTV Surveillance Network Facilities)

iv. Should have executed in the last one year at least a single of CCTV Installation and Maintain works not less than 60% of the value of the work.

v. The Tenderer or his identified sub-contractor should possess required valid electrical license for executing electrical works.

vi. The contractor or his identified sub-contractor should possess required valid License for executing, electrical works and other works related to CCTV.

B. Each Tenderer should further demonstrate:

a) Availability for this work of Technical Personnel with adequate experience. 10

b) C. Sub-contractors' experience and resources shall not be taken into account in determining the compliance with the qualifying criteria except to the extent stated in 4.4 (A).

4.5 Even though the Tenderer meet the above qualifying criteria, they are subject to be disqualified if they have:

made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or

record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc;

5. One Tender per Tenderer

5.1 Not Applicable

6. Associated Cost of Tendering

6.1 The Tenderer shall bear all costs associated with the preparation and submission of his Tender, and the TNFDC LTD., will in no case be responsible and liable for those costs.

7. Site visit

7.1 The Tenderer, at his own cost, responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Tender and entering into a contract for the Works. +

B. Tender Documents

8. Content of Tender Documents

8.1 The set of Tender documents comprises the documents listed in the table below and addendum issued in accordance with Clause 10:

Section Invitation for Tenders 1 Instructions to Tenderer 2 Forms of Tender and Qualification Information 3 Conditions of Contract & Special conditions of contract 4 Specifications 5 Bill of Quantities

8.2 The entire set of the tender documents supplied, should be completely filled up and returned with the Tender. 11

9. Clarification of Tender Documents 9.1 A prospective Tenderer requiring any clarification of the Tender documents may notify the TNFDC Ltd., in writing or by cable (hereinafter "cable" includes e- mail, telex and facsimile) at the TNFDC address indicated in the invitation to Tender. The TNFDC will respond to any request for clarification which he receives before 5 (Five) days prior to the last date notified for receipt of tenders. (Subject to amendment Act/Rules) Copies of the TNFDC Ltd., response will be forwarded to all Tender Inviting/Tender Accepting Authorities of the Tender documents, including the text of the enquiry but without identifying its source.

10. Amendment of Tender Documents 10.1 Before the deadline for submission of Tenders, the TNFDC may modify the Tender documents by issuing addendum.

10.2 Any addendum thus issued shall be part of the Tender documents and shall be communicated in writing or by cable to all the Tender Inviting/Tender Accepting Authorities of the Tender documents. Prospective Tenderer shall acknowledge receipt of each addendum by cable to the TNFDC.

10.3 To give prospective Tenderer reasonable time in which to take an addendum into account in preparing their Tenders, the TNFDC shall extend as necessary the deadline for submission of Tenders, in accordance with Sub-Clause 20.2 below.

C. Preparation of Tenders

11. Language of the Tender 11.1 All documents relating to the Tender shall be in the English language

12. Documents comprising the Tender

12.1 Tender Cover shall be named as Sealed Tender for the Supply , Installation and Commissioning of CCTV Surveillance Network Facilities at 42 Diesel and Kerosene outlets around Tamil Nadu and shall comprise:

(1) Earnest Money Deposit in any one of the forms prescribed under ITT Clause 16.

(2) A Power of Attorney duly authorized by a Notary Public indicating that the person signing the Tender has the authority to sign the Tender and that the Tender is binding upon the Tenderer during the full period of its validity in accordance to ITT Clause 15.1.

(3.1) Qualification information and supporting documents as specified in Section 2, namely 12

(a) Performance of the Tenderer obtained from at least three Clients showing the value of similar works executed in the last one year (b) Experience in similar nature and magnitude of work executed in the last one year (c) Details of work on hand (d) Details of works for which Tenders have been submitted and yet to be awarded (e) Qualification and Experience of the Technical Personnel proposed to be deployed for this work (f) Details of Litigation , arbitration and declaration of disqualification if any (g) Details of works or components proposed to be sub-contracted with the credentials of the proposed sub-contractor

(3.2) List of Certificates (a) Proof of Registration of the Tenderer, place of business and address for communication. (b) Audited Financial Statements duly authorized by the Chartered Accountant for the last one year. (c) Sales Tax Registration Certificate and Verification Certificates. (d) Certificate confirming the validity of the Tender for the period specified in the Tender document ITT Clause 15. (e) Any other certificate required to be furnished by the Tenderer in accordance with the ITT Clause 3 & 4.

(3.3) Sealed tender shall comprise also the following (a) Form of Tender for “Financial Tender” prescribed in Section 2 duly signed by the Tenderer (b) Priced Bill of Quantities as in section -7 duly signed

Each Cover shall be separately sealed and marked “in accordance with the sealing and marking instructions” in ITT Clause 19.

13. Tender Prices 13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities i.e. Item rate / percentage submitted by the Tenderer.

13.2 The Tenderer shall fill in rates and prices (both in figures and words) and line item total for all items of the Works described in the Bill of Quantities along with total Tender price (both in figures and words). Items for which no rate or price is entered by the Tenderer in any of the item that it has to be executed as a part of the agreement and will not be paid for by the TNFDC when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting. 13

13.3 The rate entered in the Bill of Quantities for any class of work shall be for finished work in situ and shall include all contingent expenses whether direct construction expenses involved in the work in accordance with the drawings and specifications or whether they be expenses imposed by outside authority such as local bodies. Such contingent expenses shall not entitle the contractor to claim an extra in respect thereof.

13.4 Rates for finished work shall always include the cost of all enabling works like conveyance, all leads, lifts, loading unloading, stacking and storage pending erection in the manner and at the places ordered by the officer in immediate charge of the work, unless circumstances necessitate provisions for a separate schedule item in which case such will be specified in the Tender schedule.

13.5 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Tender Price submitted by the Tenderer and detailed separately in price bid.

13.6 The rates and prices quoted by the Tenderer shall be fixed for the duration of the Contract and shall not be subject to adjustment on any account.

14. Currencies of Tender and Payment The unit rates and the prices shall be quoted by the Tenderer entirely in Indian Rupees.

15 Tender Validity 15.1 Tenders shall remain valid for a period not less than 90 (Ninety) days after the deadline date for Tender submission specified in Clause 20. A Tender valid for a shorter period shall be rejected by the TNFDC as non-responsive.

15.2 In exceptional circumstances, prior to expiry of the original time limit, the TNFDC may request that the Tenderers may extend the period of validity for a specified additional period. The request and the Tenderer responses shall be made in writing or by cable. A Tenderer may refuse the request without forfeiting the Earnest Money Deposit. A Tenderer agreeing to the request will not be required or permitted to modify his Tender , but will be required to extend the validity of the Earnest Money Deposit for the period of the extension, and in compliance with Clause 16 in all respects.

16. Earnest Money Deposit 16.1 The Tenderer shall furnish, as part of his Tender, an Earnest Money Deposit for the amount as shown in column 4 of the table of IFT for this particular work. This Earnest Money Deposit shall be in favour of Managing Director, Tamil Nadu Fisheries Development Corporation LTD., and may be in one of the following forms: 14

- where the TNFDC deems fit , irrevocable and an unconditional bank guarantee issued by a nationalized / scheduled bank located in in the form given in Section 8; or

- Banker’s Cheque / Demand Draft / Pay Order from any Nationalized / Scheduled Bank drawn in favour of Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., payable at Chennai or

- Small savings certificates/Kisan Vikas Patras / instruments pledged to Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., - Earnest Money Deposit shall not bear any interest.

16.2 Bank guarantees issued as surety for the Tender shall be valid for 45 days beyond the validity of the Tender.

16.3 Any Tender not accompanied by an acceptable Earnest Money Deposit and not secured as indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the TNFDC as non-responsive provided that any category of Tenderers specifically exempted by the Government from the payment of Earnest Money Deposit will not be required to make such a deposit.

16.4 The Earnest Money Deposit of unsuccessful Tenderer will be returned within 45 days of the end of the Tender validity period specified in Sub-Clause 15.1.

16.5 The Earnest Money Deposit of the successful Tenderer will be discharged when the Tenderer furnishes the required Security Deposit and signs the Agreement

16.6 The Earnest Money Deposit may be forfeited a) If the Tenderer withdraws the tender after Tender opening during the period of validity of the tender.

b) If the Tenderer does not accept the correction of the tender price, pursuant to clause 26; or

c) If the Tenderer withdraws the Tender after the issue of letter of acceptance of his Tender.

d) In the case of a successful Tenderer, if the Tenderer fails within the specified time limit to: i. furnish the required Security Deposit or ii. sign the Agreement

e) If the Tenderer has furnished incorrect information on qualification and experience. 15

17. Alternative Proposals by Tenderer 17.1 Tenderer shall submit offers that comply with the requirements of the Tender documents, including the basic technical design as indicated in the drawing and specifications. Conditional offer / Alternative offers will not be considered.

18. Format and Signing of Tender 18.1 The Tenderer shall prepare the documents in two parts as described in Clause 12 of the Instructions to Tenderer, bound with the volume containing the respective Form of Tender (i.e., Technical / Financial).

18.2 The Tender shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Tenderer, pursuant to Sub-Clauses 4.3.All pages of the Tender where entries or amendments have been made shall be initialed by the person or persons signing the Tender.

18.3 The Tender shall contain no alterations or additions, except those to comply with instructions issued by the TNFDC, or as necessary to correct errors made by the Tenderer, in which case such corrections shall be initialed by the person or persons signing the Tender.

D. Submission of Tenders

19. Sealing and Marking of Tenders 19.1 The Tenderer shall prepare comprising the various documents prescribed in ITT Clause 12

19.4 All Covers shall a) be addressed to the TNFDC at the following address:

The Managing Director, Tamil Nadu Fisheries Development Corporation Ltd., (TNFDC), Integrated Office Complex for Animal Husbandry & Fisheries Department No.571, 4th Floor, Anna Salai, Nandanam Chennai -600 035, and

Should bear the following information.

Tender for (name of contract work to be filled ......

19.5 In addition to the identification required in Sub-Clause 19.3, the Covers shall indicate the name and address of the Tenderer to enable the Tender to be returned unopened in case it is declared late, pursuant to Clause 21.

19.6 If the Cover is not sealed and marked as above, the TNFDC will assume no responsibility for the misplacement or premature opening of the Tender and will be rejected at the time of the opening 16

20 Deadline for Submission of the Tenders 20.1 Complete Tenders) must be received by the TNFDC at the address specified above not later than on at 3.30 pm.

20.2 In the event of the specified date for the submission of Tenders being declared a holiday for the TNFDC, the Tenders will be received up to the appointed time on the next working day at the same venue.

20.3 The TNFDC may extend the deadline for submission of Tenders by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the TNFDC and the Tenderer previously subject to the original deadline will then be subject to the new deadline.

21 Late Tenders 21.1 Any Tender received by the TNFDC after the deadline prescribed in Clause 20 will be returned unopened to the Tenderer.

22. Modification and Withdrawal of Tenders 22.1 Tenderer may modify or withdraw their Tenders in writing before the deadline prescribed in Clause 20.

22.2 Each Tenderers modification or withdrawal shall be prepared, sealed, marked, and delivered in accordance with Clause 18 & 19, with the envelope additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate.

22.3 No Tender may be modified after the deadline for submission of Tenders as per ITT Clause 20.

22.4 Tenderer may only offer discounts without precondition, or otherwise modify the prices of their Tenders by submitting Tender modifications in accordance with this clause, or included in the original Tender submission.

E. Tender Opening and Evaluation of Technical Tenders

23. Opening of the Cover of all Tenderers and evaluation to determine qualified Tenderers. 23.1 The TNFDC will make a preliminary examination of the Tenders to determine whether (1) they are complete, (2) the required Earnest Money Deposit in the form specified under Clause 16 of ITT, are furnished, (3) the documents are properly signed and (4) the Tenders are generally in order.

23.2 Any Tender found to be not meeting the qualification criteria specified in Clause 4.5 of ITT will be rejected by the Tender Inviting / Tender Accepting Authority and not included for further evaluation.

23.3 The TNFDC will carry out a detailed evaluation of the Tenders in order to determine whether the qualification and experience details furnished meet with the requirements set forth in the Tender documents. In order to reach such determination the TNFDC will examine the information supplied by the Tenderers pursuant to ITT Clause 4.1 to 4.5 and other requirements in the Tender documents. 17

23.4 If any clarification (additional information) is required from the Tenderer by the TNFDC a letter seeking clarification will be sent by the TNFDC to the Tenderers to respond.

23.5 If the Tenderer furnishes the required details within the time prescribed by the TNFDC the same will be considered by the TNFDC in scrutiny and evaluation will be completed. In the event of the Tenderer failing to respond within the time period, the TNFDC will scrutinize and evaluate with the data as submitted with the Tender.

24. Process to be confidential 24.1 Information relating to the examination, clarification and evaluation of the Technical Tender shall not be disclosed to any Tenderers or any other persons not officially concerned with such process until the final decision on the Tender is made. Any effort by a Tenderer to influence the Tender Inviting/Tender Accepting Authorities’ processing of Tenders / decisions shall result in rejection of the Tender of that Tenderer.

25. “Financial Tender” 25.1 The TNFDC shall read out the submissions in the modification proposals if any in appropriate detail.

25.2 The Tenderers names, the Tender prices/ percentage quoted the total amount of each Tender, any discount, modification, withdrawal, the presence or absence of Earnest Money Deposit and other details shall be announced by the TNFDC at the opening. Late and withdrawn tenders will be returned unopened to Tenderer concerned

25.3 A substantially responsive tender is one which conforms to all the terms, conditions and specifications of the Tender documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality or performance of the works (b) which limits in any substantial way, is inconsistent with the Tender documents, the TNFDC’s rights or Tenderers obligations under the contract or (c) whose rectification would affect unfairly the competitive position of other Tenderers presenting substantially responsive tenders. 25.4 If a Tender is not substantially responsive, it will be rejected by the TNFDC and may not subsequently be made responsive by correction or withdrawal of the non conforming deviation or reservation.

26. Correction of Errors 26.1 Tenders determined to be substantially responsive will be checked by the TNFDC for any arithmetic errors. Errors will be corrected by the TNFDC as follows: 18

Item Rate Contract: (a) Where there is a discrepancy between the rates in figures and in words, lesser of the two will govern; and

(b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

26.2 The amount stated in the Tender will be adjusted by the TNFDC in accordance with the above procedure for the correction of errors and such corrections shall be considered binding on the Tenderer. If the Tenderer does not accept the corrected amount the Tender will be rejected and the Earnest Money Deposit shall be forfeited in accordance with sub- clause 16.6 (b).

27. Evaluation and Comparison of Tenders 27.1 The TNFDC will evaluate and compare only the Tenders determined to be substantially responsive in accordance with Clauses 4, 23 & 25.

27.2 In evaluating the Tenders, the TNFDC will determine for each Tender the evaluated Tender Price by adjusting the Tender Price as follows:

(a) making any correction for errors pursuant to Clause 26 and (b) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Clause 22

27.3 The TNFDC reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Tender documents or otherwise result in unsolicited benefits for the TNFDC shall not be taken into account in Tender evaluation.

28. Confidentiality 28.1 Information relating to the examination, clarification, evaluation, and comparison of Tender and recommendations of the award of the contract shall not be disclosed to Tenderers or any other persons not officially concerned with such process until the award to the successful Tenderer has been announced. Any effort by a Tenderer to influence the TNFDC’s processing of Tenders or award decisions may result in the rejection of his Tender 19

29 Negotiations 29.1 The Tenders determined to be substantially responsive in accordance with Clause 25 will be taken into Consideration and the rates of all the items and the total Tender value quoted by the Tenderer will be compared with the estimate rates and the total estimate value put to Tender. If the TNFDC considers that the rates and the total amount quoted are unbalanced and / or on the higher side he may deal with it as outlined below.

29.2 The TNFDC may seek breakdown detail from the lowest responsive Tenderer for the rates quoted for the unbalanced items and total Tender amount offered by the Tenderer within 10 days time. The Tenderer may also be requested to examine the possibility of reducing the rates of high pitched items and the tender amount to the extent possible.

29.3 Then the lowest Tenderer has to furnish the breakdown details as required by the TNFDC within the time limit fixed by the TNFDC. The Tenderer may also reduce the rates of the high-pitched items / high percentage quoted if possible or expresses his inability to reduce the quoted rates/ percentage stating the reasons. A reply shall be furnished within the time limit fixed by the TNFDC.

29.4 If the TNFDC is satisfied that the details furnished and the reasons stated by the Tenderer for his inability to reduce the rates/percentage by the Tenderer are reasonable and acceptable then he may take a decision suitably.

29.5 If the TNFDC feels that the reduced offer is reasonable, suitable action shall be taken to award the contract. If on the other hand the TNFDC considers that the reduced offer even after negotiations still higher than the estimate value put to tender, then the TNFDC shall record the reasons and take suitable action to reject the tenders and go in for fresh tender.

29.6 In the event of deciding the award to the lowest evaluated Tenderer with unbalanced rates for certain items/ percentage which has resulted in the Tender amount being very much less than the estimated value put to Tender, to safeguard the interest of the TNFDC and to ensure the completion of the work by the Tenderer Additional Security Deposit will be collected from the selected Tenderer as below.

Sl.No Tender Additional Security deposit to be collected percentage 1 Minus percentage 2% of the tender value between 5% to 15%

2 Minus percentage 50% of the difference in amount between the above 15% Estimate value put to tender and the Tender value

Note: The conditions in italics are as per G.O 555 PW (G2) dated 17-11- 1999 and subject to amendment of the Rules 2000 to TNTIT Act 1998 20

F. Award of Contract

30. Award Criteria 30.1 The TNFDC will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tender documents and who has offered the lowest evaluated negotiated Tender Price, provided that such Tenderer has been determined to be (a) eligible in accordance with the provisions of Clause 3 and (b) qualified in accordance with the provisions of Clause 4.

30.2 In no case shall the contract be awarded to any Tenderer who does not meet the qualification criteria as per ITT Clause 4 even if the tender is the lowest evaluated tender.

31. Notification of Award and Signing of Agreement 31.1 The Tenderer whose Tender has been accepted will be notified of the award by the TNFDC prior to expiration of the Tender validity period by cable and confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum/ with plus or minus percentage over the estimate value of the work put to Tender that the TNFDC will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").

31.2 The notification of award will constitute the formation of the Contract.

31.3 The Agreement will incorporate all understandings reached between the TNFDC and the successful Tenderer during negotiations and post Tender correspondences. It will be kept ready for signature of the successful Tenderer in the office of TNFDC within 7 days following the notification of award along with the Letter of Acceptance. Within 7 days of receipt, the successful Tenderer will furnish the Security Deposit and sign the Agreement in the office of the TNFDC.

31.4 The Earnest Money Deposit of the unsuccessful Tenderers will be returned after decision is taken on the tender or within 45 days after the validity period whichever is earlier.

32 Advance payment - Not Applicable

33 Payment Certificates 33.1 The DEPARTMENTAL OFFICERS shall check the Contractor's measurements within 14 days and certify the amount to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of the works in the relevant amounts and under conditions set forth in Clause 49. 21

33.2 The value of work executed shall be determined by the DEPARTMENTAL OFFICERS.

33.3 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.

33.4 The value of work executed shall include the valuation of Variations and Compensation Events.

33.5 The DEPARTMENTAL OFFICERS may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

34. Payments 34.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the contract and taxes, at source, as applicable under the law. The TNFDC shall pay the Contractor the amounts certified by the DEPARTMENTAL OFFICERS within 45 days of the date of each certificate.

34.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator, the Contractor shall be paid for such variations.

34.3 For items of the Works in the BOQ for which no rate or price has been entered in will not be paid for by the TNFDC and shall be deemed covered by other rates and prices in the Contract.

Term of Payment: 1. No advance shall be paid to the contractor. 2. 90% Payment shall be made only after successful supply installation & Commission of the complete CCTV. 3. 10% After Three Months after Commissioning of CCTV.

35 Adjudicator

35.1 The TNFDC proposes that The Chief Engineer ,Fishing Harbor Project circle, chennai be appointed as Adjudicator under the Contract, at a daily fee plus reimbursable expenses as indicated in the Contract data which will be divided equally between the TNFDC and the contractor

36. Corrupt or Fraudulent Practices

36.1 The TNFDC requires that Tenderers / Contractors observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the TNFDC.

(a) defines, for the purposes of this provision, the terms set forth below as follows: 22

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract.

(iii) “collusive practice” means a scheme or arrangement between two or more Tenderers, with or without the knowledge of the TNFDC, designed to establish at artificial, non-competitive levels to deprive the TNFDC of the benefit of free and open competition, and

(iv) “coercive practice” means harming or threatening to harm directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of the contract.

(b) will reject a proposal for award if it determines that the Tenderer recommended for award has directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded any contract if it at any time determines that the firm directly or through an agent engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing any contract.

37. Appeal 37.1 The TNFDC shall cause to publish in the Tender Bulletin the information on order passed on Tenders (a) Name of each Tenderer who submitted the Tenders (b) Tender prices as read out at the time of opening (c) Evaluated Tender price of each Tender (d) Name of Tenderer whose Tenders were rejected with brief reasons for rejection (e) Name of the successful Tenderer and his evaluated price.

And also communicate in writing the unsuccessful Tenderers informing the non-acceptance of their tender with reasons.

37.2 On receipt of the communication, any Tenderer aggrieved by the orders passed by the tender Accepting Authority may appeal to the Tender Evaluation Committee within 10 days from the date of receipt of order. 23

37.3 The Tender Evaluation Committee shall dispose the appeal within 15 days after giving the aggrieved Tenderer an opportunity to represent his case and pass necessary orders as deemed fit.

37.4 The orders so passed by the Tender Evaluation Committee shall be final *Subject to Amendment of Act and Rules 24

ANNEXURE – I

Work Specification & Bill of Quantities

Name of the Work: Supply, Installation and commissioning of CCTV Surveillance Network Facilities at 32 Diesel and 10 Kerosene outlets situated throughout the coastal Districts of Tamil Nadu

Sl. Qty. Description Rate per GST Amount No unit applicable Rs. 1 1 No. Supplying and fixing of 4 TB Hard Disc Surveillance WD / Seagate / Toshiba or equivalent

2 1 set Supplying and fixing of 4 U rack, with junction box, Wireless Mouse, Connectors, Camera Back Box etc., with accessories and complete etc. 3 50Rmt Supplying and laying of D-Link Cat 5 E cable, in suitable PVC rigid pipe on wall and ceiling with continuous earth wire connection with all accessories and complete etc., 4 1 No. Supplying and fixing of 19 inch LED monitor with wall mountable stand Brand :Dell / LG /Samsung or equivalent 5 1 No. Supply and fixing of 600VA UPS for 30 minutes back up (140 V to 300V) with all accessories and complete etc., 6 1 No. Supply and fixing of 4CH DVR Full HD 5 MP-metal case including all accessories and fittings etc., To Support Ultra 265/H.265/H.264 video formats, Video/Audio Input IP Video Input8-chTwo-way Audio Input1-ch, Should have 1-ch HDMI, 1-ch VGA, HDMI at up to 4K (3840x2160) resolution, HDMI and VGA simultaneous output upto 1080, up to 8 Megapixels resolution recording, 1 SATA HDDs, to support up to 8TB Resolution8MP/6MP/5MP/4MP /3MP/1080p/960p/720p/D1/ 2CIF/CIFSynchronous Playback8-chCorridor Mode Screen3/4/5/7/9DecodingDeco ding format Ultra 265, H.265, Accurate retrieval, instant playback, 25

Plug & Play with up to 8 independent POE network interfaces, Support for P2P, UPnP, NTP, DHCP, PPPoE Support for mobile client access, ANR technology to enhance the storage reliability when the network is disconnected, To Support cloud upgrade, Incoming bandwidth 80 MBPS, Outgoing 80MBps, Remote users 128. Playback8MP/6MP/5MP/4MP/ 3MP/1080p/960p/720p/D1/2 CIF/CIFCapability1 x 4K@30, 1 x 6MP@30,1 x 5MP@30, 2 x 4MP@30, 4 x 1080p@30, Face detection, Intrusion detection, Cross line detection, Audio detection, Defocus detection, Scene change detection, Auto tracking , VCA SearchFace,, RJ-45 10M/100M self-adaptive Ethernet Interface USB InterfaceRear panel: 2 x USB2.0, Front panel: 1 x USB2.0Alarm In4-chAlarm Out1-chGeneral Power Supply12V DC Power Consumption: ≤ 5 W( without HDD )Working Environment-10°C ~ + 55°C ( +14°F ~ +131°F ), Humidity ≤ 90% RH(non-condensing) Dimensions(W×D×H)380mm × 315mm × 46mm (15.0"× 12.4" ×1.8") 7 4 Nos. Supply and Fixing of 3 MP HD Bullet Camera Brand : HIKVISION / UNV / or equivalent Starlight illumination, Day/night functionality, Smart IR , up to 30 m (98 ft) IR distance IR anti-reflection window to increase the infrared transmittance 3D DNR (Digital Noise Reduction, H.265, H.264, MJPEG Embedded smart algorithm, Triple streams, ROI (Region of Interest) 9:16 corridor format, ONVIF 26

Conformance Wide temperature range: -35°C to 60°C (-31°F to 140°F) Wide voltage range of ±25%, IP66 8. 1 No. Providing and fixing of Supply & Erection of Galvonized Pole, 2 inch round pipe 14 swg 12 feet height Including digging, concreting. with including all accessories and fittings etc., 9. 4 Nos. Providing and fixing of Weather proof, Corrosion free outdoor Housing unit for cameras with including all accessories and fittings etc., 10 1 Set Provision for fixing of internet connection with all accessories and fittings etc. Total per Out let Grand Total for 42 Out let (32 Diesel & 10 Kerosene Outlets) 27

ANNEXURE – II

Sl. Name of the Diesel / District No. Kerosene outlets I Diesel Outlets:- 1 Royapuram Chennai 2 Ennore Thiruvallur 3 Kaipanikuppam Villupuram 4 Kottaikadu Kancheepuram 5 Pazhayar Nagapattinam 6 Thirumullaivasal Nagapattinam 7 Cuddalore – I Cuddalore 8 Cuddalore – II Cuddalore 9 Mudasalodai Cuddalore 10 Mallipattinam 11 Jegathapattinam Pudukottai 12 Kottaipattinam Pudukottai 13 Akkaraipettai Nagapattinam 14 Arcottuthurai Nagapattinam 15 Poompuhar Nagapattinam 16 Tuticorin-1 Tuticroin 17 Tuticorin-2 Tuticroin 18 Tuticorin-3 Tuticroin 19 Threspuram Tuticroin 20 Punnakkayal Tuticroin 21 Chinnamuttom Kanniyakumari 22 Colachal (Fishing Harbour) Kanniyakumari 23 Chinnathurai Kanniyakumari 24 Thengaipattinam Kanniyakumari 25 Mandapam North Ramnad 26 Mandapam South Ramnad 27 Rameswaram Ramnad 28 Rameswaram-II (D.Road) Ramnad 29 Verkodu (Rameswaram) Ramnad 30 Pamban Ramnad 31 Chinnaearwadi Ramnad 32 Soliyakudi Ramnad II Kerosene Outlets:-

1 Chinnamuttom Kanniyakumari 2 Melamanakudi Kanniyakumari 3 Muttom Kanniyakumari 4 Kadiyapattinam Kanniyakumari 5 Colachel Kanniyakumari 6 Kurumpanai Kanniyakumari 7 Inayam Kanniyakumari 8 Inayamputhandurai Kanniyakumari 9 Chinnathurai Kanniyakumari 10 Vallavilllai Kanniyakumari