GOVERNMENT OF DEPARTMENT OF TOURISM Project Management Unit, IDIPT-TN Tamil Nadu Tourism Complex, No. 2, Wallajah Road, – 600 002.

INVITATION FOR BIDS

Bid Invitation No : 550/PMU/ADB/TECH/2017 Dated 22.12.2017

Date : 05 .01.2018 Loan No and Title : ADB Loan no: 40648-037-IND and Infrastructure Development Investment Program for Tourism, Tamil Nadu (IDIPT-TN) –Tranche 4 Contract No and Title : IDIPT/TN/T4/ICB/02/2017: Supply and Installation of Retro Reflective Signage Boards at 228 different tourist sites in all 32 district of Tamil Nadu

Dead line for Submission of Bids : 16.02.2018, 15:00 Hrs (local time)

1. The Government of (GoI) has applied for financing from the Asian Development Bank (ADB) towards the cost of the Infrastructure Development Investment Program for Tourism – Tranche 4 (IDIPT/TN). Government of India (GoI) intends to apply part of the financing will be used for payments under the contract named above. The eligible countries of ADB may participate in this bid.

2. The Project Director, Project Management Unit (PMU), IDIPT, Department of Tourism, Tamil Nadu (the Purchaser) invites sealed bids from eligible bidders for the Supply and Installation of Retro Reflective Signage Boards at 228 different tourist sites in all 32 district of Tamil Nadu

With Regard to general construction experience, average annual turn over for last three years, experience in similar nature of work, pending litigation and cash flow capacity, the bidder shall meet the requirements as specified in section 3 of standard bidding document „‟Evaluation Qualification Criteria‟‟

3. International Competitive Bidding (ICB) will be conducted in accordance with ADB‟s “Single-Stage: Two-Envelope” bidding procedure, and is open to all Bidders from eligible countries as described in the Bid Document

4. To obtain further information and inspect the bidding document, bidders should contact: The Project Director, Project Management Unit, IDIPT-TN, Department of Tourism, Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Country: India, Telephone: +91 044 25333859 E-mail: [email protected]

5. To purchase information Bid Documents in English, eligible bidders should

 Submit a written application to the address above with a non-refundable document fee of INR 15,000 (Rupees fifteen thousand only) (or) USD 230 (plus GST 12% charges) in the form of Demand Draft during 10.00 hours to 17:45 hours on all working days starting from 05.01.2018 to 15.02.2018.

 The method of a payment of the document fee will be through Demand Draft in favour of “The Project Director, PMU (ADB-IDIPT), Department of Tourism”, payable at Chennai- 2. In case the Bid Document is downloaded from the website, the document fee has to be paid along with the bid as a separate instrument other than that of Bid security.

 Eligible bidders, who wish to receive the documents by courier, shall have to pay INR 1,000 (Rupees one thousand only) for delivery within India or INR 7,000 (Rupees Seven thousand only) (or) USD 107 for delivery outside India, in addition to the non-refundable document fee. No liability will be accepted for loss in transit or late delivery.

 Bid Document may also be downloaded from the website www.tenders.tn.gov.in, www.tamilnadutourism.org

6. The Bid shall be delivered to the address given above on or before 16.02.2018 time 15:00 Hrs. Late Bids shall be rejected. The bid shall be accompanied with bid security in the form specified in clause 21.3 of ITB section 1 and 21.1 of BDS Section 2. The bids shall be opened on 16.02.2018 at time 15:30 Hrs in the presence of bidders / bidders representative who choose to attend, whereas the Financial Bids shall be placed locked. The Price Bids of only Technically Responsive and Qualified Bidders shall be opened after technical bids evaluation, whereas, the price bids of those bidders whose technical bids are not responsive and qualified shall be returned unopened.

7. The Purchaser will not be responsible for any costs or expenses incurred by Bidders in connection with the preparation or delivery of Bids.

8. Pre-bid meeting with bidders will be held at the Office of the Project Director, PMU, IDIPT-TN (Address given above) a t 11:00 Hrs on 25.01.2018.Bidders interested in participating in the bids are advised to attend the same. Bidders are encouraged to visit the site, at their own cost, before the pre-bid meeting / submission of bid. Bidders may visit the respective sites from 17.01.2018 to 24.01.2018 (on working days) during 10:00 Hrs to 17:00 Hrs. A list of contact officers for the field visit may be obtained from the office address given above.

Sd/- Tamil Nadu, India Project Director/ Phone No: 044-25333859 Commissioner of Tourism IDIPT-TN

GOVERNMENT OF TAMIL NADU Department of Tourism Project Management Unit, IDIPT-TN Infrastructure Development Investment Program for Tourism In Tamil Nadu

ADB LOAN No. 40648-037-IND

BIDDING DOCUMENT For

Procurement of Goods

Supply and Installation of Retro Reflective Signage Boards at 228 different tourist sites in all 32 district of Tamil Nadu

Single-Stage: Two-Envelope Bidding Procedure

Volume 1- Instructions, Contract Conditions and Technical Bid Documents

Issued on : 05.01.2018

Invitation for Bids No : 550/PMU/ADB/TECH/2017 Date 22.12.2017

ICB No : IDIPT/TN/T4/ICB/02/2017

Purchaser : The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu, Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Telephone: +91 -44-25333859 Email: [email protected] Country : India

Intentionally left blank

Preface

This Bidding Document for Procurement of Goods has been prepared by The Project Director, PMU, Department of Tourism and is based on the Standard Bidding Document for the Procurement of Goods issued by the Asian Development Bank, dated December 2016.

This document reflects the structure and the provisions of the Master Procurement Document for the Procurement of Goods, except where specific considerations within the Asian Development Bank have required a change.

Table of Contents

PART I – Bidding Procedures Section 1. Instructions to Bidders ...... 1-1 Section 2. Bid Data Sheet ...... 2-1 Section 3. Evaluation and Qualification Criteria ...... 3-1 Section 4. Bidding Forms ...... 4-1 Section 5. Eligible Countries ...... 5-1

PART II – Supply Requirements Section 6. Schedule of Supply ...... 6-1

PART III – Conditions of Contract and Contract Forms Section 7. General Conditions of Contract ...... 7-1 Section 8. Special Conditions of Contract ...... 8-1 Section 9. Contract Forms ...... 9-1

ABBREVIATIONS

ADB ...... Asian Development Bank

BDF ...... Bidding Forms

BDS ...... Bid Data Sheet

COF ...... Contract Forms

DCS ...... Delivery and Completion Schedule

ELC ...... Eligible Countries

EQC ...... Evaluation and Qualification Criteria

GCC ...... General Conditions of Contract

ICB ...... International Competitive Bidding

ICC ...... International Chamber of Commerce

IFB ...... Invitation for Bids

Incoterms ...... International Commercial Terms

ITB ...... Instructions to Bidders

LGRS ...... List of Goods and Related Services

OAI ...... Office of Anticorruption and Integrity

SBD ...... Standard Bidding Document

SCC ...... Special Conditions of Contract

INTRODUCTION

Single-Stage: Two-Envelope. Allows bids to be evaluated on purely technical and administrative grounds without reference to price

In the Single-Stage: Two-Envelope bidding procedure, Bidders submit two sealed envelopes simultaneously, one containing the Technical Bid and the other the Price Bid, enclosed together in an outer single envelope. Initially, only the Technical Bids are opened on the date and time advised in the Bidding Document. The Price Bids remain sealed and are held in custody by the Purchaser. The Technical Bids are evaluated by the Purchaser. No amendments or changes to the Technical Bids are permitted. The objective of the exercise is to allow the Purchaser to evaluate the Technical Bids without reference to price. Bids of Bidders that do not conform to the specified requirements may be rejected as deficient Bids, with the approval of ADB. Following ADB approval of the technical evaluation and at an address, on the date and time advised by the Purchaser, the Price Bids are opened in public. The Price Bids are evaluated and, following ADB approval of the price evaluation, the Contract is awarded to the Bidder whose Bid has been determined to be the lowest evaluated substantially responsive Bid.

Section 1 - Instructions to Bidders 1-1

Section 1 - Instructions to Bidders

Table of Clauses

A. General ...... 1-3 1. Scope of Bid ...... 1-3 2. Source of Funds ...... 1-3 3. Fraud and Corruption ...... 1-3 4. Eligible Bidders ...... 1-5 5. Eligible Goods and Related Services ...... 1-6

B. Contents of Bidding Document...... 1-7 6. Sections of the Bidding Document ...... 1-7 7. Clarification of Bidding Document ...... 1-7 8. Amendment of Bidding Document ...... 1-7

C. Preparation of Bids ...... 1-8 9. Cost of Bidding ...... 1-8 10. Language of Bid ...... 1-8 11. Documents Comprising the Bid ...... 1-8 12. Bid Submission Sheets and Price Schedules ...... 1-9 13. Alternative Bids ...... 1-9 14. Bid Prices and Discounts ...... 1-9 15. Currencies of Bid ...... 1-11 16. Documents Establishing the Eligibility of the Bidder ...... 1-11 17. Documents Establishing the Eligibility of Goods and Related Services ...... 1-11 18. Documents Establishing the Conformity of the Goods and Related Services to the Bidding Document ...... 1-11 19. Documents Establishing the Qualifications of the Bidder ...... 1-12 20. Period of Validity of Bids ...... 1-12 21. Bid Security/Bid-Securing Declaration ...... 1-12 22. Format and Signing of Bid ...... 1-14

D. Submission and Opening of Bids ...... 1-14 23. Sealing and Marking of Bids ...... 1-14 24. Deadline for Submission of Bids...... 1-15 25. Late Bids ...... 1-15 26. Withdrawal, Substitution, and Modification of Bids...... 1-15

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-2 Section 1 - Instructions to Bidders

27. Bid Opening ...... 1-16

E. Evaluation and Comparison of Bids ...... 1-18 28. Confidentiality ...... 1-18 29. Clarification of Bids ...... 1-18 30. Deviations, Reservations, and Omissions ...... 1-19 31. Examination of Bids ...... 1-19 32. Responsiveness of Technical Bid ...... 1-19 33. Nonmaterial Nonconformities ...... 1-20 34. Qualification of the Bidder ...... 1-20 35. Examination of Price Bids ...... 1-20 36. Correction of Arithmetical Errors ...... 1-20 37. Conversion to Single Currency ...... 1-21 38. Margin of Preference ...... 1-21 39. Evaluation of Price Bids ...... 1-21 40. Comparison of Bids ...... 1-22 41. Purchaser's Right to Accept Any Bid, and to Reject Any or All Bids ...... 1-22

F. Award of Contract ...... 1-22 42. Award Criteria ...... 1-22 43. Purchaser’s Right to Vary Quantities at Time of Award ...... 1-22 44. Notification of Award ...... 1-22 45. Signing of Contract ...... 1-23 46. Performance Security ...... 1-23

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-3

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data Sheet (BDS), the Purchaser, as indicated in the BDS, issues this Bidding Document for the supply of Goods and Related Services incidental thereto as specified in Section 6 (Schedule of Supply). The name, identification, and number of lots of the international competitive bidding (ICB) are provided in the BDS. 1.2 Throughout this Bidding Document, (a) the term “in writing” means communicated in written form and delivered against receipt; (b) except where the context requires otherwise, words indicating the singular also include the plural and words indicating the plural also include the singular; and (c) “day” means calendar day.

2. Source of 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated Funds in the BDS has applied for or received financing (hereinafter called “funds”) from the Asian Development Bank (hereinafter called “ADB”) toward the cost of the project named in the BDS. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which this Bidding Document is issued.

2.2 Payments by ADB will be made only at the request of the Borrower and upon approval by ADB in accordance with the terms and conditions of the Financing Agreement between the Borrower and ADB (hereinafter called the Financing Agreement), and will be subject in all respects to the terms and conditions of that Financing Agreement. No party other than the Borrower shall derive any rights from the Financing Agreement or have any claim to the funds.

3. Fraud and 3.1 ADB’s Anticorruption Policy requires Borrowers (including Corruption beneficiaries of ADB-financed activity), as well as Bidders, Suppliers, and Contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-4 Section 1 - Instructions to Bidders

(iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party; (v) “obstructive practice” means (a) deliberately destroying, falsifying, altering, or concealing of evidence material to an ADB investigation; (b) making false statements to investigators in order to materially impede an ADB investigation; (c) failing to comply with requests to provide information, documents, or records in connection with an Office of Anticorruption and Integrity (OAI) investigation; (d) threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or (e) materially impeding ADBʼs contractual rights of audit or access to information; and (vi) “integrity violation" is any act which violates ADB’s Anticorruption Policy, including (i) to (v) above and the following: abuse, conflict of interest, violations of ADB sanctions, retaliation against whistleblowers or witnesses, and other violations of ADB's Anticorruption Policy, including failure to adhere to the highest ethical standard. (b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations in competing for the Contract; (c) will cancel the portion of the financing allocated to a contract if it determines at any time that representatives of the borrower or of a beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations during the procurement or the execution of that contract, without the borrower having taken timely and appropriate action satisfactory to ADB to remedy the situation; (d) will impose remedial actions on a firm or an individual, at any time, in accordance with ADB’s Anticorruption Policy and Integrity Principles and Guidelines (both as amended from time to time), including declaring ineligible, either indefinitely or for a stated period of time, to participate1 in ADB-financed, - administered, or -supported activities or to benefit from an ADB- financed, -administered, or -supported contract, financially or otherwise, if it at any time determines that the firm or individual has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations; and (e) will have the right to require that a provision be included in bidding documents and in contracts financed by ADB, requiring Bidders, suppliers and contractors to permit ADB or its representative to inspect their accounts and records and other

1 Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity (different names are used depending on the particular Bidding Document). Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-5

documents relating to the bid submission and contract performance and to have them audited by auditors appointed by ADB.

3.2 Furthermore, Bidders shall be aware of the provision stated in Subclause 3.2 and Subclause 35.1 (c) of the General Conditions of Contract.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government- owned enterprise subject to ITB 4.5-or any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a joint venture. In the case of a joint venture, (a) all parties to the Joint Venture shall be jointly and severally liable; and (b) the Joint Venture shall nominate a representative who shall have the authority to conduct all businesses for and on behalf of any and all the parties of the Joint Venture during the bidding process and, in the event the Joint Venture is awarded the Contract, during contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of an eligible country, in accordance with Section 5 (Eligible Countries). A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract, including related services. 4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to be in a conflict of interest with one or more parties in this bidding process if any of, including but not limited to, the following apply:

(a) they have controlling shareholders in common; or (b) they receive or have received any direct or indirect subsidy from any of them; or (c) they have the same legal representative for purposes of this Bid; or (d) they have a relationship with each other, directly or through common third parties, that puts them in a position to have access to material information about or improperly influence the Bid of another Bidder, or influence the decisions of the Purchaser regarding this bidding process; or (e) a Bidder participates in more than one bid in this bidding process, either individually or as a partner in a joint venture, except for alternative offers permitted under ITB 13. This will result in the disqualification of all Bids in which it is involved. However, subject to any finding of a conflict of interest in terms of ITB 4.3 (a)–(d) above, this does not limit the participation of a Bidder as a subcontractor in another bid or of a firm as a Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-6 Section 1 - Instructions to Bidders

subcontractor in more than one Bid; or (f) a Bidder or any affiliated entity, participated as a consultant in the preparation of the design or technical specifications of the goods and services that are the subject of the Bid; or (g) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be hired) by the Purchaser or Borrower as Project Manager for the contract.

4.4 A firm shall not be eligible to participate in any procurement activities under an ADB-financed, -administered, or -supported project while under temporary suspension or debarment by ADB pursuant to its Anticorruption Policy (see ITB 3), whether such debarment was directly imposed by ADB, or enforced by ADB pursuant to the Agreement for Mutual Enforcement of Debarment Decisions. A bid from a temporary suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Purchaser’s country shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Purchaser.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.

4.7 Firms shall be excluded if by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits any import of goods or contracting of works or services from that country or any payments to persons or entities in that country.

5. Eligible Goods 5.1 All Goods and Related Services to be supplied under the Contract and Related and financed by ADB, shall have their country of origin in eligible Services source countries as defined in ITB 4.2, and all expenditures under the Contract will be limited to such Goods and Related Services.

5.2 For purposes of this clause, the term “goods” includes commodities, raw material, machinery, equipment, and industrial plants; and “related services” includes services such as insurance, transportation, installation, commissioning, training, and initial maintenance.

5.3 The term “country of origin” means the country where the goods have been mined, grown, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components.

5.4 The nationality of the firm that produces, assembles, distributes, or sells the goods shall not determine their origin.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-7

B. Contents of Bidding Document

6. Sections of the 6.1 The Bidding Document consists of Parts I, II, and III, which include Bidding all the sections indicated below, and should be read in conjunction Document with any addenda issued in accordance with ITB 8.

PART I Bidding Procedures  Section 1 Instructions to Bidders (ITB)  Section 2 Bid Data Sheet (BDS)  Section 3 Evaluation and Qualification Criteria (EQC)  Section 4 Bidding Forms (BDF)  Section 5 Eligible Countries (ELC) PART II Supply Requirements  Section 6 Schedule of Supply (SS)

PART III Conditions of Contract and Contract Forms  Section 7 General Conditions of Contract (GCC)  Section 8 Special Conditions of Contract (SCC)  Section 9 Contract Forms (COF) 6.2 The IFB issued by the Purchaser is not part of the Bidding Document.

6.3 The Purchaser is not responsible for the completeness of the Bidding Document and its addenda, if they were not obtained directly from the source stated by the Purchaser in the IFB.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Document. Failure to furnish all information or documentation required by the Bidding Document, may result in the rejection of the Bid. 7. Clarification of 7.1 A prospective Bidder requiring any clarification on the Bidding Bidding Document shall contact the Purchaser in writing at the Purchaser’s Document address indicated in the BDS. The Purchaser will respond in writing to any request for clarification, provided that such request is received no later than 21 days prior to the deadline for submission of Bids. The Purchaser shall forward copies of its response to all Bidders who have acquired the Bidding Document in accordance with ITB 6.3, including a description of the inquiry but without identifying its source. Should the Purchaser deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB 8 and ITB 24.2. 8. Amendment of 8.1 At any time prior to the deadline for submission of the Bids, the Bidding Purchaser may amend the Bidding Document by issuing addenda. Document

8.2 Any addendum issued shall be part of the Bidding Document and shall be communicated in writing to all who have obtained the Bidding Document directly from the Purchaser in accordance with ITB 6.3.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-8 Section 1 - Instructions to Bidders

8.3 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Purchaser may, at its discretion, extend the deadline for the submission of the Bids, pursuant to ITB 24.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Purchaser shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

10. Language of 10.1 The Bid, as well as all correspondence and documents relating to Bid the Bid exchanged by the Bidder and the Purchaser, shall be written in the language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, Comprising the one containing the Technical Bid and the other the Price Bid, both Bid envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid submitted by the Bidder shall comprise the following:

(a) Technical Bid Submission Sheet; (b) Bid Security or Bid-Securing Declaration, in accordance with ITB 21; (c) alternative Technical Bid, if permissible, in accordance with ITB 13; (d) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB 22; (e) documentary evidence in accordance with ITB 16, establishing the Bidder’s eligibility to bid; (f) documentary evidence in accordance with ITB 17, that the Goods and Related Services to be supplied by the Bidder are of eligible origin; (g) documentary evidence in accordance with ITB 18 and ITB 32, that the Goods and Related Services conform to the Bidding Document; (h) documentary evidence in accordance with ITB 19, establishing the Bidder’s qualifications to perform the contract if its Bid is accepted; and (i) any other document required in the BDS.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-9

11.3 The Price Bid submitted by the Bidder shall comprise the following:

(a) Price Bid Submission Sheet and the applicable Price Schedules, in accordance with ITB 12, ITB 14, and ITB 15; (b) alternative Price Bid corresponding to the alternative Technical Bid, if permissible, in accordance with ITB 13; and (c) any other document required in the BDS.

12. Bid Submission 12.1 The Bidder shall submit the Technical Bid Submission Sheet and the Sheets and Price Bid Submission Sheet using the form furnished in Section 4 Price (Bidding Forms). These forms must be completed without any Schedules alterations to their format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

12.2 The Bidder shall submit, as part of the Price Bid, the Price Schedules for Goods and Related Services, according to their origin as appropriate, using the forms furnished in Section 4 (Bidding Forms) and as required in the BDS.

13. Alternative 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be Bids considered.

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Price Bid Discounts Submission Sheet and in the Price Schedules shall conform to the requirements specified below.

14.2 All items in the Schedule of Supply must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is substantially responsive, the corresponding adjustment shall be applied in accordance with ITB 33.3.

14.3 The price to be quoted in the Price Bid Submission Sheet shall be the total price of the Bid excluding any discounts offered. Absence of the total bid price in the Price Bid Submission Sheet may result in the rejection of the Bid.

14.4 The Bidder shall quote discounts and the methodology for their application in the Price Bid Submission Sheet.

14.5 The terms EXW, CIF, CIP, and other similar terms shall be governed by the rules prescribed in the current edition of Incoterms, published by the International Chamber of Commerce, at the date of the Invitation for Bids or as specified in the BDS.

14.6 Prices proposed in the Price Schedule Forms for Goods and Related Services, shall be disaggregated, when appropriate, as indicated in this sub-clause. This disaggregation shall be solely for the purpose of facilitating the comparison of Bids by the Purchaser. This shall not in any way limit the Purchaser’s right to contract on any of the terms offered

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-10 Section 1 - Instructions to Bidders

(a) for Goods offered from within the Purchaser’s country: (i) the price of the goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of goods quoted ex works or ex factory, or on the previously imported goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf; (ii) sales tax and all other taxes applicable in the Purchaser’s country and payable on the Goods if the Contract is awarded to the Bidder; and (iii) the total price for the item. (b) for Goods offered from outside the Purchaser’s country: (i) the price of the goods quoted CIF (named port of destination), or CIP (border point), or CIP (named place of destination), in the Purchaser’s country, as specified in the BDS; (ii) the price of the goods quoted FOB port of shipment (or FCA, as the case may be), if specified in the BDS; and (iii) the total price for the item. (c) for Related Services whenever such are specified in the Schedule of Supply: (i) the local currency cost component of each item comprising the Related Services; and (ii) the foreign currency cost component of each item comprising the Related Services, inclusive of all customs duties, sales and other similar taxes applicable in the Purchaser’s country, payable on the Related Services, if the Contract is awarded to the Bidder. 14.7 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as nonresponsive and shall be rejected, pursuant to ITB 32. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, but a Bid submitted with no indexes identified in the Tables of Adjustment Data, price adjustment shall be treated as zero for the purpose of price adjustment during the performance of the contract.

14.8 If so indicated in ITB 1.1, Bids are being invited for individual contracts (lots) or for any combination of contracts (packages). Unless otherwise indicated in the BDS, prices quoted shall correspond to 100% of the items specified for each lot and to 100% of the quantities specified for each item of a lot. Bidders wishing to offer any price discount for the award of more than one Contract shall specify in their Price Bids the price discount applicable to each package, or alternatively, to individual Contracts within the package. Price discounts shall be submitted in accordance with ITB 14.4, Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-11

provided the Price Bids for all lots are submitted and opened at the same time.

15. Currencies of 15.1 Bid prices shall be quoted in the following currencies: Bid (a) Bidders may express their bid price in any fully convertible currency. If a Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but shall use no more than three currencies in addition to the currency of the Purchaser’s country. (b) If some of the expenditures for the Related Services are to be incurred in the borrowing country, such expenditures should be expressed in the Bid and will be payable in the Purchaser’s currency.

16. Documents 16.1 To establish their eligibility in accordance with ITB 4, Bidders shall Establishing the Eligibility of (a) complete the eligibility declarations in the Bid Submission the Bidder Sheet, included in Section 4 (Bidding Forms); and (b) if the Bidder is an existing or intended Joint Venture in accordance with ITB 4.1, submit a copy of the Joint Venture Agreement, or a letter of intent to enter into such an Agreement. The respective document shall be signed by all legally authorized signatories of all the parties to the existing or intended Joint Venture, as appropriate.

17. Documents 17.1 To establish the eligibility of the Goods and Related Services, in Establishing accordance with ITB 5, Bidders shall complete the country of origin the Eligibility of declarations in the Price Schedule Forms included in Section 4 Goods and (Bidding Forms). Related Services

18. Documents 18.1 To establish the conformity of the Goods and Related Services to Establishing the Bidding Document, the Bidder shall furnish as part of its the Conformity Technical Bid documentary evidence that the Goods and Related of the Goods Services conform to the requirements specified in Section 6 and Related (Schedule of Supply). Services to the Bidding Document

18.2 The documentary evidence may be in the form of literature, drawings or data, and shall consist of a detailed item-by-item description of the essential technical and performance characteristics of the Goods and Related Services, demonstrating substantial responsiveness of the Goods and Related Services to those requirements, and if applicable, a statement of deviations and exceptions to the provisions of Section 6 (Schedule of Supply). 18.3 Standards for workmanship, process, material, and equipment, as well as references to brand names or catalogue numbers specified by the Purchaser in Section 6 (Schedule of Supply), are intended to be descriptive only and not restrictive. The Bidder may offer other standards of quality, brand names, and/or catalogue numbers, Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-12 Section 1 - Instructions to Bidders

provided that it demonstrates, to the Purchaser’s satisfaction, that the substitutions ensure substantial equivalence or are superior to those specified in Section 6 (Schedule of Supply).

19. Documents 19.1 To establish its qualifications to perform the Contract, the Bidder Establishing shall submit as part of its Technical Proposal the evidence indicated the for each qualification criteria specified in Section 3 (Evaluation and Qualifications Qualification Criteria). of the Bidder 19.2 If so required in the BDS, a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer’s Authorization using the form included in Section 4 (Bidding Forms) to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser’s country.

19.3 If so required in the BDS, a Bidder that does not conduct business within the Purchaser’s country shall submit evidence that it will be represented by an agent in the country equipped and able to carry out the Supplier’s maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.

20. Period of 20.1 Bids shall remain valid for the period specified in the BDS after the Validity of Bids bid submission deadline date prescribed by the Purchaser. A Bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive.

20.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Purchaser may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If a Bid Security is requested in accordance with ITB 21, it shall also be extended 28 days beyond the deadline of the extended bid validity period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request shall not be required or permitted to modify its Bid.

21. Bid Security/ 21.1 Unless otherwise specified in the BDS, the Bidder shall furnish as Bid-Securing part of its Bid, in original form, either a Bid-Securing Declaration or a Declaration bid security as specified in the BDS. In the case of a bid security, the amount and currency shall be as specified in the BDS.

21.2 If a Bid-Securing Declaration is required pursuant to ITB 21.1, it shall use the form included in Section 4 (Bidding Forms). The Purchaser will declare a Bidder ineligible to be awarded a Contract for a specified period of time, as indicated in the BDS, if a Bid-Securing Declaration is executed.

21.3 If a bid security is specified pursuant to ITB 21.1, the bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee, (b) an irrevocable letter of credit, or

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-13

(c) a cashier’s or certified check,

all from a reputable source from an eligible country as described in Section 5 (Eligible Countries). In the case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section 4 (Bidding Forms), or another form acceptable to the Purchaser. The form must include the complete name of the Bidder. The bid security shall be valid for 28 days beyond the original validity period of the bid, or beyond any period of extension if requested under ITB 20.2.

21.4 Unless otherwise specified in the BDS, any bid not accompanied by a substantially compliant bid security or Bid-Securing Declaration, if one is required in accordance with ITB 21.1, shall be rejected by the Purchaser as nonresponsive.

21.5 If a bid security is specified pursuant to ITB 21.1, the bid security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security pursuant to ITB 46. 21.6 If a bid security is specified pursuant to ITB 21.1, the bid security of the successful Bidder shall be returned as promptly as possible once the successful Bidder has signed the Contract Agreement and furnished the required performance security. 21.7 The bid security may be forfeited or the Bid-Securing Declaration executed,

(a) if a Bidder withdraws its bid during the period of bid validity as specified by the Bidder on the Technical Bid Submission Sheet, except as provided in ITB 20.2; or (b) if the successful Bidder fails to (i) sign the Contract Agreement in accordance with ITB 45; (ii) furnish a performance security in accordance with ITB 46; or (iii) accept the arithmetical corrections of its bid in accordance with ITB 36.

21.8 The bid security or the Bid-Securing Declaration of a Joint Venture shall be in the name of the Joint Venture that submits the bid. If the Joint Venture has not been legally constituted at the time of bidding, the bid security or the Bid-Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in ITB 4.1. 22. Format and 22.1 The Bidder shall prepare one original set of the Technical Bid and Signing of Bid one original set of the Price Bid as described in ITB 11 and clearly mark each “ORIGINAL - TECHNICAL BID” and “ORIGINAL - PRICE BID”. In addition, the Bidder shall submit copies of the Technical Bid and the Price Bid, in the number specified in the BDS and clearly mark them “COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE BID”. In the event of any discrepancy between the original and the copies, the original shall prevail.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-14 Section 1 - Instructions to Bidders

22.2 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Bid, except for unamended printed literature, shall be signed or initialled by the person signing the Bid. If a Bidder submits a deficient authorization, the Bid shall not be rejected in the first instance. The Purchaser shall request the Bidder to submit an acceptable authorization within the number of days as specified in the BDS. Failure to provide an acceptable authorization within the prescribed period of receiving such a request shall cause the rejection of the Bid.

22.3 Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person signing the bid.

D. Submission and Opening of Bids

23. Sealing and 23.1 Bidders may submit their bids by mail or by hand. When so specified Marking of Bids in the BDS, Bidders shall have the option of submitting their bids electronically. Procedures for submission, sealing and marking are as follows:

(a) Bidders submitting Bids by mail or by hand shall enclose the original of the Technical Bid, the original of the Price Bid, and each copy of the Technical Bid and each copy of the Price Bid, including alternative Bids, if permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the envelopes as “ORIGINAL - TECHNICAL BID”, “ORIGINAL - PRICE BID” and “COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE BID”, as appropriate. These envelopes containing the original and the copies shall then be enclosed in one single envelope. The rest of the procedure shall be in accordance with ITB 23.2 to ITB 23.6. (b) Bidders submitting Bids electronically shall follow the electronic bid submission procedures specified in the BDS.

23.2 The inner and outer envelopes shall

(a) bear the name and address of the Bidder; (b) be addressed to the Purchaser in accordance with ITB 24.1; and (c) bear the specific identification of this bidding process indicated in the BDS.

23.3 The outer envelopes and the inner envelopes containing the Technical Bids shall bear a warning not to open before the time and date for the opening of Technical Bids, in accordance with ITB 27.1.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-15

23.4 The inner envelopes containing the Price Bids shall bear a warning not to open until advised by the Purchaser in accordance with ITB 27.2.

23.5 If all envelopes are not sealed and marked as required, the Purchaser will assume no responsibility for the misplacement or premature opening of the Bid.

23.6 Alternative Bids, if permissible in accordance with ITB 13, shall be prepared, sealed, marked, and delivered in accordance with the provisions of ITB 22 and ITB 23, with the inner envelopes marked in addition “ALTERNATIVE NO….” as appropriate

24. Deadline for 24.1 Bids must be received by the Purchaser at the address and no later Submission of than the date and time indicated in the BDS. Bids

24.2 The Purchaser may, at its discretion, extend the deadline for the submission of Bids by amending the Bidding Document in accordance with ITB 8, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

25. Late Bids 25.1 The Purchaser shall not consider any Bid that arrives after the deadline for submission of Bids, in accordance with ITB 24. Any Bid received by the Purchaser after the deadline for submission of Bids shall be declared late, rejected, and returned unopened to the Bidder.

26. Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been Substitution, submitted by sending a written notice, duly signed by an authorized and representative, and shall include a copy of the authorization in Modification of accordance with ITB 22.2 (except that withdrawal notices do not Bids require copies). The corresponding substitution or modification of the bid must accompany the respective written notice. All notices must be

(a) prepared and submitted in accordance with ITB 22 and ITB 23 (except that withdrawal notices do not require copies), and in addition, the respective inner and outer envelopes shall be clearly marked “WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and (b) received by the Purchaser prior to the deadline prescribed for submission of bids, in accordance with ITB 24.

26.2 Bids requested to be withdrawn in accordance with ITB 26.1 shall be returned unopened to the Bidders.

26.3 No Bid may be withdrawn, substituted, or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Technical Bid Submission Sheet or any extension thereof.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-16 Section 1 - Instructions to Bidders

27. Bid Opening 27.1 The Purchaser shall open the Technical Bids in public at the address, on the date, and time specified in the BDS in the presence of Bidder’s designated representatives and anyone who choose to attend. Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB 23.1, shall be as specified in the BDS.

27.2 The Price Bids will remain unopened and will be held in custody of the Purchaser until the time of opening of the Price Bids. The date, time, and location of the opening of Price Bids will be advised in writing by the Purchaser. If the Technical Bid and the Price Bid are submitted together in one envelope, the Purchaser may reject the Bid. Alternatively, the Price Bid may be immediately resealed for later evaluation.

27.3 First, envelopes marked “WITHDRAWAL” shall be opened, read out, and recorded, and the envelope containing the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out and recorded at bid opening.

27.4 Next, outer envelopes marked “SUBSTITUTION” shall be opened. The inner envelopes containing the Substitution Technical Bid and/or Substitution Price Bid shall be exchanged for the corresponding envelopes being substituted, which are to be returned to the Bidder unopened. Only the Substitution Technical Bid, if any, shall be opened, read out, and recorded. Substitution Price Bid will remain unopened in accordance with ITB 27.2. No envelope shall be substituted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out and recorded at bid opening.

27.5 Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical Bid and/or Price Bid shall be modified unless the corresponding modification notice contains a valid authorization to request the modification and is read out and recorded at the opening of Technical Bids. Only the Technical Bids, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Price Bids, both Original as well as Modification, will remain unopened in accordance with ITB 27.2.

27.6 All other envelopes holding the Technical Bids shall be opened one at a time, and the following read out and recorded

(a) the name of the Bidder; (b) whether there is a modification or substitution; (c) the presence of a bid security or a Bid-Securing Declaration, if required; and (d) any other details as the Purchaser may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and recorded at bid opening shall be considered for evaluation. Unless otherwise specified in the BDS, all pages of the Technical Bid Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-17

Submission Sheet are to be initialed by at least three representatives of the Purchaser attending the bid opening. No Bid shall be rejected at the opening of Technical Bids except for late bids, in accordance with ITB 25.1.

27.7 The Purchaser shall prepare a record of the opening of Technical Bids that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, modification, or alternative offer; and the presence or absence of a bid security or a Bid-Securing Declaration, if one was required. The Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

27.8 At the end of the evaluation of the Technical Bids, the Purchaser will invite bidders who have submitted substantially responsive Technical Bids and who have been determined as being qualified for award to attend the opening of the Price Bids. The date, time, and location of the opening of Price Bids will be advised in writing by the Purchaser. Bidders shall be given reasonable notice of the opening of Price Bids.

27.9 The Purchaser will notify Bidders in writing who have been rejected on the grounds of being substantially nonresponsive to the requirements of the Bidding Document and return their Price Bids unopened.

27.10 The Purchaser shall conduct the opening of Price Bids of all Bidders who submitted substantially responsive Technical Bids, in the presence of Bidders` representatives who choose to attend at the address, on the date, and time specified by the Purchaser. The Bidder’s representatives who are present shall be requested to sign a register evidencing their attendance.

27.11 All envelopes containing Price Bids shall be opened one at a time and the following read out and recorded

(a) the name of the Bidder; (b) whether there is a modification or substitution; (c) the Bid Prices, including any discounts and alternative offers; and (d) any other details as the Purchaser may consider appropriate.

Only Price Bids, discounts, and alternative offers read out and recorded during the opening of Price Bids shall be considered for evaluation. Unless otherwise specified in the BDS, all pages of the Price Bid Submission Sheet and Price Schedules are to be initialed by at least three representatives of the Purchaser attending bid the opening. No Bid shall be rejected at the opening of Price Bids.

27.12 The Purchaser shall prepare a record of the opening of Price Bids that shall include, as a minimum: the name of the Bidder, the Bid Price (per lot if applicable), any discounts, and alternative offers. The Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-18 Section 1 - Instructions to Bidders

Bidders’ representatives who are present shall be requested to sign the record. The omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders who submitted bids on time, and posted online when electronic bidding is permitted.

E. Evaluation and Comparison of Bids

28. Confidentiality 28.1 Information relating to the examination, evaluation, comparison, and qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on the Contract award is communicated to all Bidders.

28.2 Any attempt by a Bidder to influence the Purchaser in the examination, evaluation, comparison, and postqualification of the Bids or Contract award decisions may result in the rejection of its Bid.

28.3 Notwithstanding ITB 28.2, from the time of opening the Technical Bids to the time of Contract award, if any Bidder wishes to contact the Purchaser on any matter related to the bidding process, it should do so in writing.

29. Clarification of 29.1 To assist in the examination, evaluation, comparison and post- Bids qualification of the Bids, the Purchaser may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification submitted by a Bidder with regard to its Bid and that is not in response to a request by the Purchaser shall not be considered. The Purchaser’s request for clarification and the response shall be in writing. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetic errors discovered by the Purchaser in the evaluation of the Price Bids, in accordance with ITB 36. 29.2 If a Bidder does not provide clarifications on its Bid by the date and time set in the Purchaser’s request for clarification, its bid may be rejected. 30. Deviations, 30.1 During the evaluation of Bids, the following definitions apply: Reservations, and Omissions (a) “Deviation” is a departure from the requirements specified in the Bidding Document; (b) “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and (c) “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.

31. Examination of 31.1 The Purchaser shall examine the Technical Bid to confirm that all Technical Bids documents and technical documentation requested in ITB 11.4 have been provided, and to determine the completeness of each document submitted.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-19

31.2 The Purchaser shall confirm that the following documents and information have been provided in the Technical Bid. If any of these documents or information is missing, the offer shall be rejected:

(a) Technical Bid Submission Sheet in accordance with ITB 12.1; (b) written confirmation of authorization to commit the Bidder; (c) bid security or Bid-Securing Declaration, if applicable; and (d) Manufacturer’s Authorization, if applicable.

32. Responsivenes 32.1 The Purchaser’s determination of a Technical Bid’s responsiveness s of Technical is to be based on the contents of the Technical Bid itself, as defined Bid in ITB 11.

32.2 A substantially responsive Technical Bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that,

(a) If accepted, would (i) affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in Section 6 (Schedule of Supply); or (ii) limits in any substantial way, inconsistent with the Bidding Document, the Purchaser’s rights or the Bidder’s obligations under the Contract; or (b) if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive Technical Bids.

32.3 The Purchaser shall examine the technical aspects of the Bid in particular, to confirm that all requirements of Section 6 (Schedule of Supply) have been met without any material deviation, reservation, or omission.

32.4 If a Technical Bid is not substantially responsive to the Bidding Document, it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

33. Nonmaterial 33.1 Provided that a Technical Bid is substantially responsive, the Nonconformitie Purchaser may waive nonconformities in the Bid that does not s constitute a material deviation, reservation, or omission.

33.2 Provided that a Technical Bid is substantially responsive, the Purchaser may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Technical Bid related to documentation requirements. Requesting information or documentation on such nonconformities shall not be related to any aspect of the Price Bid of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-20 Section 1 - Instructions to Bidders

33.3 Provided that a Technical Bid is substantially responsive, the Purchaser shall rectify quantifiable nonmaterial nonconformities or omissions. To this effect, the Bid Price shall be adjusted during evaluation of Price Bids, for comparison purposes only, to reflect the price of the missing or non-conforming item or component. The adjustment shall be made using the method indicated in Section 3 (Evaluation and Qualification Criteria).

34. Qualification of 34.1 The Purchaser shall determine to its satisfaction during the the Bidder evaluation of Technical Bids whether Bidders meets the qualifying criteria specified in Section 3 (Evaluation and Qualification Criteria).

34.2 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 19.

34.3 An affirmative determination shall be a prerequisite for the opening and evaluation of a Bidder’s Price Bid. A negative determination shall result into the disqualification of the Bid, in which event the Purchaser shall return the unopened Price Bid to the Bidder.

35. Examination of 35.1 Following the opening of Price Bids, the Purchaser shall examine the Price Bids Price Bids to confirm that all documents and financial documentation requested in ITB 11.5 have been provided, and to determine the completeness of each document submitted.

35.2 The Purchaser shall confirm that the following documents and information have been provided in the Price Bid. If any of these documents or information is missing, the offer shall be rejected:

(a) Price Bid Submission Sheet in accordance with ITB 12.1; and (b) Price Schedules, in accordance with ITB 12, ITB 14, and ITB 15.

36. Correction of 36.1 During the evaluation of Price Bids, the Purchaser shall correct Arithmetical arithmetical errors on the following basis: Errors (a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected. (b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected. (c) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b) above.

36.2 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its bid Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-21

security may be forfeited, or its Bid-Securing Declaration executed.

37. Conversion to 37.1 For evaluation and comparison of Price Bids, the Purchaser shall Single convert all bid prices expressed in the amounts in various currencies Currency into a single currency, using the selling exchange rates established by the source and on the date specified in the BDS.

38. Margin of 38.1 Unless otherwise specified in the BDS, a margin of preference shall Preference not apply.

39. Evaluation of 39.1 The Purchaser shall use the criteria and methodologies indicated in Price Bids this clause. No other criteria or methodology shall be permitted.

39.2 To evaluate a Price Bid, the Purchaser shall consider the following:

(a) the bid price as quoted in accordance with ITB 14; (b) price adjustment for correction of arithmetic errors in accordance with ITB 36.1; (c) price adjustment due to discounts offered in accordance with ITB 14.4; (d) price adjustment due to application of the evaluation criteria specified in Section 3 (Evaluation and Qualification Criteria). These criteria may include factors related to the characteristics, performance, and terms and conditions of purchase of the Goods and Related Services which shall be expressed to the extent practicable in monetary terms to facilitate comparison of bids unless otherwise specified in Section 3; and (e) converting the amount resulting from applying (a) to (c) above, if relevant, to a single currency in accordance with ITB 37.

39.3 The Purchaser’s evaluation of a bid will exclude and not take into account,

(a) in the case of Goods offered from within the Purchaser’s country, all sales tax and all other taxes, applicable in the Purchaser’s country and payable on the Goods if the Contract is awarded to the Bidder; (b) in the case of Goods offered from outside the Purchaser’s country, all customs duties, sales tax, and other taxes, applicable in the Purchaser’s country and payable on the Goods if the Contract is awarded to the Bidder; and (c) any allowance for price adjustment during the period of performance of the Contract, if provided in the Bid.

39.4 If the Bidding Document allows Bidders to quote separate prices for different lots (contracts), and the award to a single Bidder of multiple lots (contracts), the methodology to determine the lowest evaluated price of the lot (contract) combinations, including any discounts offered in the Price Bid Submission Sheet, is as specified in Section 3 (Evaluation and Qualification Criteria).

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-22 Section 1 - Instructions to Bidders

40. Comparison of 40.1 The Purchaser shall compare all substantially responsive Bids to Bids determine the lowest evaluated bid, in accordance with ITB 39.

41. Purchaser’s 41.1 The Purchaser reserves the right to accept or reject any Bid, and to Right to Accept annul the bidding process and reject all Bids at any time prior to Any Bid, and to Contract award, without thereby incurring any liability to the Bidders. Reject Any or In case of annulment, all Bids submitted and specifically, bid All Bids securities, shall be promptly returned to the Bidders.

F. Award of Contract

42. Award Criteria 42.1 The Purchaser shall award the Contract to the Bidder whose offer has been determined to be the lowest evaluated Bid and is substantially responsive to the Bidding Document, provided further that the Bidder has remained qualified to perform the Contract satisfactorily.

42.2 A Bid shall be rejected if the qualification criteria as specified in Section 3 (Evaluation and Qualification Criteria) are no longer met by the Bidder whose offer has been determined to be the lowest evaluated Bid. In this event the Purchaser shall proceed to the next lowest evaluated Bid to make a similar reassessment of that Bidder’s capabilities to perform satisfactorily.

43. Purchaser’s 43.1 At the time the Contract is awarded, the Purchaser reserves the right Right to Vary to increase or decrease the quantity of Goods and Related Services Quantities at originally specified in Section 6 (Schedule of Supply), provided this Time of Award does not exceed the percentages indicated in the BDS, and without any change in the unit prices or other terms and conditions of the Bid and the Bidding Document.

44. Notification of 44.1 Prior to the expiration of the period of bid validity, the Purchaser Award shall notify the successful Bidder, in writing, that its Bid has been accepted.

44.2 At the same time, the Purchaser shall also notify all other Bidders of the results of the bidding. The Purchaser will publish in an English language newspaper or well-known freely accessible website the results identifying the Bid and lot numbers and the following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices as read out at bid opening; (iii) name and evaluated prices of each Bid that was evaluated; (iv) name of Bidders whose Bids were rejected and the reasons for their rejection; and (v) name of the winning Bidder, and the price it offered, as well as the duration and summary scope of the contract awarded. After publication of the award, unsuccessful Bidders may request in writing to the Purchaser for a debriefing seeking explanations on the grounds on which their Bids were not selected. The Purchaser shall promptly respond in writing to any unsuccessful Bidder who, after publication of contract award, requests a debriefing.

44.3 Until a formal Contract is prepared and executed, the notification of award shall constitute a binding Contract.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 1 - Instructions to Bidders 1-23

45. Signing of 45.1 Promptly after notification, the Purchaser shall send to the Contract successful Bidder the Agreement.

45.2 Within 28 days of receipt of the Agreement, the successful Bidder shall sign, date, and return it to the Purchaser.

46. Performance 46.1 Within 28 days of the receipt of notification of award from the Security Purchaser, the successful Bidder shall furnish the Performance Security in accordance with the GCC, using for that purpose the Performance Security Form included in Section 9 (Contract Forms), or another form acceptable to the Purchaser.

46.2 Failure of the successful Bidder to submit the above-mentioned Performance Security or sign the Contract Agreement shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security or execution of the Bid-Securing Declaration. In that event, the Purchaser may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

1-24 Section 1 - Instructions to Bidders

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 2 - Bid Data Sheet 2-1

Section 2 - Bid Data Sheet A. General ITB 1.1 The number of the Invitation for Bids (IFB) is: 550/PMU/ADB/TECH/2017 dated 22.12.2017 ITB 1.1 The Purchaser is: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Telephone : +91 044 25333859 E-mail : [email protected] ITB 1.1 The name of the International competitive bidding (ICB) is: Supply and installation of Retro reflective Signage boards at 228 different tourist sites in all 32 district of Tamil Nadu The identification number of the ICB is: IDIPT/TN/T4/ICB/02/2017 The number and identification of lots comprising this ICB is: One ITB 2.1 The Borrower is: Government of India ITB 2.1 The name of the Project is: ADB Loan No: 40648-037-IND, Infrastructure Development Investment Program for Tourism, Tamil Nadu. B. Contents of Bidding Document

ITB 7.1 For clarification purposes only, the Purchaser’s address is: Attention: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Country: India Telephone : +91 044 25333859 E-mail : [email protected] C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

ITB 11.2 (i) The Bidder shall submit with its Technical Bid the following additional documents: Not Applicable. ITB 11.3 (c) The Bidder shall submit with its Price Bid the following additional documents: Not Applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 2-2 Section II. Bid Data Sheet

ITB 12.2 The units and rates in figures entered into the Price Schedules should be typewritten or if written by hand, must be in print form. Price Schedules not presented accordingly may be considered nonresponsive.

ITB 13.1 Alternative Bids Shall Not be permitted.

ITB 14.5 The Incoterms edition is 2010

ITB 14.6 (b) (i) For Goods offered from outside the Purchaser’s country, the Bidder shall quote prices using the following incoterms-CIP (Destinations are detailed in section 6 of the Bid Document) ITB 14.6 (b) (ii) In addition to the above, the Bidder shall quote prices for Goods offered from outside the Purchaser’s country, using the following incoterms N.A ITB 14.7 The prices quoted by the Bidder shall not be adjustable.

ITB 14.8 Prices quoted for each lot shall correspond at least to 100 % of the items specified for each lot. Prices quoted for each item of a lot shall correspond at least to 100 % of the quantities specified for this item of a lot.

ITB 19.2 The Bidder is required to submit documentation to substantiate that it is an authorized dealer, distributor or re-seller of the goods being procured. ITB 19.3 The Bidder is required to include with its bid, evidence that it will be represented by an Agent in the Purchaser’s country. ITB 20.1 The bid validity period shall be 120 days.

ITB 21.1 The Bidder shall furnish a bid security in the amount of INR 2.48 million / US $ 0.04 million. The Bid security should be valid for 28 days after expiry of the bid validity period and will be part of technical bid. ITB 21.2 The ineligibility period Not Applicable.

ITB 21.3 ‘a)‘’The Bank guarantee shall be issued either (i) by a Scheduled bank or nationalized banks located in India, or (ii) directly by a foreign bank through its corresponding financial entity registered, or licensed to do business, in India, with office located in India, to make it enforceable.’’ Also, as per ITB 21.3 (b),‘’ Fixed Deposit Receipts pledged in favour of the Project director, Project Management unit, Infrastructure Development Investment Program for Tourism in Tamil Nadu, Department of Tourism payable at Chennai from a reputable bank of India.’’ ITB 21.4 Subject to the succeeding sentences, any bid not accompanied by an irrevocable and callable bid security shall be rejected by the Purchaser as nonresponsive. If a Bidder submits a bid security that (i) deviates in form, amount, and/or period of validity, or (ii) does not provide sufficient identification of the Bidder (including, without limitation, failure to indicate the name of the Joint Venture or, where the Joint Venture has not yet been constituted, the names of all future Joint Venture Partners), the Purchaser shall request the Bidder to submit a compliant bid security within 14 days of receiving such a request. Failure to provide a compliant bid security within the prescribed period of receiving such a request shall cause the rejection of the Bid. ITB 22.1 In addition to the original Bid, the number of copies is: One Copy

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 2 - Bid Data Sheet 2-3

ITB 22.2 The written confirmation of Authorization to sign on behalf of the Bidder shall consist of: (i) Power of Attorney, which should either be notarized or attested to by the appropriate authority in the Bidder’s home country. (ii) Bids submitted by an existing Joint Venture shall include an undertaking signed by all parties, (a) stating that all parties shall be jointly and severally liable, and (b) nominating a Representative who shall have the authority to conduct all business for an on behalf of any and all the parties of the Joint Venture during the bidding process and, in the event the Joint Venture is awarded the Contract, during contract execution. The Bidder shall submit an acceptable authorization along with his technical bid However if a bidder submits a deficient authorization, the employer shall request the bidder to submit an acceptable authorization within 14days of receiving such a request,. Failure to provide an acceptable authorization within the prescribed period of receiving such a request shall cause the rejection of the bid. The Bidder shall submit an acceptable authorization within 14 days.

D. Submission and Opening of Bids

ITB 23.1 Bidders shall not have the option of submitting their bids electronically

ITB 23.1 (b) If Bidders shall have the option of submitting their bids electronically, the electronic bidding submission procedures shall be: Not Applicable

ITB 23.2 (c) The additional identification marks are IDIPT/TN/ ICB/02/2017

ITB 24.1 For bid submission purposes only, the Purchaser’s address is : Attention: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Country: India Telephone : +91 044 25380583 E-mail : [email protected]

ITB 24.1 The deadline for bid submission is: Date: 16.02.2018 Time: 15:00 Hrs

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 2-4 Section II. Bid Data Sheet

ITB 27.1 The Technical Bid opening shall take place at: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Country: India

Date: 16.02.2018 Time: 15:30 Hrs

ITB 27.1 The electronic bid opening procedure shall be as follows: Not Applicable.

ITB 27.3 The Bid Submission Sheet shall be initialed by Three (3) representatives of the Purchaser attending Technical Bid opening. The Price Bid Submission Sheet and Price Schedules shall be initialed by 3 ITB 27.11 (Three) representatives of the Purchaser attending Price Bid opening. E. Evaluation and Comparison of Bids

ITB 34.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Indian National Rupee (INR) The source of the selling exchange rate shall be: The date for the selling exchange rate shall be: 28 Days prior to the bid Submission deadline.

ITB 35.1 A margin of preference shall Not apply.

F. Award of Contract

ITB 43.1 The maximum percentage by which quantities may be increased is: 10 % The maximum percentage by which quantities may be decreased is: 10 %

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-1

Section 3 - Evaluation and Qualification Criteria

Table of Criteria

1. Technical Evaluation ...... 3-3

1.1 Technical Criteria ...... 3-3

2. Qualification Criteria ...... 3-4

Part 1. Recommended Criteria ...... 3-4

Contract Type B: High Value and Technically Complex Items ...... 3-4

2.1 Eligibility and Pending Litigation ...... 3-4 2.1.1 Eligibility ...... 3-4 2.1.2 Pending Litigation ...... 3-4

2.2 Experience and Technical Capacity ...... 3-4 2.2.1 Contractual Experience ...... 3-4 2.2.2 Technical Experience ...... 3-4 2.2.3 Production Capacity ...... 3-4

2.3 Financial Situation ...... 3-4 2.3.1 Historical Financial Performance...... 3-4 2.3.2 Size of Operation (Average Annual Turnover) ...... 3-5 2.3.3 Cash Flow Capacity ...... 3-5

Part 2. Specific Requirements for the Criteria ...... 3-6

2.1 Eligibility and Pending Litigation ...... 3-6 2.1.1 Eligibility ...... 3-6 2.1.1.1 Nationality ...... 3-6 2.1.1.2 Conflict of Interest ...... 3-6 2.1.1.3 ADB Eligibility ...... 3-6 2.1.1.4 Government-Owned Enterprise ...... 3-6 2.1.1.5 United Nations Eligibility ...... 3-6

2.1.2 Pending Litigation ...... 3-7 2.1.2.1 Pending Litigation and Arbitration ...... 3-7

2.2 Experience and Technical Capacity ...... 3-8 2.2.1 Contractual Experience ...... 3-8 2.2.2 Technical Experience ...... 3-8 2.2.3 Production Capacity ...... 3-9

2.3 Financial Situation ...... 3-10 2.3.1 Historical Financial Performance...... 3-10 2.3.2 Size of Operation (Average Annual Turnover) ...... 3-10 2.3.3 Cash Flow Capacity ...... 3-11

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-2

3 Economic Evaluation...... 3-12 3.1 Adjustment for Scope ...... 3-12 3.1.1 Local Handling and Inland Transportation ...... 3-12 3.1.2 Minor Omissions or Missing Items ...... 3-12 3.2 Adjustment for Deviations from the Terms of Payment ...... 3-12 3.3 Adjustment for Deviations in the Delivery and Completion Schedule ...... 3-12 3.4 Operating and Maintenance Costs...... 3-13 3.5 Spare Parts ...... 3-13 3.6 Performance and Productivity of the Goods ...... 3-13

3.7 Multiple Lots(Contract) ...... 3-13 3.8 Margin of Preference ...... 3-14 3.8.1 Method of Application ...... 3-14

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-3

1. Technical Evaluation

1.1 Technical Criteria

The cost of all quantifiable deviations or deficiencies from the technical requirements as specified in Section 6 (Schedule of Supply) shall be evaluated. The Purchaser will make its own assessment of the cost of these deviations or deficiencies for the purpose of ensuring fair comparison of Bids.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-4

2. Qualification Criteria

Bidders shall meet the qualification criteria set by the Purchaser on a pass-fail basis. Unless specifically indicated otherwise, it is the legal entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates that must satisfy these criteria.

Part 1: Recommended Criteria

Contract Type B: High-Value and Technically Complex Items

2.1 Eligibility and Pending Litigation

2.1.1 Eligibility Eligibility for participation by Bidders in terms of nationality, conflict of interest, status as government-owned enterprise and sanctions imposed either by ADB or other international development institutions.

2.1.2 Pending Litigation All pending claims, arbitration, or other litigation shall represent in total not more than 50% of the Bidder’s net worth. Any pending litigation or arbitration formally commenced against the Bidder shall be considered.

2.2 Experience and Technical Capacity

2.2.1 Contractual Experience Number of contracts successfully completed as main supplier within the last three (3) years. Value, nature, and complexity of these contracts should be comparable to the contract to be let. 2.2.2 Technical Experience Goods offered have been in production for at least five (5) years and a minimum of one similar capacity have been sold and have been operating satisfactorily for at least three (3) years.

2.2.3 Production Capacity Minimum supply and/or production capacity required to assure that the Bidder is capable of supplying the type, size, and quantity of the Goods required.

2.3 Financial Situation

2.3.1 Historical Financial Performance Soundness of the Bidder’s financial position, showing long-term profitability demonstrated through audited annual financial statements (balance sheet, income statement) for the last three (3) years.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-5

2.3.2 Size of Operation (Average Annual Turnover)

Average annual turnover (converted into US dollars) defined as the total payment received by the Bidder for contracts completed or under execution over the last three (3) years.

2.3.3 Cash Flow Capacity

Availability of or access to liquid assets, lines of credit, and other finances sufficient to meet any possible cash flow requirement that may arise during the execution of the contract.

Bidder is not a manufacturer under Contract Type B:

If a Bidder is not a manufacturer, but is offering the Goods on behalf of the Manufacturer under Manufacturer's Authorization Form (Section 4, Bidding Forms), the Bidder shall demonstrate that it meets the requirements for

2.1.1 Eligibility 2.3.1 Historical Financial Performance 2.1.2 Pending Litigation 2.3.2 Size of Operation (Average Annual Turnover), and 2.2.1 Contractual Experience 2.3.3 Cash Flow Capacity but that the Manufacturer shall separately demonstrate that it meets the requirement for

2.1.1 Eligibility 2.2.2 Technical Experience, and 2.2.3 Production Capacity

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-6

Part 2: Specific Requirements for the Criteria

2.1 Eligibility and Pending Litigation

2.1.1 Eligibility

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner

2.1.1.1 Nationality

Nationality in accordance with must meet must meet must meet not Technical Bid ITB Sub clause 4.2. requirement requirement requirement applicable Submission Sheet; Forms ELI – 1 and ELI - 2

2.1.1.2 Conflict of Interest

No conflicts of interest in must meet must meet must meet not Technical Bid accordance with ITB Sub clause requirement requirement requirement applicable Submission Sheet 4.3.

2.1.1.3 ADB Eligibility

Not having been declared must meet must meet must meet not Technical Bid ineligible by ADB, as described requirement requirement requirement applicable Submission Sheet in ITB Sub clause 4.4.

2.1.1.4 Government-Owned Enterprise

Bidder required to meet must meet must meet must meet not Technical Bid conditions of ITB Sub clause requirement requirement requirement applicable Submission Sheet; Forms ELI – 1 and 4.5. ELI - 2

2.1.1.5 United Nations Eligibility

Not having been excluded by an must meet must meet must meet not Technical Bid act of compliance with a United requirement requirement requirement applicable Submission Sheet Nations Security Council resolution in accordance with ITB Sub clause 4.7.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-7

2.1.2 Pending Litigation

Pending litigation and arbitration criterion shall apply.

2.1.2.1 Pending Litigation and Arbitration

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner All pending litigation and must meet not must meet not Form LIT - 1 arbitration, if any, shall be requirement applicable requirement applicable by itself or by itself or treated as resolved against the as partner to as partner to Bidder and so shall in total not past or past or represent more than 50 % existing Joint existing Joint percent of the Bidder’s net Venture Venture worth calculated as the difference between total assets and total liabilities.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-8

2.2 Experience and Technical Capacity

2.2.1 Contractual Experience

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner must meet must meet not not Form EXP - 1 Successful completion as main supplier within the last 3 years, requirement requirement applicable applicable of at least one (1) contract valued at INR 198.64 million / US$ 3.03 million with nature, and complexity similar to the scope of supply described in Section 6 (Schedule of Supply).

2.2.2 Technical Experience

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner

The Bidder shall demonstrate that must meet must meet not not Form EXP - 2 the goods offered have requirement requirement applicable applicable (i) been in production for at least 5 years, and (ii) been sold a minimum of one (1) x each item of similar type and specification over the last three (3) years; (iii) been in operation for a minimum of three (3) years.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-9

2.2.3 Production Capacity

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner must meet must meet not not Form EXP - 3 The Bidder or manufacturer shall demonstratea that it can requirement requirement applicable applicable supply the type, size, and quantity of the goods as required by Purchaser in accordance with the Delivery and Completion Schedule in Section 6 (Schedule of Supply).

- Note - a Bidder or Manufacturer shall provide evidence of production output.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-10

2.3 Financial Situation

2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner Submission of audited financial must meet not must meet not Form FIN - 1 statements or, if not required by requirement applicable requirement applicable the law of the Bidder’s country, other financial statements acceptable to the Purchaser, for the last three (3) years to demonstrate the current soundness of the Bidder’s financial position. As a minimum, the Bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive.

2.3.2 Size of Operation (Average Annual Turnover)

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner Minimum average annual must meet must meet must meet must meet Form FIN - 2 requirement requirement turnover of INR 331.07 million/ 25% 40% US$ 5.05 million calculated as of the of the total payments received by the requirement requirement Bidder for contracts completed or under execution over the last three (3) years.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-11

2.3.3 Cash Flow Capacity

Criteria Compliance Requirements Documents Joint Venture Single Submission Requirement Entity All Partners Each One Requirements Combined Partner Partner Availability of or access to liquid must meet must meet must meet must meet Form FIN - 3 requirement requirement assets, lines of credit, and other 25% 40% finances sufficient to meet cash of the of the flow requirement which is INR requirement requirement 41.38 million/ US$ 0.63 million.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-12

3 Economic Evaluation

Economic criteria are applied when evaluating a Bid to determine the lowest evaluated Bid. These criteria are the bid price and other factors expressed in monetary terms such as those related to characteristics, performance, and terms and conditions of the purchase of the goods. The monetary values of the factors provide the adjustment of the bid price for comparison purposes. 3.1 Adjustment for Scope 3.1.1 Local Handling and Inland Transportation

Costs for inland transportation, insurance, and other incidental costs for delivery of the goods from the EXW premises, or port of entry, or border point to Project Site as defined in Section 6 (Schedule of Supply), shall be quoted in the Price Schedule for Related Services to Be Offered from Outside and Within the Purchaser’s Country provided In Section 4 (Bidding Forms). These costs will be taken into account during bid evaluation. If a Bidder fails to include such costs in its Bid, then these costs will be estimated by the Purchaser on the basis of published tariffs by the rail or road transport agencies, insurance companies, or other appropriate sources, and added to EXW or CIF or CIP price.

3.1.2 Minor Omissions or Missing Items

Pursuant to ITB 33.3, the cost of all quantifiable non material non conformities or omissions from the contractual and commercial conditions shall be evaluated. The Purchaser will make its own assessment of the cost of any non material non conformities and omissions for the purpose of ensuring fair comparison of Bids.

3.2 Adjustment for Deviations from the Terms of Payment - Not Applicable

Alternative:1 Deviations from the Terms of Payment as specified in SCC 16.1 are not permitted.

Alternative:2 “Bids offering payment terms that differ from those specified in SCC 16.1 will be accepted but the Bids will be adjusted in the evaluation by adding the cost of the interest involved at the rate of (. . . specify commercial rate applicable).”]

3.3 Adjustment for Deviations in the Delivery and Completion Schedule- Not Applicable

Bidders are required to base their prices on the Delivery and Completion Schedule specified in Section 6 (Schedule of Supply). Alternative:1 Deviations from the Delivery and Completion Schedule specified in Section 6 (Schedule of Supply) are not permitted. Alternative:2 “The Goods covered by this bidding process are required to be delivered in accordance with, and completed within, the Delivery and Completion Schedule specified in Section 6 (Schedule of Supply). No credit will be given for earlier completion. Bids offering late contract performance schedules will be accepted but the Bids shall be adjusted in the evaluation by adding to the Bid Price at the rate of (. . . specify percentage) of the Bid Price for each day of delay. Bids offering delivery schedules beyond (. . . specify time limit) of the date specified in Section 6 (Schedule of Supply), shall be rejected.”]

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-13

3.4 Operating and Maintenance (O&M) Costs - Not Applicable

Typical O&M cost factors for calculation are as follows:

(a) Number of years for initial period of operation. [... insert the period in years. The period should be usually between 5 and 10 years, and should not exceed the period before a major overhaul of the Goods becomes necessary ...]

(b) Operating costs such as fuel, electricity, spare parts, labor and/or other inputs required for the operation of the Goods.

(c) Rate of [... insert rate in words and figures ...], in percentage, to be used to discount to present value, all of the annual future costs calculated under (b) above for the period specified in (a).

3.5 Spare Parts - Not Applicable

“The list of items and quantities of (. . . specify spare parts, tools, major assemblies, and selected components), likely to be required during the initial period (. . . specify period) of operation is indicated in Section 6 (Schedule of Supply). The total cost of these items at the unit prices quoted in each Bid shall be added to the Bid Price.

3.6 Performance and Productivity of the Goods - Not Applicable The adjustment factor for the performance or productivity of the Goods shall be calculated based on the difference between the reference value or norm (i.e., the efficiency) as specified in Section 6 (Schedule of Supply), and the corresponding value guaranteed by the Bidder in its Bid. The method of calculation shall be the following:

3.7 Multiple Lots (Contracts) - Not Applicable If Goods and Related Services are grouped in multiple lots, the following provision must be used:

“Goods are grouped in lots. The Purchaser will evaluate and compare Bids on the basis of a lot, or a combination of lots, or as a total of lots to arrive at the least cost combination for the Purchaser by taking into account discounts offered by Bidders in case of award of multiple contracts.”

If a Bidder submits successful Bids for multiple lots (lowest evaluated substantially responsive Bids), the evaluation will also include an assessment of the Bidder’s capacity to meet the aggregated qualifying requirements relating to: [Purchaser to list here the qualifying requirements set for individual contracts/lots, i.e., production capacity, size of operation]

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 3 - Evaluation and Qualification Criteria 3-14

3.8 Margin of Preference - Not Applicable

The borrower may, with the agreement of ADB, grant a margin of preference in the evaluation of bids under ICB procedure to bids offering certain goods manufactured in the country of the borrower, when compared to bids offering such goods manufactured elsewhere. The nationality of the manufacturer or supplier is not a condition for such eligibility. The method described below, as stipulated in the Financing Agreement, shall be followed in the evaluation and comparison of bids. For land-locked countries requiring multimodal transportation CIP (…point of entry) should be used instead of CIF (…port of destination).

3.8.1 Method of Application

1. For comparison, responsive bids shall be classified in one of the following three groups:

(a) Group A: bids exclusively offering goods manufactured in the country of the borrower if the bidder establishes to the satisfaction of the borrower and ADB that (i) labor, raw material, and components from within the country of the borrower will account for 30% or more of the EXW price of the product offered, and (ii) the production facility in which those goods will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least since the time of bid submission.

(b) Group B: all other bids offering goods manufactured in the country of the Borrower.

(c) Group C: bids offering goods manufactured abroad that have been already imported or that will be directly imported.

2. The price quoted for goods in bids of groups A and B shall include all duties and taxes paid or payable on the basic materials or components purchased in the domestic market or imported, but shall exclude the sales and similar taxes on the finished product. The price quoted for goods in bids of group C shall be on CIF or CIP (place of destination), which is exclusive of customs duties and other import taxes already paid or to be paid.

3. In the first step, all evaluated Bids in each group shall be compared to determine the lowest bid in each group. Such lowest evaluated bids shall be compared with each other and if, as a result of this comparison, a bid from group A or group B is the lowest, it shall be selected for the award.

4. If as a result of the comparison under paragraph 3 above, the lowest evaluated Bid is a Bid from group C, the lowest evaluated bid from group C shall be further compared with the lowest evaluated Bid from group A after adding to the evaluated price of goods offered in the Bid from group C, for the purpose of this further comparison only, an amount equal to 15% of the CIF or CIP bid price. The lowest evaluated Bid determined from this last comparison shall be selected.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-1

Section 4 - Bidding Forms

Table of Forms

Technical Bid Submission Sheet ...... 4-3

Price Bid Submission Sheet ...... 4-5

Price Schedules ...... 4-7

Price Schedule for Goods to Be Offered from Within the Purchaser's Country ...... 4-7

Price Schedule for Goods to Be Offered from Outside the Purchaser's Country ...... 4-8

Price Schedule for Related Services to Be Offered from Outside and Within the Purchaser's Country ...... 4-9

Tables of Adjustment Data ...... 4-10

Bid Security ...... 4-11

Bid-Securing Declaration ...... 4-12

Manufacturer’s Authorization ...... 4-13

Bidder’s Qualification ...... 4-14 Form ELI – 1: Bidder’s Information Sheet ...... 4-15 Form ELI - 2: Joint Venture Information Sheet ...... 4-16 Form LIT - 1: Pending Litigation and Arbitration...... 4-16 Form EXP - 1: Contractual Experience ...... 4-17 Form EXP - 2: Technical Experience ...... 4-18 Form EXP - 3: Production Capacity ...... 4-19 Form FIN - 1: Historical Financial Performance ...... 4-20 Form FIN - 2: Size of Operation (Average Annual Turnover) ...... 4-21 Form FIN - 3: Cash Flow Capacity ...... 4-22

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-3

Technical Bid Submission Sheet

-- Note – The Bidder must accomplish the Technical Bid Submission Sheet on its letterhead clearly showing the bidder’s complete name and address.

Date: ICB No.: IDIPT/TN/T4/ICB/02/2017 Invitation for Bid (IFB) No.: 550/PMU/ADB/TECH/2017 Dated 22.12.2017

To: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu India

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including the Addenda issued in accordance with Instructions to Bidders (ITB) 8.

(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule specified in Section 6 (Schedule of Supply), the following Goods and Related Services: Supply and installation of Retro Reflective Signage boards at 228 different tourist sites in all 32 district of Tamil Nadu.

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of 120 days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

(d) Our firms, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB 4.2.

(e) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of interest in accordance with ITB 4.3.

(f) We are not participating, as a Bidder in more than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers in accordance with the Bidding Document.

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the ADB, under the Purchaser’s country laws or official regulations or by an act of compliance with a decision of the United Nations Security Council.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-4 Section 4 - Bidding Forms

(h) [We are not a government-owned enterprise] / [We are a government-owned enterprise but meet the requirements of ITB 4.5].1

(i) We agree to permit ADB or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by ADB.

Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date

1 Use one of the two options as appropriate.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-5

Price Bid Submission Sheet -- Note – The Bidder must accomplish the Price Bid Submission Sheet on its letterhead clearly showing the bidder’s complete name and address.

Date: ICB No.: IDIPT/TN/T4/ICB/02/2017 Invitation for Bid (IFB) No.: 550/PMU/ADB/TECH/2017 Dated 22.12.2017

To: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu India

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Document, including the Addenda issued in accordance with Instructions to Bidders (ITB) 8.

(b) We offer to supply in conformity with the Bidding Document and in accordance with the delivery schedule specified in Section 6 (Schedule of Supply), the following Goods and Related Services: Supply and installation of Retro Reflective Signage boards at 228 different tourist sites in all 32 district of Tamil Nadu.

(c) The total price of our Bid, excluding any discounts offered in item (d) below, is

[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount in figures]

The total bid price from the price schedules should be entered by the Bidder inside this box. Absence of the total bid price in the Price Bid Submission Sheet may result in the rejection of the bid.

(d) The discounts offered and the methodology for their application are as follows:

Discounts: If our Bid is accepted, the following discounts shall apply: . . . . . [specify in detail each discount offered and the specific item of the Schedule of Supply to which it applies] . . . . .

Methodology of Application of the Discounts: The discounts shall be applied using the following method: . . . . . [specify in detail the method that shall be used to apply the discounts] . . . .

(e) Our bid shall be valid for a period of . . . . [insert validity period as specified in ITB 20.1 of the BDS] . . . . days from the date fixed for the submission deadline in accordance with the Bidding

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-6 Section 4 - Bidding Forms

Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

(f) If our Bid is accepted, we commit to obtain a Performance Security in the amount of . . . . . [specify a figure between 5% and 10%, which should be consistent with that of SCC 18.1] . . . . . percent of the Contract Price for the due performance of the Contract.

(g) The following commissions, gratuities, or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract:1

Name of Recipient Address Reason Amount ______

______

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed.

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(j) We agree to permit ADB or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by ADB.

Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date

1 If none has been paid or is to be paid, indicate “None.”

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-7

Price Schedule for Goods to Be Offered from Within the Purchaser’s Country

Name of Bidder ______IFB Number ______Page ___ of ___

Item Description Country Domestic Quantity Unit Price Total Sales and Total of Value and Unit of EXW EXW Other Price per Origin Added in Measurem Price per Taxes Item Percent ent item Per Item including Taxes 1 2 3 4 5 6 7 = 5 x 6 8 9 = 7 + 8

Total Amount

Notes: Column 4: In accordance with margin of preference ITB 35, if applicable. Domestic Value Added comprises domestic labor, the domestic content of materials, domestic overheads and profits from the stage of mining the raw material until final assembly.

Column 6: Incoterm in accordance with ITB 14 Currency in accordance with ITB 15 Price shall include all customs duties and sales and other taxes already paid or payable on the components and raw materials used in the manufacture or assembly of the item or the customs duties and sales and other taxes already paid on previously imported items.

Column 8: Payable in the Purchaser’s country if Contract is awarded

Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-8 Section 4 - Bidding Forms

Price Schedule for Goods to Be Offered from Outside the Purchaser’s Country

Name of Bidder ______IFB Number ______Page ___ of ___

Item Description Country Quantity Unit Price Total Price of and Unit of CIF (...) CIF or CIP Origin Measurement or per Item CIP (...) 1 2 3 4 5 6 = 4 x 5

Total Amount

Notes: Columns 5 and 6: Incoterm in accordance with ITB 14 Currency in accordance with ITB 15

Column 6: Only to be used if the Purchaser wishes to reserve transportation and insurance to domestic companies or other designated sources. Identification of the lowest evaluated bid must be on the basis of the CIF or CIP price, but the Purchaser may sign the contract on FOB or FCA terms and make its own arrangement for transportation and/or insurance.

Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-9

Price Schedule for Related Services to Be Offered from Outside and Within the Purchaser’s Country

Name of Bidder ______IFB Number ______Page ___ of ___

Unit Price Total Price per Item Item Description Country Quantity (a) (b) (a) (b) No. of Origin and Unit Foreign Local Foreign Local Currency of Currency Currency Currency Measure ment 1 2 3 4 5(a) 5(b) 6(a) = 4 x 5(a) 6(b) = 4 x 5(b)

Total Amount

Notes: Columns 5 and 6: Currencies in accordance with ITB 15 Prices are to be quoted inclusive of all customs duties, sales and other similar taxes applicable in the Purchaser’s country and payable on the Related Services, if the Contract is awarded to the Bidder

Name In the capacity of Signed Duly authorized to sign the Bid for and on behalf of Date

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-10 Section 4 - Bidding Forms

Tables of Adjustment Data - (Not Applicable)

Table A - Local Currency

Bidder’s Bidder’s Index Base Value Index Description Source of Index Local Currency Proposed Code and Date Amount Weighting

a: (by purchaser) ------b:

c: d: e: ______

Total 1.00

To be entered by the bidder Table B - Foreign Currency - (Not Applicable)

Name of Currency: ______

Insert name of currency. If the bidder wishes to quote in more than one foreign currency, but in no case more than three, this table should be repeated for each foreign currency.

Index Code Bidder’s Source of Base Value Equivalent in Bidder’s Proposed Index Description Currency in Index and Date FC1 Weighting Type/Amount

a: (by purchaser) ------b: c: d: e: ______

Total 1.00

To be entered by the bidder

The base date shall be the date 28 days prior to the deadline for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable prices in accordance with ITB 14.7.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-11

Bid Security Bank Guarantee

1 [insert bank’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of the purchaser]

Date: [insert date (as day, month, and year)]

Bid Security No.: [insert number]

We have been informed that . . . . . [insert name of the bidder] . . . . . (hereinafter called "the Bidder") has submitted to you its bid dated . . . . . [insert date (as day, month, and year)] . . . . . (hereinafter called "the Bid") for the execution of . . . . . [insert name of contract] . . . . . under Invitation for Bids No...... [insert IFB number] . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we . . . . . [insert name of bank] . . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . . . . . [insert amount in words][insert amount in figures] . . . . . upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Technical Bid Submission Sheet and Price Bid Submission Sheet; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity, (i) fails or refuses to execute the Contract Agreement; or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copies of the Contract Agreement signed by the Bidder and the Performance Security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.2

...... Authorized signature(s) and bank’s seal (where appropriate) ......

In case of a joint venture, the bid security must be in the name of all partners to the joint venture that submits the bid.

1 All italicized text is for use in preparing this form and shall be deleted from the final document. 2 Or 758 as applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-12 Section 4 - Bidding Forms

Bid-Securing Declaration- (Not Applicable)

Date: [insert date (as day, month, and year)] ICB No.: [insert number of bidding process]

To: [insert complete name of the purchaser]

We, the undersigned, declare that:

We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.

We accept that we will automatically be suspended from being eligible for bidding in any contract with the Borrower for the period of time of . . . . . [insert number of years indicated in ITB 21.2 of the BDS] . . . . . starting on the date that we receive a notification from the Purchaser that our Bid-Securing Declaration is executed, if we are in breach of our obligation(s) under the bid conditions, because we

(a) have withdrawn our Bid during the period of bid validity specified in the Technical Bid Submission Sheet and Price Bid Submission Sheet; or

(b) do not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter “the ITB”)

(c) having been notified of the acceptance of our Bid by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract Agreement, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the ITB.

We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder, or (ii) 28 days after the expiration of our Bid.

Signed: [insert signature of person whose name and capacity are shown]

In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]

Name: [insert complete name of person signing the Bid-Securing Declaration]

Duly authorized to sign the bid for and on behalf of [insert complete name of the bidder]

Dated on ______day of ______, ______[insert date of signing]

Corporate Seal (where appropriate)

All italicized text is for use in preparing this form and shall be deleted from the final document.

In case of a joint venture, the Bid-Securing Declaration must be in the name of all partners to the joint venture that submits the bid.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-13

Manufacturer’s Authorization

Date: ………. [insert date (as day, month, and year) of bid submission] ……….

ICB No.: ………. [insert number of bidding process] ……….

To: ………. [insert complete name of the purchaser] ……….

WHEREAS

We ………. [insert complete name of the manufacturer] ………., who are official manufacturers of ………. [insert type of goods manufactured] ………., having factories at ………. [insert full address of manufacturer’s factories] ………., do hereby authorize ………. [insert complete name of the bidder] ………. to submit a bid the purpose of which is to provide the following goods, manufactured by us ………. [insert name and/or brief description of the goods] ………., and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions, with respect to the goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of [insert complete name of the manufacturer]

Dated on ______day of ______, ______[insert date of signing]

All italicized text is for use in preparing this form and shall be deleted from the final document. The bidder shall require the manufacturer to fill out this form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the manufacturer. The bidder shall include it in its bid, if so indicated in the Bid Data Sheet (BDS).

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-14 Section 4 - Bidding Forms

Bidderʼs Qualification

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and Qualification Criteria), the Bidder shall provide the information requested in the corresponding Information Sheets included hereunder.

Form ELI - 1: Bidderʼs Information Sheet

Bidderʼs Information

Bidderʼs legal name

In case of a Joint Venture, legal name of each partner

Bidderʼs country of constitution

Bidderʼs year of constitution

Bidderʼs legal address in country of constitution

Bidderʼs authorized representative (name, address, telephone number(s), fax number(s) and e-mail address)

Attached are copies of the following documents:

 1. In case of a single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2

 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 22.2

 3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in accordance with ITB 4.1

 4. In case of a government-owned enterprise, any additional documents not covered under 1 above required to comply with ITB 4.5

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-15

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture must fill out this form separately.

Joint Venture Information

Bidderʼs legal name

Joint Venture Partnerʼs legal name

Joint Venture Partnerʼs country of constitution

Joint Venture Partnerʼs year of constitution

Joint Venture Partnerʼs legal address in country of constitution

Joint Venture Partnerʼs authorized representative information (name, address, telephone number(s), fax number(s) and e-mail address)

Attached are copies of the following documents:

 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2

 2. Authorization to represent the firm named above, in accordance with ITB 22.2

 3. In the case of a government-owned enterprise, documents establishing legal and financial autonomy and compliance with commercial law, in accordance with ITB 4.5

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-16 Section 4 - Bidding Forms

Form LIT – 1: Pending Litigation and Arbitration

Each Bidder must fill out this form if so required under Criterion 2.1.2 of Section 3 (Evaluation and Qualification Criteria) to describe any pending litigation or arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner’s name below:

Joint Venture Partner: ______

Pending Litigation and Arbitration

Choose one of the following:

 No pending litigation and arbitration.

 Below is a description of all pending litigation and arbitration against the Bidder (or each Joint Venture member if Bidder is a Joint Venture).

Value of Pending Value of Claim as a Year Matter in Dispute Pending Claim Percentage of in $ Equivalent Net Worth

Note:

This form shall only be included if Criterion 2.1.2 of Section 3 (Evaluation and Qualification Criteria) is applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-17

Form EXP - 1: Contractual Experience

Fill out one (1) form per contract.

Contractual Experience

Contract No ...... of ...... Contract Identification

Award Date Completion Date

Role in Contract  Manufacturer  Supplier  Subcontractor

Total Contract Amount $

If partner in a joint venture or subcontractor, specify Percent of Total Amount participation of total contract amount

Purchaserʼs name Address Telephone/Fax Number E-mail

Description of the Similarity in Accordance with Criterion 2.2.1 of Section 3 (Evaluation and Qualification Criteria) Successful completion as main supplier within the last 3 years, of at least one (1) contract valued at INR 198.64 million / US$ 3.03 million with nature, and complexity similar to the scope of supply described in Section 6 (Schedule of Supply).

- Note - Note: This form shall only be included if Criterion 2.2.1 of Section 3 (Evaluation and Qualification Criteria) is applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-18 Section 4 - Bidding Forms

Form EXP - 2: Technical Experience

Fill out one (1) form per contract.

Technical Experience

Name of Product

Manufacturer: Address and Nationality:

Requirements in Accordance with Criterion 2.2.2 of Section 3 (Evaluation and Qualification Criteria)

(i) Product has been in production for at least 5 years.

(ii) Product (or equipment) has been sold a minimum of 1X times each item of similar type and specification over the last three (3) years.

(iii) Product has been in operation for a minimum

of 3 years.

Note - Note: This form shall only be included if Criterion 2.2.2 of Section 3 (Evaluation and Qualification Criteria) is applicable. Add pages as necessary. The Purchaser reserves the right to verify authenticity of Bidder submissions.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-19

Form EXP - 3: Production Capacity

Fill out one (1) form per product and manufacturer.

Production Capacity

Name of Product

Manufacturer: Address and Nationality:

Requirements in Accordance with Criterion 2.2.3 of Section 3 (Evaluation and Qualification Criteria)

Production facility 1 (include location):

Production facility 2 (include location):

Production facility 3 (include location):

- Note - Note: This form shall only be included if Criterion 2.2.3 of Section 3 (Evaluation and Qualification Criteria) is applicable. The Purchaser reserves the right to verify authenticity of Bidder submissions.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-20 Section 4 - Bidding Forms

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner’s name below:

Joint Venture Partner: ______

Financial Data for Previous ___ Years [$ Equivalent]

Year 1: Year 2: Year __:

Information from Balance Sheet Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA-TL

Current Assets (CA)

Current Liabilities (CL)

Working Capital = CA - CL

Most Recent To be obtained for most recent year and carried forward to FIN - 3 Line 1; in case of joint ventures, to the Working Capital corresponding Joint Venture Partner’s FIN - 3.

Information from Income Statement Total Revenues

Profits Before Taxes

Profits After Taxes

 Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last Three(3) years, as indicated above, complying with the following conditions:  Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflect the financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.  Historical financial statements must be audited by a certified accountant.  Historical financial statements must be complete, including all notes to the financial statements.  Historical financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).

- Note - Note: This form shall only be included if Criterion 2.3.1 of Section 3 (Evaluation and Qualification Criteria) is applicable

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 4 - Bidding Forms 4-21

Form FIN - 2: Size of Operation (Average Annual Turnover)

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a Joint Venture in terms of the amounts billed to clients for each year for work in progress or completed, converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint Venture Partner’s name below:

Joint Venture Partner:

Annual Turnover Data for the Last . . . . Years Amount Exchange Year Currency Rate $ Equivalent

Average Annual Turnover

Note: This form shall only be included if Criterion 2.3.2 of Section 3 (Evaluation and Qualification Criteria) is applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 4-22 Section 4 - Bidding Forms

Form FIN - 3: Cash Flow Capacity

Specify proposed sources of financing, such as working capital, liquid assets,1 lines of credit, and other financial resources (other than any contractual advance payments) available to meet the cash flow requirements indicated under Criterion 2.3.3 of Section 3 (Evaluation and Qualification Criteria).

Financial Resources No. Source of financing Amount ($ equivalent)

1

2

3

Note - Note: This form shall only be included if Criterion 2.3.3 of Section 3 (Evaluation and Qualification Criteria) is applicableNote -

1 Liquid assets mean cash and cash equivalents, short-term financial instruments, short-term available-for-sale-securities, marketable securities, trade receivables, short-term financing receivables, and other assets that can be converted into cash within one (1) year.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 5-Eligible Countries 5-1

Section 5 - Eligible Countries

This section contains the list of eligible countries.

1. Afghanistan 35. Micronesia, Federated States of 2. Armenia 36. Mongolia 3. Australia 37. Myanmar 4. Austria 38. Nauru, Republic of 5. Azerbaijan 39. Nepal 6. Bangladesh 40. The Netherlands 7. Belgium 41. New Zealand 8. Bhutan 42. Norway 9. Brunei Darussalam 43. Pakistan 10. Cambodia 44. Palau 11. Canada 45. Papua New Guinea 12. China, People’s Republic of 46. Philippines 13. Cook Islands 47. Portugal 14. Denmark 48. Samoa 15. Fiji Islands 49. 16. Finland 50. Solomon Islands 17. France 51. Spain 18. Georgia 52. 19. Germany 53. Sweden 20. Hong Kong, China 54. Switzerland 21. India 55. Tajikistan 22. Indonesia 56. Taipei, China 23. Ireland 57. Thailand 24. Italy 58. Timor-Leste,

25. Japan 59. Tonga 26. Kazakhstan 60. Turkey 27. Kiribati 61. Turkmenistan 28. Korea, Republic of 62. Tuvalu 29. Kyrgyz Republic 63. United Kingdom 30. Lao People’s Democratic Republic 64. United States of America 31. Luxembourg 65. Uzbekistan 32. 66. Vanuatu 33. Maldives 67. Viet Nam 34. Marshall Islands

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

2 Section 5–Eligible Countries

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope

Section 6 - Schedule of Supply 6-1

Section 6 - Schedule of Supply

Contents

1. List of Goods and Related Services ...... 6-3

2. Delivery and Completion Schedule ...... 6-4

3. Technical Specifications ...... 6-8

4. Supplementary Information ...... 6-38

5. Drawings ...... 6-125

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-2 Section 6 - Schedule of Supply

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-3

1. List of Goods and Related Services

Package No.:

Package Name: Supply and installation of Retro Reflective Signage boards at 228 different tourist sites in all 32 district of Tamil Nadu

Item No. Name of Goods or Description Unit of Measurement Quantity Related Services

Way Finding/ Tourist 1 Information Sign Board No. 458

Cantilever Sign Board 565 2 Supply and No. installation of Retro reflective Signage Tourist Map Boards 182 3 boards at 228 No. different tourist sites in all 32 district of Tamil Nadu Single Arrow Direction 351 4 Board No.

Double Arrow Direction 76 5 Board No.

Total 1632

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-4 Section 6 - Schedule of Supply

2. Delivery and Completion Schedule with Milestone

The delivery period shall start as of from award of contract.

Completion Date for Description Delivery Required Arrival Related Item of Goods Schedule Boards Date of Goods Services from No. or District (Duration) in Nos the date of Related Services award of contract 18 Months 1 Supply and installation including design, Zone 1 36 of Retro reflective Manufacturing, 1. Kancheepuram Signage boards at 228 supply, delivery, 2. Vellore 63 different tourist sites in installation, and 3. Viilupuram 206 all 32 district of Tamil commissioning. 4. Thiruvannamalai 27 05 months 08 months Nadu 5. 31 . 6. Chennai 9 7. Thiruvallur 6 Sub Total 378

Zone 2 1. 95

2. Pudukottai 201

3. 106

4. Trichy 34 08 months 11 months 5. Tiruvarur 79 6. Ariyalur 16 7. Perambalur 2 Sub Total 533

Zone 3 35 1. Coimbatore

2. Erode 208 3. Salem 29 4. Dharmapuri 29 13 months 5. Krishnagiri 155 16 months 6. Namakkal 21 7. Ooty 9 8. Thirupur 3 9. Karur 5 Sub Total 494

Zone 4 25 1. Kanyakumari 2. Thoothukudi 79 3. Thiruneveli 29 15 months 4. Sivagangai 34 18 months 5. Virudhunager 4 6. Theni 5 7. Dindigul 6

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-5

8. Madurai 35 9. Ramanathapuram 10 Sub Total 227 Total No of Sign 1632 Boards

Deliverables and Reports:

1. Weekly and monthly progress report with in the form of editable format (CD) / Hard copy / submitted to implementation agency, engineering representative (PMU/PMSC). 2. Quarterly progress report with photos 3. Baseline parameters for social & Environmental report 4. Bi annual and annual progress report

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-6 Section 6 - Schedule of Supply

2.1. Retro reflective Signage boards at 228 different tourist sites

1. Thanjavur 2. Nagapattinam 3. Thiruvarur 1 Aaduthurai 1 Akkur 1 Alangudi 2 Kanchanur 2 Keelperumpallam 2 Koothanur 3 Papanasam 3 Kodiyakarai 3 Peralam 4 Swamimalai 4 4 Thiruthuraipoondi 5 Suriyanarkovil 5 Nagore 5 Vaduvar 6 Thirunageswaram 6 Thirukadaiyur 6 Udhya Marthandapuram 7 Thingaloor 7 Thirumanacheri 7 Mahadeva Pattinam 8 Thiruvaiyaru 8 Thiruvenkadu 8 Perum Panniyur 9 Uppiliappan Thirukovil 9 Vaitheeswaran kovil 9 Mannarkudi 10Palathali 10 Vedharanyam 10 Thiru Kannamangai 11Parakalakottai 11 Poompuhar 11 Muthupettai 12Naganathaswami temple 12 Velankanni 12 Thiruvarur Bus stop 13Thanjavur Palace 13 Ettukudi 13 Swamimalai 14Tharasuram 14 Thirukannankudi 15Kumbakonam-Magamagam 15 Thiruvaimur 16 Achalpuram 17 Bus Stand-Nagapattinam 18 Poompuhar office complex 19 Fort 20 Velankanni Bus Stand

Total = 15 Total = 20 Total =13

4. Trichy 5. Thirunelveli 6. Coimbatore

1 Sripuram 1 Courtallam 1 Anaimalai 2 Samayapuram Mariamman temple 2 Nerkattum Seval 2 3 Pachamalai 3 Thiruvenkadu Bus stand 3 Hotel Tamil Nadu 4 Sankarankoil 4 Gandipuram Bus stop 5 Kovilpatti 5 Topslip 6 Thiruparapu Falls 6 Valparai

Total = 3 Total = 6 Total = 6

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-7

7. Thoothukudi 8. Kancheepuram 9. Villupuram

1 Sri Vaikundam 1 Alambara 1 Singavaram 2 Perungulam 2 Bus stand 2 Melmalaiyanur 3 Erattai Thirupathi 1 3 Kancheepuram Ekambareswarar 3 Keezhputhupattu 4 Erattai Thirupathi 2 Temple 4 Thirukkoyilur 5 Thenthiruperai 4 Mudaliyarkuppam 5 Koogaiyur 6 Thirukkolur 5 Muttukadu 6 Tiruvakkarai 7 Alwar Thirunagari 6 Mamalapuram Hotel Tamilnadu 7 Poovarasankuppam 8 Ettayapuram 7 Varatharajar temple 8 Parikkal 9 Manappadu 8 Kailasanathar Temple 9 Adhi Thiruvarangam 10Panchalankurichi 9 Kamatchiamman Temple 10 Ravathanallur 11Thiruchendur 11 Kandamangalam 12Natham 12 Ulagapuram 13Thirupuliyankudi 13 Perangiyur 14Thoothukudi Bus stand 14 Perumukkal 15Kalugumalai 15 Kalrayan hills 16 Collecter Office temple 17 Villupuram Bus Stand 18 Parikkal

Total = 15 Total = 9 Total = 18 10. Vellore 11. Sivagangai 12. Cuddalore

1 Yelagiri 1 Chettinad 1 Singirikudi 2 2 Sivagangai Bus Stand 2 Pichavaram 3 Sripuram 3 Karaikudi-Kanadukathan 3 -Nadarajar 4 Vellore Bus stand 4 Pillaiyarpatikoil Temple 5 Golden Temple Complex- 5 Nattarasankottai\ 4 Viruthachalam-Viruthagiri Temple 6 Ranipettai-Hotel Tamil Nadu 5 Kolanchecheri Temple-Near Viruthachalam Total = 6 Total = 5 Total = 5 13. Kanyakumari 14. Namakkal 15. Thiruvannamalai

1 Vattakottai 1 Namakkal Fort 1 Jain Temple 2 Kanyakumari Bus Stand 2 Namakkal Bus Stand 2 Thiruvannamalai-Girivalam 3 Nagar koil 3 Kollimalai 3 Hotel-TamilNadu 4 Bhamanathapuram 4 Collector office Complex 5 Susinthram-anjaneyakoil 5 Sathanur

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-8 Section 6 - Schedule of Supply

6 Thiruvannamalai- samanarKoil 7 Javathu hills Total = 5 Total = 3 Total = 7

16. Krishnagiri 17. Erode 18. Pudukottai

1 Aiyur 1 Sathiyamangalam 1 Narthamalai 2 Hosur 2 Ellampalayam 2 Chittanavasal 3 Uthangarai 3 Kaalamangalam 3 Nedunkudi 4 Thally 4 Kodumudi 4 Keezhanallikottai 5 Thally Lake 5 Bhavani 5 Kudimiyan Malai 6 Avathanapatti 6 Bannari 6 Kundrandavar Koil 7 Jain Temple, Krishnagiri 7 Thaalavadi 7 Malayapatti 8 Hosur-Hotel Hotel TN 8 Arasalur 8 Pudukottai 9 Krishnagiri - Hotel TN 9 Gobichettipalayam - Pachamalai - 9 Thirumayam Fort 10 Collector Office complex Pavalamalai 10Pudhukottai-bus stand 10Chennimalai 11Avudaiyarkoil 11Bhavanimukkoodal(old busstand) 12Erode bus stand 13Bhavani bus stand 14Anthiyur Bus Stand 15Gobichetti bus stand

Total = 10 Total = 15 Total = 11 19. Chennai 20. Thiruvallur 21. Ooty

1 Snake Park- 1 -Murugan temple 1 OotyBusstand 2 Govt Museum 2 Periyapalayam-Bhavani Amman 2 Hotel Tamil Nadu 3 Valluvarkottam Temple 3 Boat House 4 Zoo 3 Thiruvallurcollecter office complex 4 Pykara Boat House 5 Maruntheeswarar Temple- 4 Kanmtchiamman temple- 5 Mudhumalai mangadu 6 Kunnur 5 Karumariamman temple- 6 Kabaleeswarar Temple- 7 Kothagiri Thiruverkadu 8 kudalur 7 Thiyagarajar Temple- Thiruvottriyur 8 VadapalaniMurugam temple Total = 8 Total = 5 Total = 8

22. Thirupur 23. Perambalur 24. Karur

1 Thiruppur Bus Stand 1 Gangaikondasolapuram 1 KarurBusstand

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-9

2 Thirumurthi Dam

Total = 2 Total = 1 Total = 1 25. Dindukkal 26. Theni 27. Virudhunager

1 PalaniMurugan temple 1 Theni Bus stand 1 Virudhunager Bus stand 2 Dindukal Bus stand 2 Vaigai Dam 2 Sivagasi Bus stand 3 3 Suruli Falls 3 Srivilliputhur 4 Sirumalai 4 Megamalai

Total = 4 Total = 4 Total = 3 28. Ramanathapuram 29. Madurai 30. Dharmapuri

1 Mandapam 1 Thiruparankundram 1 Hogenakal Hotel Tamil Nadu 2 NayinarKoil 2 Alagarkoil 2 Collector office Complex 3 Ramanathapuram Bus stand 3 Theppakulam 3 Dharmapuri Bus Stand 4 Utharakosamangai 4 ThiumalainaiyakarMagal 5 Thirupulani Total = 5 Total = 4 Total = 3

31. Thoothukudi 32. Salem

1 Sri Vaikundam 1 Yercaud 2 Perungulam 2 Salem New Bus Stand 3 Erattai Thirupathi 1 3 Salem – Railway Station 4 Erattai Thirupathi 2 4 Mettur Dam 5 Thenthiruperai 6 Thirukkolur 7 Alwar Thirunagari 8 Ettayapuram 9 Manappadu 10 Panchalankurichi 11 Thiruchendur 12 Natham 13 Thirupuliyankudi 14 Thoothukudi Bus stand 15 Kalugumalai Total = 15 Total = 4

Total of Retro Reflective Signage Boards in 32 Districts = 228 tourist sites.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-10 Section 6 - Schedule of Supply

3. Technical Specification

Item Technical Description, No. Name of Goods or Specifications and Related Services Standard

1 Supply and Installation a) Technical Specification of Retro - Reflective of following goods: Sheeting :

1. Single Arrow Sign The Retro Reflective sheeting used shall conform to Type Boards XI standards as per IRC 67-2012 and shall meet Minimum Acceptable Coefficient of Retro Reflection values as 2. Double Arrow Sign mentioned in IRC 67-2012. boards b) Test Criteria: 3. Way Finding/Tourist Information/Tourist As per clause 6.7 of IRC 67-2012, the retro reflective Map Sign Boards sheeting shall be tested for coefficient for retro reflection, daytime colour and luminance, shrinkage, flexibility, liner, 4. Cantilever over removal, adhesion, impact resistance secular hanging Sign Boards gloss and fungus resistance, 3 years outdoor weathering and its having passed these tests shall be obtained from International/Government Laboratory/Institute by the manufacturer of the sheeting. A certified copy of the test report having the test done for the above mentioned parameters shall be submitted. The report shall be attested by the retro reflective sheeting manufacturer, the performance reading after three years, must be at least 85% of the minimum values mentioned in ASTM D 4956-09 Type-XI sheeting performance table.

c) Warranty and Durability

As per clause 6.9 of IRC 67-2012, both the screen printed area, cut-out sheeting and cut-out durable transparent overlay film shall be covered under the 10 years warranty issued by the sheeting manufacturer. Hence, the bidder shall be an Authorized Converter of a sheeting manufacturer. They shall also submit Pre- Qualification Warranty for Ten Years field performance jointly signed by the contractor and the sheeting manufacturer.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-11

Supply and Installation of d) An authorized convertor certificate from the Retro Reflective sheeting manufacturer shall be submitted along with the following: tender stating that the Contractor is an authorized convertor 1. Single Arrow Sign Boards of retro reflective sheeting. 2. Double Arrow Sign boards e) Sign Placement: 3. Way Finding/Tourist Information/Tourist Map All the road signs shall be placed on the road as Sign Boards mentioned in the IRC 67-2012. 4. Cantilever over hanging Sign Boards

3.1 Material for Signs a. Concrete: Concrete shall be of M25 grade. b. Reinforcing Steel: Reinforcing steel shall conform to the requirements of IS 1786 unless Otherwise specified. c. Bolts, Nuts and Washers: High strength bolts shall conform to IS 1367 whereas precision bolts, nuts, etc. shall conform to IS 1364. d. Plates and Supports: Plates and support sections for the signposts shall conform to IS 226 and IS 2062 or any stated IS specification. e. Substrate: The substrate shall be either Aluminum sheeting or Aluminum Composite Material (ACM) conforming to the following sub sections. Aluminum Composite Materials (ACM) ACM sheets used for sign boards in a sandwiched construction with a thermoplastic core of „Low Density Polyethylene‟ (LDPE) between two thick skins/sheets of aluminum with overall thickness of 4 mm and 3 mm, and aluminum skin thickness of 0.4-0.5 mm and 0.25-0.3 mm respectively on both sides. The retro reflective sheeting must be applied on the top surface with aluminum surface with recommended surface preparation from sheeting manufacturer. A fluorocarbon coating may be applied over the exposed surface of aluminum to ensure corrosion resistant and whether proof and thus shall conform to relevant ASTM. The mechanical properties of 4 mm and 3 mm ACM and that of its aluminum skin shall conform to the requirement given in Table 6.11 in IRC: 67 -2012.When tested in accordance with the test methods mentioned against each of them.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-12 Section 6 - Schedule of Supply

f. Plate Thickness: Shoulder mounted ground signs with a maximum side dimension not exceeding 600 mm shall not be less than 1.5 mm thick with aluminum and 3 mm thick with aluminum composite material. All other signs shall be at least 2 mm thick aluminum and 4 mm thick with aluminum composite material. The thickness of the sheet shall be related to the size of the sign and its support and shall be such that it does not bend or deform under prevailing wind and other loads. All overhead signs made with aluminum composite material shall be minimum 4 mm thick to withstand wind and other loads without deformation. g. Retro Reflective Sheeting: The retro reflective sheeting used on the signs shall consist of white or coloured sheeting having a smooth outer surface which has the property of retro reflection over its entire surface. It shall be whether resistant and exhibit colour fastness. It shall be new and unused and show no evidence of cracking, scaling, and pitting, blistering, edge lifiting or curling and shall have negligence shrinkage or expansion. A certificate of having the sheeting tested for coefficient of retro reflection, daytime colour and luminance, 3 years outdoor weathering and its having passed these tests shall be obtained from International/Government Laboratory/ Institute by the manufacturer of the sheeting and in case the certificate is obtained from international agency, it should also be obtained from Indian agency within 3 years of launching of product by the manufacture in board. Alternatively, a certificate conforming to ASTM specification (D 4956-09) on artificial accelerated weathering requirements from a reputed so laboratory in India can be accepted provisionally. In such a situation, the Employment/ Client, if so desires, could seek for a performance guarantee which would be released after receipt of certificate meeting the requirement of three years outdoor weathering of the sheeting. Retro reflective sheeting type CLASS -C SHEETING used our Sub-Projects.

In CLASS C SHEETING: All Micro Prismatic grade sheets as per ASTM D 4956-09 Type XI used our Sub-Projects.

Type XI Micro Prismatic Grade Sheeting: Retro-reflective sheeting is typically manufactured as a cube corner. The reflective sheeting shall be retro-reflective made of micro prismatic retro-reflective material. The retro-reflective surface, after cleaning with soap and water and in dry condition shall have the minimum co- efficient of retro-reflection (determined in accordance with ASTM D 4956-09) as indicated in Table 6.9 1 in IRC: 67 -2012.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-13

When totally wet, the sheeting shall show not less than 85 percent of the values, of retro- reflection indicated in above Table. At the end of 10 years, the sheeting shall retain at least 80 percent of its original retro-reflectance i. Adhesives: The sheeting shall have a pressure-sensitive adhesive of the aggressive-tack type requiring no heat, solvent or other preparation for adhesion to a smooth clean surface, in a manner recommended by the sheeting manufacturer. The adhesive shall be protected by an easily removable liner (removable by peeling without soaking in water or other solvent) and shall be suitable for the type of material of the base plate used for the sign. The adhesive shall form a durable bond to smooth, corrosion and whether resistant surface of the base plate such that it shall not be possible to remove the sheeting from the sign base in one piece by use of sharp instrument. The sheeting shall be applied in accordance with the manufacture‟s specifications. ii. Fabrication: Surface to be reflectorized shall be effectively prepared to receive the retro-reflective sheeting. The aluminum sheeting shall be de-greased either by acid or hot alkaline etching and all scale/dust removed to obtain a smooth plain surface before the application of retro- reflective sheeting. If the surface is rough, approved surface primer may be used. After cleaning, metal shall not be handled, except by suitable device or clean canvas gloves, between all cleaning and preparation operation and application of reflective sheeting/primer. There shall not no opportunity for metal to come in contact with grease, oil or other containments prior to the application of retro-reflective sheeting. Complete sheets of the material shall be used on the signs on the except where it is unavoidable. At splices, sheeting with pressure-sensitive adhesives shall be overlapped not less than 5 mm. Where screen printing with transparent colours is proposed, only butt joint shall be used. The material shall cover the sign surface evenly and shall be free from twists, cracks and folds. Cut-outs to produce legends and borders shall be bonded with the sheeting in the manner specified by the manufacturer. iii. Messages/Borders: The messages (legends, letters, numerals, etc) and borders shall either be screen- printed or of cut out from durable transparent overlay or cut-out from the same type of reflective sheeting for the cautionary and mandatory sign boards. Screen printing shall be processed and finished with materials and in a manner specified by the sheeting manufacturer. For the informatory and the other sign boards, the messages (legends, letters, numerals, etc) and

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-14 Section 6 - Schedule of Supply

borders shall be cut-out from durable transparent overlay film or cut-out from the same reflective sheeting only. Cut-outs shall be from durable transparent overlay materials as specified by the sheeting manufacturer. Whenever transparent film is used for making any type of sign, the coloured portion of sign shall have coefficient of reflectively not less than the reflectivity of the type and colour of sheeting normally used, as given in Table 6.3 to 6.9. Cut- out messages and borders, wherever used, shall be either made out of retro-reflective sheeting or made out of durable transparent overlay except those in black which shall be of non-reflective sheeting or opaque in case of durable transparent overlay. Creating coloured areas by means of screen-printing with ink shall not be permitted. h. Warranty and Durability: The retro reflective sheeting type “A”,”B” and “C” shall be covered respectively under 5,7 and 10 years warranty respectively issued for field performance including the screen printed areas and cut-out sheeting and cut-out durable transparent overlay film. The contract shall indicate the minimum retro-reflective of the signs at the end of the warranty period. i. Colour for Signs: Signs shall be provided with retro-reflective sheeting and/or overlay film as shown on the detailed drawings. The reverse side of all signs shall be painted grey. j. Size of Signs: As a general rule, there shall be four sizes (Small, Medium, Normal and Large) of signs for Mandatory/ Regulatory and Cautionary/Warning signs. For Expressways, refer respective chapters. For certain categories of Mandatory/Regulatory signs, a still smaller size may be used in conjunction with traffic light signals or on bollards on traffic islands. General dimensions of different categories of signs are given in respective sections. k. Visibility of Signs: In order to make signs more visible and legible at night, in particular cautionary/warning signs and regulatory signs other than those regulating parking and stopping in lighted streets of built-up areas shall be lighted or provided with reflective material including luminous paints or reflective devices and sheetings. Care should, however, be taken than this does not result in road users becoming dazzled. l. Size of Letters: Letter size should chosen with due regard to the speed, classification and location of the road, so that the sign is of adequate size of legibility but without being too large or obstructive. The size of letter, in terms of x-height, to be chosen as per the design speed is given in Table 11.1.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-15

Civil Works Specification I.MATERIALS

All materials required for the works shall be procured and supplied by the contractor himself. The materials shall be of good quality and conforming to relevant BIS. The materials which are classified for ISI marking should be supplied with ISI marking only.

1. Cement and Steel.

I.I. The entire quantity of cement (OPC& PPC) and steel required for the work will be procured by the Contractor. The Contractor is responsible for all transport and storage of the materials and shall bear all related cost. The Employer shall be entitle data any reasonable time to examine the cement and steel supplied by the contractor.

1.2. The cement procured by the contractor shall comply with the requirements of IS269/1976 with the latest revision thereof or ordinary Portland cement, IS8112/1989 with the latest revision thereof for 43 grade ordinary Portland cement IS:12269-1987 with the latest revision therefore 53 grade ordinary Portland cement. It shall be of the best normal setting quality unless specially rapid hardening or quick setting quality if expressly instructed by the Engineer to be supplied. Each bag shall bear ISI Certification mark and as per specification no.10 of TNBP volume.

1.3. The ribbed thermo-mechanically treated (TMT) steel bars shall comply with the requirements set for thin the IS432 Part1/1982, IS1786/1985 as the case may be with the latest revision thereof and the test as described for ultimate tensile strength, bond test and elongation tests.All reinforcing steel shall be clean and free from oil, grease, loose scales or rust or other coatings of any character which would reduce or destroy the band. Each band containing the bars shall bear the ISI Certification marks.

1.4. The Cement/steel shall be tested in nearby laboratories of Polytechnic or Engineering College or any Govt. approved laboratories by the Employer. Two samples should be taken by the Engineer in charge in the presence of the contractor or his authorized representatives or the technical personnel employed by the contractor as in the agreement. The contractor shall without extra cost, provide samples and cooperate in the test the cement/steel. One sample shall be got tested and the other sample shall be retained by making clear identification in the sample by the Engineering charge so as to identify at alternate. The cost of such test shall be borne by the contractor.

1.5. All cement shall be procured in bags and shall be stored in a dry place for which the contractor shall be responsible. Consignment of bagged cement shall be property stacked in a manner which will permit easy access for inspection and definite identification. Cement shall be used in approximately in the chronological order in which it is received, but cement that has been stored for a period longer than 4 months from the date of initial

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-16 Section 6 - Schedule of Supply

sampling shall not be used unless it has been retested at the expenses of the contractor and passed by the Engineer in charge as good quality on the retest. Cement aged more than180 days from the date of initial sampling shall be rejected.

1.6.Cement which has become cake do perished shall on no account be used on the works and shall be rejected. Although the Engineer may have passed any consignment if he finds that any deterioration in the quality there on has taken place.

1.7. A record of the quantity of cement/steel procured with the name of dealer, bill number and date shall be maintained by the contractor. This should be produced for examination by the Engineering charge at anytime. The age of the cement shall be reckoned from the date of manufacture and it shall be verified by the Engineering charge.

1.8. The rejected consignment of cement and steel should be removed from the site within two days.

2. Trade Name

Where reference is made to certain manufactures' products and items identified by registered trademarks, this has been done for the sole purpose of defining and establishing standards of quality and performance and not with the intention of restricting the procurement of material or fitting to a particular manufacturer. Any other materials equipment and accessories or equivalent may be used provided that the characteristics of type, quality, and appearance finish, method of construction and/or performance is not less than specified and provided also that the approval is first obtained, by the Engineer.

3. Aggregates:

3.1. Sand for use in masonry and plaster works shall confirm to relevant specification in TNBP (specification No.7) and I.S.2116/ 1985, I.S.1542/ 1972.

3.2. The coarse and fine aggregates for concrete shall conform to I.S.383/ 1970 and as specified in the relevant clauses of I.S.456/ 2000. Other aggregates free from deleterious materials shall be used at the concurrence and approval of the Engineer after sufficient tests have been carried out at the contractor‟s cost.

3.3. The maximum quantities of deleterious materials in the aggregates, as determined in accordance with I . S . 2 3 8 6 (Part II)/ 1963 shall not exceed t h e limits given in table I of I.S.383/ 1970. Unless otherwise specified all coarse aggregate in RCC shall be graded aggregate of 20mm nominal size. All aggregates shall be stored in hard impervious surface to ensure exclusion of all foreign materials and as per IS 4082/1976 and specification no. 5 of TNBP volume I.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-17

3.4. Aggregate having a specific gravity below 2.6 (saturated surface dry basis) shall not be used without the special permission of the Engineer.

3.5. Water required for Construction: 3.1. The water used in the construction shall be of potable quality and shall be tested at the contractor‟s cost. The contractor has to make his own arrangements at his cost for water required for construction, testing, filling, etc., either from local bodies or from elsewhere, by paying the charges directly and arranging tanker etc., as per necessity. No claim for extra payment on account of non availability of water nearby or extra lead for bringing water shall be entertained. All required piping arrangements and pumping if required for water shall be made by the contractor at his cost. Water for mortar, mixing and curing of concrete shall be free from harmful matter or other substances that may be deleterious to concrete or steel and taken from a source approved by the Engineer. Ground water for mixing and curing shall conform to the provisions in the class 4.3 of IS 456/ 2000

3.6. Admixtures:

Only where a beneficial effect is produced shall any admixture be used and that too after test has been carried out to convince the Engineer that no harmful effect will be produced by the use of such admixture and after approval by the Engineer. The admixture shall conform to IS 9103/ 1999.

4. Site Clearance:

Before the earth work is started the area coming under cutting and filling shall be cleared of all obstruction, loose stones, shrubs, rank vegetation, grass, bushes and rubbish removed up to a distance of 150 metres outside the periphery of the area under clearance. This work is deemed to be included in the earthwork item rate and no separate payment will be admissible.

The roots of trees if any shall be removed to a minimum depth of 60 cm below ground level or a minimum of 30 cm below formation level whichever is lower and the hollows filled up with earth leveled and rammed. This work is deemed to be included in the earthwork items and no separate payment will be admissible for the work.

Any material obtained from the site will be the property of the Government of India and the useful materials as decided by the Engineer-in-charge will be conveyed and properly stacked as directed within the lead specified

The contractor shall supply labour and materials for setting out and making profiles and Burjis for the work at his own cost and the same shall be maintained during the excavation work. The Department will show grid co-ordinate or other reference points. It shall be the responsibility of the contractor to set out center lines correctly with reference to the drawings

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-18 Section 6 - Schedule of Supply

and install substantial reference marks. Checking of such alignment by the Department will not absolve the contractor from his responsibility to execute the work strictly in accordance with the drawings.

4.1 Excavation:

The excavation under all classifications in areas in trenches or in pits shall be carried out systematically. Cutting shall be done from top to bottom and not under pining or under cutting will be allowed. The bottom and sides of excavation shall be dressed to proper level, slopes, steps, camber etc. by removing high spots and ramming thoroughly as directed by the Engineer- in-charge.

All the excavation shall be carried out strictly to the dimensions given in the drawing. The width shall generally be of the width of mud mat concrete and depth as shown in drawing or as directed by the Engineer-in-charge, according to availability of the desired bearing capacity of soil below. Any excavation if taken below the specified depths and levels, the contractor shall at his own cost fill up such over cut to the specified level as directed by the Engineer In-charge.

After the excavation is completed, the contractor shall notify the Engineer-in-charge to that effect and no further work shall be taken up until the Engineer-in-charge has approved the depth and dimensions an also the nature of foundation materials, levels and measurements shall also be recorded prior to taking up any further work.

The item for excavation also includes dewatering and shoring wherever required and no separate payment shall be made in respect of dewatering and shoring.

4.2 Shoring: Unless separately provided for in the schedule of quantities, the quoted rate for excavation shall include excavation of slopes to prevent falling in soil by providing and / or fixing, maintaining and removing of shorting, bracing etc. The contractor would be responsible for the design of shoring for proper retaining of sides of trenches, pits etc. with due consideration to the traffic, superimposed loads etc. shoring shall be of sufficient strength to resist the pressure and ensure safety from slips and to prevent damage to work and property and injury to persons. It shall be removed once the work is over with the instruction given by the Engineer In-charge.

4.3 Dewatering: Unless specifically provided for as a separate item in the schedule of quantities, rate shall also include bailing or pumping out all water which may accumulate in the excavation during the progress of further works.

Any material obtained from the excavation which in the opinion of the Engineer-in- charge is useful, shall be stacked separately in regular stacks as directed by the Engineer-in- charge

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-19

and shall be the property of the Government.

All materials excavated will remain the property of the Department. Rate for excavation includes sorting out of the useful materials and stacking them separately as directed within the specific lead. Material suitable and useful for backfilling or there use shall be stacked in convenient place but not in such a way as to obstruct free movement of materials, workers and vehicles or encroach on the area required for constructional purposes. It shall be used to the extent required to completely backfill the structure to original ground level. Materials not useful in anyway shall be disposed off as directed by the Engineer In-charge. The site shall be left clan of all debris and leveled on completion.

4.4 Backfilling in sides of Foundations, Plinth, Under Floor etc.,

The backfilling shall be done after the concrete or masonry has fully set and shall be done in such a way as not to cause under-thrust on any part of the structure. Where suitable excavated material is to be used for backfilling, it shall be brought from the place where it was temporarily deposited and shall be used in backfilling. The scope of work for backfilling/ filling in foundation, plinth, under floors etc. shall include filling for all the buildings covered under the contract. Whenever excess excavated material is available at one site the same may be conveyed to another site where ever filling is required.

Final site leveling after completion of works shall not be measured as separate item and deemed to be included in the item of excavation.

All timber shoring and form work left in the trenches, pits, floors etc. shall be removed after their necessity ceases and trash of any sort shall be cleared out from the excavation. All the space between foundation masonry or concrete and the sides of excavation shall be backfilled properly as per specification and as directed by the Engineer In-charge to the original surface with approved materials

No separate provision made for safety measures like barricading, sign boards, traffic control measures etc, during excavation the safety Measures are to be followed as per specifications and or as per site requirements in consultation with the Engineer.

No extra payment shall be made for reinstatement necessary due to his work outside the payment trench width. Contractor has to rectify the extra excavated surface at his own cost

Bedding shall be done with available excavated materials or imported from nearby excavated trenches. No separate payment shall be made against the bedding item. The supply rate for granular material for bedding procured from quarry sites/borrow areas shall be paid separately as mentioned in the bill of quantities

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-20 Section 6 - Schedule of Supply

5.Form Work and Centering:

5.1 Steel / wooden form centering shall be used. If wooden form work is used, it shall consist of planks not less than 40 mm thick and strong props. This shall be provided complying with clause 10 of IS 456 / 2000 and specifications no 308 of TNBP. The timber for form works shall be best hard wood and got approved by the engineer in charge. This shall be deemed to be included in the items of contract even otherwise specified.

Separators (cover Block): For bottom cover of beams, slabs etc., separators of precast cement mortar blocks of suitable size with wire embedment as directed shall be used and tied to the reinforcement. Between layers of reinforcement. Between layers of reinforcements, separators consisting of pieces of bars of suitable diameter shall be used. The required cover shall be provided as per clause 24-4 of IS 456 / 2000.

5.2 Formwork

a. Formwork shall be as per relevant specification capable of achieving the specified finish.

b. Formwork shall include for all temporary or permanent forms moulds required for casting the concrete in-situ and all the temporary construction required for supports.

c. Formwork for the structural works shall be of approved quality timber, Plywood, or steel or any other approved materials.

d. Formwork shall be properly designed and strictly as described in the specifications for the particular type of concrete surface finish and it should be sufficiently strong and grout tight.

5.3 Rate for Formwork shall include for:-

1. Fabricating, setting up and erection at any height or depth and striking off and cleaning, preparing for reuse and removing of formwork; 2. All necessary props, joists, struts etc., incidental items and materials such as nails, screws anchors hooks etc for formwork at any level, including additional propping, strutting and supporting decks; 3. Formwork in narrow widths and small quantities; for setting up, strutting and supporting at any height; 4. Unrecoverable formwork; 5. Coating with form oil, sprayed plastics or lining; 6. Rubbing down and making concrete surface good after removal of formwork; 7. Sealing of joints to avoid leaking of cement grouting; 8. Cleaning the surface before concreting (removing dirt, saw dust etc.)

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-21

6. Reinforcement:

Reinforcement and all works in connection therewith shall be measured as the calculated weight of reinforcement detailed on the drawings or otherwise specified, and for this purpose the weight of reinforcement shall be taken as 0.00785kg/m for each mm2 of nominal cross-sectional area and in metric tonne.

No measurement will be made in respect of any laps, chairs and pins placed in the reinforcement. The quantity to be measured and paid for these items shall not include wastage in cutting. Only steel actually installed and placed in position shall be paid. No separate payment shall be made for binding wire or tack welding in lieu of binding.

6.1Structural Steel Work

Items for structural steel work shall include for the manufacture, erection and fixing in the works by number of units, by length, or by weight as indicated in the Bill of Quantities.

No separate measurement for payment shall be made in respect of any site welding, bolts or either fixing devises, grout or bedding materials unless separate items are expressly provided in the Bill of Quantities.

II.CIVIL WORKS.

7. CONCRETE.

7.1. Specification. Concrete for use in the works shall generally comply with TNBP (specification No.30),CPWD and the relevant BIS. The concrete mix shall be in specified proportions satisfying the maximum aggregate size, water cement ratio and required cube strength and workability as per IS 456-2000. Such concrete must be adequately vibrated to form solid mass without voids. The entire concreting works should be done only with the prior approval and in the presence of Engineer-in-charge.

7.2. Mixing Concrete.

The concrete shall be proportioned as far as cement and aggregates are considered by volume. The amount of water required being measured either by weight or volume the adjustments must be made to frequent intervals at the discretion of the Engineer or his assistant to account for the moisture content of the aggregates. The mixing operation shall be performed only in a mechanical concrete mixer and shall continue until the whole batch of uniform consistency and colour. The mixing of concrete shall be done in accordance with clause 8 and 9 of IS 456-2000.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-22 Section 6 - Schedule of Supply

7.3. Transporting, Placing and Compacting Concrete.

7.3.1.Transportation, placing and compaction of concrete mix by mechanical vibrators shall be done in accordance with clause 12 of IS 456-2000. It is imperative that all concreting operations be done rapidly and efficiently with minimum rehandling and adequate manpower shall therefore be employed to ensure this.

7.3.2.The forms shall be first cleaned and moistened before placing concrete.

7.3.3.The mix should not be dropped from such a height as it may cause segregation and air entrainment. When the mix is placed in position, no further water shall be added to provided easier workability.

7.3.4.No concrete mix shall be used for the work if it has been left for a period exceeding its initial setting time before being deposited and vibrated into its final position in the member.

7.3.5. While one concrete is being placed in position it shall be immediately spreaded and ramped sufficiently and suitable to attain dense and complete filling of all spaces between and around the reinforcement and in to the corners of form work for ensuring a solid mass entirely free from voids.

7.3.6.Construction joints required in any of the structural members shall be provided generally complying with clause 12.4 of IS 456 - 2000 and as directed by the Engineer-in- charge.. The efficiency of tempering and consolidation will be judged by complete absence of air pockets, voids and honey combing after removal of form works.

7.4. Curing.

7.4.1.Curing shall be done to avoid excess shrinkage or harmful effort to the members generally complying with clause 12.5 of IS 456 - 2000

7.4.2.The method adopted shall be effective andany special method used must be approved by the Engineer and be subject to complete supervision.

7.4.3. Any deficiency in concreting such as cracking, excessive honey combing exposure of reinforcement or other fault which entail replacement of the defective part by fresh concrete and whatsoever remedy reasonably required without hampering the structural safety and architectural concept, all at the cost of contractor.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-23

. 7.5. Removal of Form Work.

7.5.1. Removal of form work shall be done as per TNBP and relevant BIS and as directed by the engineer in such a manner that no damage is caused to the structures. The striping time shall not be less than that indicated in clause 10.3 of IS 456 -2000.

7.6. Testing of Concrete

7.6.1.During the course of construction works, preparation of test specimens, curing and casting of concrete shall be done in accordance with IS 1199 / 1959 and IS 516 / 1959 to ascertain the strength requirements and acceptance criteria indicated in IS 456 - 2000. The contractor shall provide all apparatus, labour and arrange to test the cubes at his own cost at the test laboratory decided by the Engineer.

7.6.2. In addition to the above tests, any other test which may if desired by the Engineer-in- charge be carried out from time to time as per relevant specifications at the cost of contractor. In case the concrete does not meet the strength required, all corrective measures shall be taken at once at the contractor‟s cost.

7.6.3. The inspection and testing of structures shall be done in accordance with clause 16 of IS 456/2000.

8. Plastering.

8.1. Plastering would be 12mm, 20mm and 25mm thick cement plaster .either plain or waterproof as may be specified and shall be carried out as per relevant BIS/TNBP.

8.2.The plastering items shall be executed in thickness and cement mortar of proportion as detailed in respective items in the BOQ. Similarly the plastering shall be either ordinary or waterproof as specified in respective item in the BOQ.

8.3. In case of water proof plaster standard approved water proofing compound shall be mixed in cement mortar in required percentage as directed and then the plaster is applied.

8.4. The finishing shall be either smooth or rough as may be directed by the Engineer unless otherwise specifically mentioned in the BOQ.

8.5. Neat finish wherever directed by the Engineer shall be done at no extra cost.

8.6. Curing and watering shall be one as directed and plaster shall be in alignment and level. Any sub standard work is liable to be rejected and shall have to be re-done at contractors cost. Sand to be used shall be of approved quality only. Cost of all scaffolding shall be included in the rates quoted in the BOQ.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-24 Section 6 - Schedule of Supply

9. Masonry works

A. Brick Masonry: Brick shall be best quality locally available bricks and shall be got approved by the Engineer-in-charge before incorporation in the work. It shall generally conform to IS 1077-1970. In any case minimum crushing strength shall not be less than 35 kg/sq.cm and water absorption shall not be more than 25% by weight. The Engineer-in-charge shall have the right to reject bricks obtained from any field where the soil has an appreciable quantity of sulphates and chlorides. Bricks shall be thoroughly soaked in water before using till the bubbles ceases. No half or quarter brick shall be used except as closer. The closers shall be cut to required size and used near the end of the walls

Brick work shall not be raised more than 10 courses a day unless otherwise approved by the Engineer-in-charge. The brick work shall be kept wet for at least 7 days. Brick work shall be uniformly raised around and no part shall be raised more than 1.0 metre above another at any time.

All joints shall be thoroughly flushed with mortar of mix as specified in the schedule of quantities, at every course. Care shall be taken to see that the bricks are bedded effectively and all joints completely filled to the full depth.

The joints of brick work to be plastered shall be raked out to a depth not less than 10mm as the work proceeds. The surface of brick work shall be cleaned down and wiped properly before the mortar sets.

9.1 Scaffolding

The Scaffolding shall be sound, strong and safe to withstand all loads likely to come upon it. The holes which provide resting space for horizontal members shall not be left in masonry under one metre in width or immediately near the skew backs of arches. The holes left in the masonry work for supporting the scaffolding shall be filled and made good. Scaffolding shall be got approved by the Engineer. However, the Contractor shall be responsible for its safety.

The rates for brick work shall include the cost of the following:

a. Providing and fixing necessary single or double scaffolding and removing the same after the work is completed. b. Watering, curing, and lifting of material to any height. c. Raking out of joints to receive plaster. d. Forming slab sittings, cutting or leaving holes for lugs of windows, doors, sills, switch and plug boxes etc. e. Making good all holes, chases etc. to any depth due to conduit pipes, holdfasts, bolts, switch and plug boxes etc. f. Bedding and pointing precast lintels, sills etc. in or on walls.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-25

g. For the purpose of measurements, the thickness of one brick wall ad over shall be taken in terms of multiples of half brick. a. Brick work shall be measured in cubic meter.

9.2 Precast Cement Concrete Solid Block Masonry.

Material: Precast cement concrete solid blocks shall be of best quality locally available manufactured at site and should be approved by the Engineer-in-charge before incorporation in the work. The ingredient and the cement concrete used shall confirm to relevant IS as stipulated in specification for cement concrete works. The blocks shall be cured well atleast for 14 days before incorporation into the work. The cement mortar for concrete blocks masonry shall be 1:4 and joints shall not be more than 10mm thick.

The workmanship and mode of measurement shall be as per the Brick Masonry. It is measured in cubic meter. The rate quoted shall include cost of all materials, labour including frame work in casting the blocks, curing, transporting, handling, hoisting the blocks to proper level, curing masonry etc. complete

9.3 Random Rubble Masonry:

Stones shall be of the type specified. It shall be hard, sound, free from cracks, decay and weathering and shall be freshly quarried from an approved quarry. Stone with round surface shall not be used. The stones, when immersed in water for 24 hours, shall not absorb water by more than 5 per cent of their dry weight when tested in accordance with IS: 1124-1974. The length of stones shall not exceed 3 times its height nor shall be less than twice its height plus one joint. No stone shall be less in width than the height and width on the base shall not be greater than three- fourth of the thickness of the wall nor less than 150mm.

All mortar to be used shall be of the type and proportion mentioned in the item. Cement, sand and water to be sued shall conform to their relevant specifications as described under cement concrete.

The masonry shall be laid plumb, lines levels, curves, shapes as shown in drawings. All required holes for passage o water or pipes are to be embedded during construction as specified.

All stones shall be wetted before laying in masonry. Concrete surfaces of columns, beams, lintels, chajjas etc. coming in contact with masonry shall be properly chipped, washed and wetted before start of masonry work. The concrete slurry as the masonry work progresses in height. Clean chips and spawls carefully selected to fit in the space shall be wedded into the mortar. Joints and beds wherever necessary to avoid thick beds or joints or mortar. However, proper shaping and dressing of stones shall be done prior to their laying in masonry and hammering shall not be resorted to often after the stones are laid in position. The bond stones shall be used in every square metre area of masonry wall ad shall extend from front to back to thin walls having width of 600 mm. and shall overlap by atleast 150 mm. in walls having thickness more than 600mm. when lid from both sides. Stones in hearting and they shall not exceed 20 percent of the quantity of

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-26 Section 6 - Schedule of Supply

stone masonry. When practicable, the whole masonry in any structure shall be carried out upto a uniform level throughout. But when breaks are unavoidable in carrying the work continuously in uniform level, sufficiently long steps shall be left. All junction of walls shall be formed at the time when walls are being built. Cross walls should be carefully bonded in to the main walls. All masonry built in cement mortar shall be kept continuously wet for 14 days from the date of laying. It shall be measured in cubic metre.

9.4 Wood Work:

1. All timber shall be approved quality Class 1 timber unless specified otherwise in the specifications or drawings.

2. The work shall include supply, fabricate and installation of doors / windows, with approved quality timber and finished as per the respective specification and the drawings.

3. All samples shall be provided for Engineer's approval prior to purchase of material.

4. All timber shall be pressured impregnated termite proof, seasoned, planed timber and sand papered by hand to have a smooth finish to receive paint.

5. Only 16% of moisture content is recommended for all timber.

6. The sizes given in the drawings and description of Bill of Quantities are final finished sizes after planing.

7. The contractor shall check the measurement of openings physically at the site before fabricating the doors / windows.

8. All the locks and ironmongery shall be as approved by the Architect. Samples shall be approved by the Architect prior to purchase.

9. Ironmongery and door furniture used including nails, screws, hinges, stays, pull rings and the like shall be of brass unless specifically stated otherwise in the drawings or the specifications.

Unless specified otherwise, rates shall include for:

i. Hoisting and fixing in position, drilling and making good. ii. All necessary brass nails hinges and screws, glue, rawl plugs etc,. iii. 5mm thick clear float glass as appropriate to suit the respective doors and windows, unless specified otherwise in the drawings and schedules. iv. Fixing timber frames / sashes with brass screws lock sets with 3 keys manufactured in Europe on all doors. v. Painting with two coat of wood preservative, two coats of primer and two final coats of wood sheen spray paint.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-27

9.5 Cement Plastering for Walls & Ceilings:

The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness as required. The work shall be tested frequently as the work proceeds with a true straight edge not less than 2.5 m long and with plumb bobs. All horizontal lines and surfaces shall be tested with a level and all jambs and corners with a plumb bob as the work proceeds

Any cracks which appear in the surface and all portions which sound hollow when tapped, or are found to be soft or otherwise defective, shall be cut out in rectangular shape and redone as directed by the Engineer.

When ceiling plaster is done, it shall be finished to chamfered edge at an angle at its junction with a suitable tool when plaster is being done. Similarly when the wall plaster is being done, it shall be kept separate from the ceiling plaster by a thin straight groove not deeper than 6 mm drawn with any suitable method with the wall while the plaster is green

Length and breadth shall be measured correct to a cm and its area shall be calculated in square metres correct to two places of decimal

9.6 White Wash

The white wash shall be applied with moonj brushes to the specified number of coats. The operation for each coat shall consist of a stroke of the brush given from the top downwards, another from the bottom upwards over the first stroke, and similarly one stroke horizontally from the right and another from the left before it dries. Each coat shall be allowed to dry before the next one is applied. Further each coat shall be inspected and approved by the Engineer-n-Charge before the subsequent coat is applied. No portion of the surface shall be left out initially to be patched up later on.

Measurements: Length and breadth shall be measured correct to a cm. and area shall be calculated in sqm correct to two places of decimals. The provided rate includes for scaffolding, cleaning the surface cost of brush labour etc.

9.7 Painting:

1. All paint material shall be of quality acceptable to the Architect and shall be from a manufacturer approved by the Engineer. 2. All surfaces to receive paint shall be well cleaned and smoothened as specified and the prepared surface shall be approved by the Engineer before applying paint. 3. Cavities and uneven surfaces in plastered areas shall be filled with gypsum or other suitable approved filler material and allowed to set, and sand papered to give a smooth and even surface.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-28 Section 6 - Schedule of Supply

Rates for painting shall include for:-

a) All necessary scaffolding work including supply, erection and dismantling; b) Preparation of surfaces, cleaning down; c) Smoothing, knotting, stopping etc.; d) Protecting floors, fittings etc.; e) Removing and replacing door and window furniture and cleaning upon completion; f) Providing samples and specification of all paints to be used in the works; g) Preparation of approved plastered wall surfaces before applying paint;

9.8 FLOOR FINISHES

Rates for Floor Finishes shall include for:-

a) Preparing surface for finishing or screed/backing; b) Forming joints between different surfaces, and expansion joints; c) Finishing to slopes falls and cross falls; d) Making good or tile cutting to any required shape or size around pipes, sanitary fittings and fixtures; e) Cutting and wastage of tiles and other floor finishes; f) Pointing to match tiles as approved; g) Moulded and chamfered edges, rebated edges, splayed edges, round edges, grooves etc.; h) All ends and angles of risers and edges of landings; i) Cleaning and polishing of tiles after completion; j) Providing samples and obtaining necessary approvals as and when required by the Engineer k) Provide and obtain necessary approvals for the expansion joints if any l) Protection of the completed work until the work is properly handed over to the Employer.

9.9 Electrical Installation: i. Work shall be carried out by an experienced electrical contractor who has had previous experience in similar projects and shall have necessary tools, equipment and experienced staff for Electrical installation and Testing. ii. When procuring main cables the Bidder shall take into account actual physical measurements to avoid joints. Special orders shall be placed with manufacturers for cable lengths more than 100 meters. iii. All imported products and fittings shall have the country of manufacture and the specification number marked distinctly.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-29

Rates for Electrical works shall include for:-

a) Assembling and jointing together and for any jointing material; for fixings and supports to each and any background inclusive of all fixing materials, components and special mountings; for cutting and pinning or building in all fixings and supports, including subsequently making good; and for disconnecting and re fixing equipment and fittings to enable other trades to proceed.

b) All wall, ceiling or floor sleeves and plates as required including any necessary packing and water tight cable entries at locations with risks of water leaks.

c) All identification plates, discs, labels, type of service indicators, warning notices, circuit schedules, instruction charts and the like.

d) Marking the position of all holes, mortises, chases, sinking and the like in both the structure and its coverings and for forming or cutting away same as required and for building in and all making good in connection therewith.

e) Switchboards, switchgear, distribution boards, control gear, fittings, equipment and the like shall include for all fuses, MCBs, RCCBs, isolators, relays, contactors, instrumentation, indicators, interlocks, metering, cable entry boxes, gland plates earthing connection and the like and levelling.

f) Bus way systems where applicable shall include fire barriers, bends, joints, end boxes, end covers, fuses, hangers, expansion joints and all other installation material.

g) Cables shall include for all fixings as necessary, cable terminations and glands, joint boxes, earthing lugs, bus bar clamps and the like; for drawing cable into conduit or ducts, laying into trunking or trenches, or fixing to cable tray or the fabric of the building; for bonding to earthing points and the like; and for all identification labels, markers and tags as required. Installation of underground cables shall include cutting trenches, laying cables as required by regulations, filling with sand, supplying and laying protecting tiles, warning tapes and compacting.

h) All PVC conduits shall be embedded, unless otherwise specified. Raceways and accessories shall be of galvanized steel and shall include bends, tees, covers, joints, brackets, hangers and all other required installation material.

i) Conduiting, (rigid and flexible) cable trays, trunking, ladders and any other means of support and/or mechanical protection to cables, forming openings in trunking; for bushing materials, pin racks and fire barriers; for suspension sets; and for all fittings, accessories, boxes and the like.

j) Lamp fittings shall include for all associated lamps, control gear ballasts, starters, capacitors, diffuses, suspension sets and fixings including boxes, conduit boxes, wooden blocks, , break-joint rings, ceiling roses, connector blocks, compression glands, flexible cords, all wiring and the like as required.

k) Lighting and small power (or socket outlet) wiring circuits shall include PVC insulated copper cables including earth cable of required cross section drawn in PVC or other conduits as

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-30 Section 6 - Schedule of Supply

per Specifications including junction boxes, ceiling boxes, wall boxes and electrical and other accessories.

l) Accessories shall include all necessary back plates, boxes, screws, nuts and bolts, iron / G.I. brackets, rods, clips as per specification and all other necessary materials to complete the installation.

m) m. Transporting of all electrical equipment shall include the use of cranes, folk lifts and all other methods of transport.

n) Protective painting to plant, equipment, conduit and the like shall include for all preparatory work and painting with rust inhibitive or other protective paint or coating.

o) Decorative painting to all exposed plant, equipment, conduit and the like shall include for all preparatory work, primers, undercoats and finishing coats of paint to approved colours.

p) Preparing, making applications to statutory authorities and all follow up work and co- ordination to obtain permanent electrical connection to the building. Statutory payments made to authorities in this respect will be reimbursed to the contractor by the Client on submission of documentary proof of such payments.

q) Coordination of work with other services / subcontractors.

9.10 Sanitary Fittings and Plumbing

The whole of the sanitary works shall be carried out by a licensed sanitary plumber according to the layout and as specified and as directed at site. It should be noted that the positions shown on plans are approximate. Exact positions would be indicated at site.

Rates for sanitary fittings shall include for:

i. Fittings such as taps, waste water outlets, flushing cisterns, flush valves, internal overflows etc., the supporting brackets and incidental materials for fixing.

ii. Assembling, jointing together, fixing components and jointing to pipes inclusive of necessary iii. couplings and for leaving perfectly clean undamaged and in perfect working order as on completion. c. Jointing and connecting pipes to sanitary fittings iv. Testing and commissioning of installation

v. Making good the work disturbed

Site Protection:

The Contractor shall provide all necessary fencing, hoardings, watching and lighting for the security of site and safeguarding the Works. The shelters, guard house and other facilities to be

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-31

provided for the watchmen to do their duty in an efficient manner. Altering shifting and adapting same from time to time shall also be the responsibility of the Contractor. All costs in connection with this shall be borne by the Contractor

Daily Returns

If required by the Engineer Incharge, the Contractor shall furnish 12 noon on every working day the following daily returns.

A list of the labour employed on the previous day specifying the number employed, and out turn achieved Details of construction equipment deployed for the work.

Particulars of all materials and goods delivered off-site and on-site.

Monthly Progress Report

a. The Contractor shall submit to the Engineer not later than the 5th working day of every month a Progress Report for the previous month which shall include the following items and information:

b. The marked Programme submitted at the previous Monthly Site Progress Meeting amended (if necessary) to indicate agreed revisions c. Summary of construction Plant on-site and off-site including dates of arrival and departure of items. d. Summary of principal materials and manufacturers items placed on order and delivered to the sites. e. Issues that are to be addressed by the contractor for the timely completion of work, the issues which requires Employer‟ intervention for settling the issue

10. AS BUILT DRAWINGS

Unless otherwise specified the Contractor shall deliver to the Engineer two sets of hard copies to appropriate scale and on appropriate size paper, and one set of AutoCAD compatible soft copy in a compact disk.

Drawings of the buildings site work such as, paving, fencing, drainage, electrical ducts, water sewerage system and all other services.

All drawings, documents and manuals shall be to a standard format. All drawings shall be to the size required by Engineer.

The Bid shall be deemed to include the cost of the preparation, supply and delivery of all drawings, instruction manuals, transparent copies on polyester and information and copies thereof which the Contractor is required to provide under the terms of the Contract

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-32 Section 6 - Schedule of Supply

Provision has made in the Bill of Quantities for contegencies and amount payable to line department for shifting of utility services suchas shifting of water supply pipeline, telephone / power supply cable for permanent restoration of National Highways, State Highways and PWD roads. Permanent restoration shall be done by concerned department and paid from provisional sum. The identification and permanent shifting of existing utilities namely water supply, sewerage, electricity, and telephone cable is the responsibility of the contractor and the cost towards shifting of utilities shall be borne by the Employer (for permanent shifting only) under the head of provisional sum. Temporary shifting of utilities is the responsibility of the contractor and no extra cost shall be paid against such works. The amount under provisional sum is fixed and the bidder shall not quote tender premium for this provision

Provisional sum” and/or “contingencies” means a sum included in the Contract and so designated in the execution of any part of the Works or for the supply of goods, materials, Plant or services, or for contingencies, which sum may be used, in whole or in part, or not at all, on the instructions of the Engineer. The Contractor shall be entitled to only such amount in respect of the work, supply or contingencies to which Provisional Sums relate as the Engineer shall determine in accordance with this Clause .The Engineer shall notify the Contractor of any determination made under this clause, with prior consent of the Employer.

In respect of every Provisional Sum and/or “contingencies” the Engineer shall have authority to issue instructions for the execution of work or the supply of, materials, Plant Sums or services by the Contractor, in which case the Contractor shall be entitled to an amount equal to the value thereof determined in accordance with Clause 15.

The Contractor shall produce to the Engineer all quotations, invoice, vouchers and accounts or receipts in connection with expenditure in respect of Provisional Sums, except where work is valued in accordance with rates or prices set out in the Tender.

11. Safety in Construction:

a) The Contractor shall employ only such methods of construction, tools and plant as are appropriate for the type of work or as approved by Project Manager / Executive Engineer, PIU as applicable in writing.

b) The Contractor shall take all precautions and measures to ensure safety of works and workman and shall be fully responsible for the same. Safety pertaining to construction works such as excavation, centring and shuttering, trenching, blasting if any, demolition, electric connections, scaffolds, ladders, working platforms, gangway, mixing of bituminous materials, electric and gas welding, use of hoisting and construction machinery shall be governed by TN PWD Safety Code, relevant safety codes and the direction of Project Manager / Executive Engineer, PIU as applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-33

11.1 Inspection of Site

Bidder is requested to visit the site to acquaint themselves with all existing conditions, and with the nature and extent of work to be done under this contract as no extras will be allowed on the plea of want of information due to neglect of their part in this regard.

11.2 Temporary Installation:

The Contractor shall provide and maintain temporary services necessary for the execution of the Works under the Contract. The Contractor shall make applications and install such services in accordance with the regulations and requirements of the relevant authorities. The Contractor shall be responsible for all costs and charges in connection with the installation of temporary services and maintenance of such services. On completion of the Works, the Contractor shall disconnect such services as directed by the Engineer Incharge.

11.3 Power

The Contractor shall apply and pay for the required power and install temporary electrical installation for the Works, site office, Engineer‟s and Consultant‟s Offices, Stores, labour huts, yards and site lighting and testing for mechanical and electrical services done by others. Alternative arrangements shall be made available by the Contractor at the site for use in an emergency and or during power failures. The cost of supplying, installing running and maintaining the alternative arrangements shall be borne by the Contractor

11.4 Water

The Contractor shall apply and pay for the continuation of temporary water supply connection to the site and construct storage tanks with adequate capacity, together with the necessary internal temporary PVC distribution system including an overhead tank at an adequate elevation, water pumps as may be required and providing taps, valves, etc. in order to provide water for the Works, for drinking purposes, and also for washing, bathing and sanitary facilities required by the Contractor‟s workmen, the Employer, and the Engineer‟s staff

11.5 Communication

The contractor shall arrange for communication facilities such as phone, internet and fax at the project site. The Contractor shall be responsible for applying for connections and paying all charges for installation, rental, shifting and adapting same from time to time as may be required maintenance and the calls taken by him.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-34 Section 6 - Schedule of Supply

6. An Indicative list of Codes

An indicative list of Bureau of Indian Standards (BIS) IS Codes and IRC codes to be followed is as under, unless otherwise specified in TNPWD and CPWD Standard specifications.

S. Material / Work Type IS Code IS Code Name No. 1 Earth Work IS: 1498-1970 Classification and identification of soils for general engineering purposes IS: 3764-1992 Safety code for excavation work 2 Form Work IS: 1730-1989 Dimensions for steel plates, sheets strips and flats for general engineering purposes IS: 808-1989 Dimensions for Hot Rolled Steel Beam, Column, Channel and Angle Sections IS: 723-1972 Specification for Steel Countersunk Head Wire Nails 3 Aggregates IS: 383-1970 Specification for coarse and fine aggregates from natural sources for concrete IS: 460-1985 Specification for test sieves (relevant parts) IS: 1542-1992 Specification for sand for plaster IS: 2116-1980 Specification for sand for masonry mortars 4 Concrete Works (PCC & IS: 456-2000 Plain and Reinforced Concrete - Code of RCC) Practice IS: 516-1959 Method of tests for strength of concrete IS:4923 1997 Hollow steel section for structural use speciation‟s. IS: 1199-1959 Methods of sampling and analysis of concrete

IS: 2386-1963 Methods of Test for Aggregates for

(Part 1) Concrete - Part 1: Particle Size and Shape

IS: 2386-1963 Methods of test for Aggregates for Concrete (Part 2) - Part 2: Estimation of deleterious materials and organic impurities IS: 2386-1963 Methods of test for Aggregates for Concrete (Part 3) - Part 3: Specific gravity, density, voids,

absorption and bulking

IS: 2386-1963 Methods of test for Aggregates for Concrete (Part 4) - Part 4: Mechanical properties IS: 2386-1963 Methods of test for Aggregates for Concrete (Part 5) - Part 5: Soundness IS: 2386-1963 Methods of test for Aggregates for Concrete (Part 6) - Part 6: Measuring mortar making properties of fine aggregates

IS: 2645-2003 Integral Waterproofing Compounds for Cement Mortar and Concrete – Specification

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-35

S. Material / Work Type IS Code IS Code Name No. IS: 3812-2003 Pulverized Fuel Ash - Specification - Part 1: (Part 1) For Use as Pozzolana in Cement, Cement Mortar and Concrete

IS: 3812-2003 Pulverized Fuel Ash - Specification - Part 2: Concrete works Cont.... (Part 2) For Use as Admixture in Cement Mortar and Concrete IS: 334-2002 Glossary of Terms Relating to Bitumen and Tar IS: 1203-1078 Determination of softening point for penetration test (See IS: 1201 to IS: 1220) IS: 1205-1978 Determination of softening point - (See IS: 1201 to IS: 1220) IS: 1209-1978 Determination of flash point and fire point - (See IS: 1201 to IS: 1220)S IS: 1834-1984 Specification for Hot Applied Sealing Compounds for Joints in Concrete IS: 1838-1983 Specification for preformed fillers for (Part 1) expansion joint in concrete pavement and structures (non-extruding and resilient type) - Part 1: Bitumen impregnated fibre IS: 1838-1984 Specification for preformed fillers for (Part 2) expansion joint in concrete pavement and structure (non extruding and resilient type) Part 2 CNSL Aldehyde resin and pith IS: 3384-1986 Specification for bitumen primer for use in waterproofing and damp-proofing 5 Cement for Masonry, IS: 269-1989 Specification for 33 grade Ordinary Portland concrete and plastering Cement works IS: 455-1989 Specification for Portland Slag Cement IS: 3466-1988 Specification for masonry cement IS: 8042-1989 White Portland Cement - Specification IS: 8112-1989 Specification for 43 grade Ordinary Portland Cement IS: 12269-1987 Specification for 53 grade Ordinary Portland Cement IS: 1489-1991 Specification for Portland Pozzolana (relevant parts) Cement 8 MS bars and wires IS: 280-2006 Mild Steel Wire for General Engineering Purposes MS bars and wires IS: 432-1982 Specification for mild steel and medium cont..... (Part 1) tensile steel bars and hard-drawn steel wire for concrete reinforcement–Mild steel and medium tensile steel bars IS: 432-1982 Specification for mild steel and medium

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-36 Section 6 - Schedule of Supply

S. Material / Work Type IS Code IS Code Name No. (Part 2) tensile steel bars and hard-drawn steel wire for concrete reinforcement–Hard- drawn steel wire IS: 1139-1966 Hot rolled mild steel, medium tensile steel and high yield strength steel deformed bars for concrete reinforcements IS: 1566-1982 Specification for hard-drawn steel wire fabric for concrete reinforcement IS: 1599-1985 Method for bend test IS: 1608-2005 Mechanical testing of metals - Tensile Testing 9 Reinforcement Steel – IS: 1786-2008 High strength deformed steel bars and wires Ribbed thermo (Fourth Revision) for concrete reinforcement – Specification mechanically treated (TMT) bars 10 Brick including fly ash IS: 1077-1992 Common burnt clay building bricks – bricks/chamber bricks Specification /modular bricks IS: 2212-1991 Code of practice for brickworks IS: 3495-1992 Methods of tests of burnt clay building (Part 1 to 4) bricks: Part 1 - Determination of compressive strength, Part 2 - Determination of water absorption, Part 3 - Determination of efflorescence, Part 4 - Determination of war page IS: 5454-1978 Methods of sampling of clay building bricks 11 Structural Steel & IS: 226-1975 Structural steel (Standard quality) Fasteners IS: 800-2007 General Construction in Steel - Code of

Practice IS: 823-1964 Code of procedure for manual metal arc welding of mild steel SP: 6 (Part 1)- Handbook for Structural Engineers – 1:

1964 Structural Steel Sections

IS: 1148-1982 Hot-rolled rivet bars (upto 40 mm dia) for structural purposes IS: 1149-1982 High tensile steel rivet bars for structural purposes IS: 1161-1998 Steel Tubes for Structural Purposes – Specification IS: 1363-2002 Hexagon Head Bolts, Screws and Nuts of (relevant parts) Product Grade `C' IS: 1367 Technical Supply Conditions for Threaded (relevant parts) Steel Fasteners IS: 1977-1996 Low Tensile Structural Steels – Specification

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-37

S. Material / Work Type IS Code IS Code Name No. 12 Plastering IS: 1630-1984 Specification for mason's tools for plaster work and pointing work IS: 1635-1992 Code of practice for field slaking of building lime and preparation of putty IS: 2402-1963 Code of Practice for External Rendered Finishes IS: 1141-1993 Seasoning of timber - Code of practice IS: 1341-1992 Steel butt hinges – Specification IS: 207-1964 Specification for Gate and Shutter Hooks and Eyes IS: 208-1996 Door handles – Specification IS: 281-2009 Mild Steel Sliding Door Bolts for use with Padlocks – Specification IS: 1823-1980 Specification for floor door stoppers IS: 2209-1976 Specification for mortise locks (vertical type)

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-38 Section 6 - Schedule of Supply

4. Supplementary Information List of Single Arrow,Double Arrow, Way Finding,Tourist Information, Tourist Map and Cantilever Signage locations Single Double Way Finding Tourist Tourist Map Cantilever sign S.No District Arrow Arrow Sign Board information board board Board Board

1 Thajavur 34 4 19 17 5 27

2 Nagapattinam 16 0 11 22 6 40

3 Thiruvarur 10 0 14 13 4 34

4 Trichy 10 0 0 10 4 10

5 Thoothukudi 37 1 2 11 7 21

6 Thirunelveli 3 0 0 3 7 16

7 Coimbatore 0 0 6 2 7 15

8 Kancheepuram 11 0 1 5 10 9

9 Vellore 0 0 21 18 5 19

10 Dharmapuri 9 0 2 6 4 8

11 Sivagangai 8 0 4 6 5 11

12 Salem 0 0 4 11 5 9

13 Cuddalore 6 0 2 6 5 12

14 Kanyakumari 6 2 1 2 5 9

15 Namakkal 4 2 1 1 3 10

16 Thiruvannamalai 3 0 2 1 10 11

17 Villupuram 56 10 20 20 9 90

18 Krishnagiri 45 25 18 6 4 57

19 Erode 10 0 96 29 9 66

20 Pudukottai 55 32 23 8 6 77

21 Ariyalur 6 3 5 2

22 Karur 2 1 2

23 Ramanathapuram 2 1 6 1

24 Madurai 18 9 5 3

25 Chennai 9

26 Tirupur 3

27 Ooty 9

28 Perambalur 2 29 Dindigul 6 30 Theni 5 31 Virudhunagar 4 32 Thiruvallur 6 Total No. of 351 76 247 211 182 565 board

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-39

Location of Signage boards at Tourist towns:

1. Thajavur District

Way Single Double Tourist/ S.No Location Finding Arrow Arrow Information Board Board

1 Aaduthurai

1 Palakarai-near VeeraChola Aaru 1 - 1 -

2 Thirumangalakudi Junction 1 - 1 -

Total 2 - 2 -

2 Kanchanur

1 Near Kanchanur Canal bridge - - 1 -

Kanchanur –Poompuhar 2 2 - - - road junction 3 Kanchanur Temp[le entrance - - - 1

Total 2 - 1 1

3 Papanasam

1 Papanasam near bus stand - - - 1

2 Ramalinga Swami Temple - - 1 1

Total - - 1 2

4 Swamimalai

Abivindhipuram Iyyanar temple, 1 - - 1 - near rural development office Thiruvaiyaru to 2 1 - - - junction

3 All Veethi streets 8 4 - -

Thanjavur to Kumbakonam road, 4 2 - - - near Thirupulancholai temple arch

5 Swamimalai murugan temple - - - 1

Total 11 4 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-40 Section 6 - Schedule of Supply

Way Single Double Tourist/ S.No Location Finding Arrow Arrow Information Board Board

5 Suriyanarkovil Kumbakonam to 1 - - 2 - Poompuhar road,Thiruvilankudi

2 Approach road to temple - - 1 -

3 SuriyanarKoil entrance - - - 1

Total - - 3 1

6 Thirunageswaram

Thirunageswaram to 1 2 - - - Kumbakonam road junction

2 Thirunageswaram Temple - - - 1

Karaikal to Thirungaeswaram 3 - - 1 - junction(near mill)

Total 2 - 1 1

7 Thingaloor

Thiruvaiyaru-Thingalur road,near 1 - - 1 - Thasildhar Office Kumbakonam-Thingalur road near 2 1 - - - Apathageswarar temple

3 Near Ayyanarkoil canal temple 1 - - -

4 Entrance arch from state highway 2 - - -

5 Sri Kailasanathar temple - - - 1

Total 4 - 1 1

8 Thiruvaiyaru

Cauvery bridge entrance near 1 1 - - - Padma Hotel

2 Thiruvaiyaru Bus stand - - - 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-41

Way Single Double Tourist/ S.No Location Finding Arrow Arrow Information Board Board

3 Near Jeyam Theater Turning 1 - - -

Kumbakonam-Thiruvaiyaru road 4 - - 1 - near Kamraj Govts School Ariyalur-Thiruvaiyaru road near 5 - - 1 - AAAC College

6 Panchanatheeswarar Temple - - 1

Total 2 - 2 2

9 Uppiliappan Thirukovil

1 Uppiliappan Thirukovil entrance - - - 1

10 Palathali

1 Udhayasuriyapuram 1 - 2 -

2 Palathali Amman temple - - - 1

3 Temple Approach road 1 - - -

Total 2 - 2 1

11 Parakalakottai

1 Pattukottai to mallipattinam 1 - 2 -

2 Parakalakottai temple - - - 1

3 Temple Approach road 1 - 1 -

Total 2 - 3 1

12 Naganathaswami Temple

1 Manampadi Temple - - - 2

2 Thiruppanthal bus stop - - 1 -

3 Anaikarai bridge 1 - 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-42 Section 6 - Schedule of Supply

Way Single Double Tourist/ S.No Location Finding Arrow Arrow Information Board Board

Total 1 - 2 2

2. 2.1.Akkur

Single Double Tourist information / Cantilever S No Location Way finding arrow arrow Map board sign board

1 AkkurMukkuttu Junction - - - - 1

2 Amman Temple Entrance - - - 1 -

Toatl - - - 1 1

2.2.Keelperumpallam

Single Double Way Tourist information Cantilever S No Location arrow arrow finding / Map board sign board

Poompuhar to Vanagiri - - 1 - - 1 Junction 2 Temple Entrance - - - 1 - Karuvi Junction to 1 - - - - 3 Poompuhar Road Total 1 - 1 1 -

2.3 Kodiyakarai Tourist Cantilever S No Location Single Double Way information / sign board arrow arrow finding Map board 1 Check Post Entry - - - - 1 2 Birds Sanctuary 1 - - - - Animals Sanctuary 3 1 - - - - (Ticketing gate)

4 Near by Ranger office - - 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-43

Total 2 - - 1 1

2.4 Kuthalam Way Tourist Single Double Cantilever S No Location finding information / Map arrow arrow sign board Board board

Cubbakonam to - - - - 1 1 Kuthalam (Petrol Bank)

Mayiladuthurai to - - - 2 - 1 Cubbakonam (ONGC)

Kuthalam to - - - - 3 1 (Petrol Bank)

- - - 4 Bus Stand 1 -

Total - - - 1 3

2.5 Nagore Tourist Cantilever S No Single Double Way information / Map Location sign board arrow arrow finding board

1 VanchureRoundana - - - 1 1

Nagore to Nagapattinam 2 - - - - 1 Entry Total - - - 1 2

2.6 Thirukadaiyur Tourist Single Way Cantilever S No Location Double arrow information / arrow finding sign board Map board Near temple police - - 1 - 1 - pooth 2 Karaikal Main Road - - 1 - - 3 Near by Hotel TTDC - - 1 - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-44 Section 6 - Schedule of Supply

Temple Main road - 4 1 - - - Junction Total 1 - 2 1 -

2.7 Thirumanacheri Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board 1 Rajakoppuram Entrance - - - 1 - Anjarvarthai Bridge 2 - - - 1 - (Towards Kuthalam) Total - - - 2

2.8 Thiruvenkadu Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board - - 1 Temple Inner side - 1 -

Temple East Kopuram - 2 - - 1 - entry Temple West Kopuram 3 - - - 1 - Entry Srinivasan high sec 4 - - 1 - - school Total - - 1 3 -

2.9 VaitheeswaranKovil Tourist Cantilever Single Double Way S No Location information / sign arrow arrow finding Map board board Sirkali to 1 - - - - 1 (Petrol Bank) Matiladuthurai to Sirkali 2 - - - - 1 (Near Police St)

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-45

Temple to Manalmedu 3 - - - - 1 Junction 4 Railway Station - - - 1 - 5 East car st (GHS School) - - - 1 - 6 Petrol Bank - - - 1 - 7 Near Railway Station - - - 1 - 8 Near Bus Station - - - 1 - Total - - - 5 3

2.10 Vedharanyam Tourist Single Double Cantilever S No Location Way finding information / arrow arrow sign board Map board - - 1 1 Velankanni Road - -

- 2 Bus stand Out side - - - 1

3 Kodiyakarai Road - - - - 1 4 Thiruthuraippondi Road - - - - 1 Vedharanneeswaran - 5 1 - - 1 Temple 6 Kadarkarai Sannathi salai 1 - - - - 7 Akkasthiyar Kovil 1 - - - - Uppu Sathyakiraga Nenaivu 8 1 - - - - kattidam 9 Rajaji Park 1 - - - - Total 5 - - 1 4

2.11 Poompuhar Tourist Double Way Cantilever S No Location Single arrow information / arrow finding sign board Map board 1 Karuvi Junction - - 2 - - 2 Archeology office 1 - - - - 3 Art Gallery 1 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-46 Section 6 - Schedule of Supply

4 Children s Park 1 - - 1 -

5 Nettunkal Mandapam 1 - - - -

6 Sangamam 1 - - - - 7 Pavai Mandapam 1 - - - - 8 Tourist officer Building 1 - - - - Total 7 - 2 1 -

2.12 Velankanni Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board Kodiyakarai/Puthukott 1 - - 2 - - ai Road Junction Total - - 2 - -

2.13 Ettukudi Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board Seera Vattanar Dam - - 1 - - 1 Junction (Ettukudi) Ettukudi Temple - - - 1 - 2 Entrance Total - - 1 1 -

2.14Thirukannankudi Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board Sikkal to Thiruvarur - - 1 - - 1 Road Junction Keillvellur Railway - - - 1 - 2 Station Total - - 1 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-47

2.15 Thiruvaimur Tourist Cantilever Single Double S No Location Way finding information / sign arrow arrow Map board board 1 Temple Entrance - - - 1 - Total - - - 1 -

2.16 Achalpuram Tourist Single Double Way Cantilever S No Location information / arrow arrow finding sign board Map board 1 Temple Entrance - - - 1 -

2 Kollidam junction - - 1 - -

Total - - 1 1 -

3. Thiruvarur District Single Double Tourist Cantilever S. Way Finding Location Arrow Arrow information/ sign No Sign Board Board Board Map board board

1 Alangudi

Aptsahayesvarar 1 Temple - - 1 - - Near Temple Moat Aptsahayesvarar 2 Temple - - 1 - - Near Temple Moat Total - - 2 -- -

2 Koothanur Maha saraswathi

amman temple

1 Near Panchayat office 1 - - 1 - turning 2 Near Arasalur Bridge - - - 1 - 3 Near Temple sanathi - - - 1 - Street Total 1 - - 3 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-48 Section 6 - Schedule of Supply

Single Double Tourist Cantilever S. Way Finding Location Arrow Arrow information/ sign No Sign Board Board Board Map board board 3 Peralam Arulmigu Lalithambigai - - - - - Temple 1 Near Railway Station - - - 1 -

2 Near Theradi street 1 - - - -

3 Near Thirupan Bridge - - - -

4 Karhathi Arch 2 - - - -

Total 3 - - 1 -

4 Thiruthuraipoondi Piravi Marundeswarar - - - - - Temple Thiruthuraipoondi Bus 1 - - - 1 - stand 2 Near Theradi veethi - - 1 - -

3 Kottur near CUB ATM 1 - 1 - -

Total 1 - 2 1 -

5 Rajagopalaswami 1 temple Near temple - - - 1 - entrance 2 Mannargudi bus stand - - 1 - -

3 Mannargudi-Thiruvarur - - 1 - -

Total - - 2 1 -

6 Thirukannamangai Arulmigu 1 Bakthavachala perumal - - 1 - - temple-vettuar bridge Thiruvarur to 2 kumbakonam - - - 1 - road,Thirukannamangai

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-49

Single Double Tourist Cantilever S. Way Finding Location Arrow Arrow information/ sign No Sign Board Board Board Map board board bus stop

3 Thiruvarur bus stand - - 1 - -

Total - - 2 1 -

7 Muthupettai &Lagoon-Boat 1 - - - 1 - Jetty Jammpavanadai temple 2 1 - - - - Arch MGR statue - - 1 1

3 Muthupettai Bus stand - - - 1 -

Total 1 - 1 3 -

4. Trichy District Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board Samayapuram

Manachanallur samyapuram 1 - - - - 1 road

2 Near venkatershwara theatre - - - - 1

3 Samayapuram Temple entry - - - - 1

4 Samayapuram Near temple - - - 3 - TV Kovil/Samayapuram - 5 - - - 2 - Near temple Total - - - 5 3

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-50 Section 6 - Schedule of Supply

5. Thoothukudi District Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board 1 Srivaikundam 1 Near MLA office - - - 1 - 2 Near Taluk office junction 1 - - - - Near women police 3 1 - - - - station 4 Sanathi street 1 - - - - 5 Near VAO office 1 - - - - 6 Near rice mill 1 - - - - Thoothukudi to 7 1 - - - - Srivaikundam road Total 6 - - 1 - 2 Perungulam 1 Srivaikundam Road 1 - - - - 2 Eral Road 1 - - - - 3 Sawyerpuram 1 - - - - 4 Srivaikundam Road 1 - - - - 5 Eral Road 1 - - - - - 5 - - - Total 3 Rettai tirupati 1 1 Temple Entry 1 - - - - 2 Approach Road 1 - - - - Total 2 - - - -

4 Rettai tirupati 2 1 Infront of Temple - - - 1 - Total - - - 1 -

5 Then Thiruperai

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-51

Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board 1 Near chemical 1 - - - - 2 Rathaveethi 1 - - - -

2 - - - - Total 6 Thirukolur 1 Theradi street 1 - - - - 2 Perumal Koil street 1 - - - - Total 2 - - - - 7 Alwar thirunagari 1 East Mada Veethi 1 - - - - 2 West Mada Veethi 1 - - - - 3 Massi street 1 - - - - 4 Udayavar street 1 - - - - 5 Sanathi street 1 - - - - 6 Nazreeth Road - - - 1 - Total 5 - - 1 - 8 Ettayapuram 1 South Car street - - 1 - 2 West Car street 1 - - - 3 West car street 1 - - - - 4 Thepakulam street 1 - - - - 5 East car street - - - 1 - 6 South car street 1 - - - - 7 Near post office 1 - - - - 8 Near police quarters 1 - - - - Total 6 - 1 1 - 9 Manappadu Kanyakumari-Tiruchendur 1 1 - - - 2 road Total 1 - - - 2 10 Panchalakurichi 1 Panchalamkuruchi road - - - 1 - 2 Main Road (Junction) 1 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-52 Section 6 - Schedule of Supply

Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board 3 Canteen front side 1 - - - - 4 Auditorium 1 - - - -

Total 3 - - 1 -

11 Thiruchendur 1 Thepakulam - - - 1 - 2 South car street 1 - - - - 3 North car street - 1 - - - 4 T.B. Road - - - 1 - Total 1 1 - 2 - 12 Natham 1 NavathirupathiTemple 1 - 1 1 - Total 1 - 1 1 - 13 Thirupuliyankudi 1 Temple Back Side 1 - - - - 2 Temple Entry Main Road - - - 1 - 3 Infront of Temple - - - 1 - Total 1 - - 2 -

6. Thirunelveli District Single Double Tourist S. Way Finding Cantilever Location Arrow Arrow information/ No Sign Board sign board Board Board Map board 1 Courtrallam

1 Madurai R oad Near arch - - - 1 -

2 Tenkasi Road - - - - 1

3 Five Falls Road - - - 1

4 Ambai Road - - - 1 - Shenkottai Road to Five 5 - - - - 1 Falls Road Total - - - 2 3

2 Nerkattum Seval

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-53

Single Double Tourist S. Way Finding Cantilever Location Arrow Arrow information/ No Sign Board sign board Board Board Map board SanKaranKovil NGO 1 - - - - 1 colony 2Thalaivan Kottai Vilaku - - - - 1

3 Vasudevanallur Bus stand - - - - 1

4 Near Pulithevan School 1 - - - -

Total 1 - - - 3

7. Coimbatore District Single Tourist S. Double Way Finding Cantilever sign Location Arrow information/ No Arrow Board Sign Board board Board Map board 1 Anaimalai Pollachi-anaimalai 1 - - 1 - 1 road Udumalai to 2 - - 1 - 1 anaimalai road Valparai to 3 - - 1 - 1 anaimalai road Total - - 3 - 3 2 Marudamalai Gandhipuram 1 - - 3 - 1 marudamali Road

2 Near Temple - - - 2 -

Total - - 3 2 1

8. Kancheepuram District 1. Alambarai Fort Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board 1 Idaikkalnadu Bus 2 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-54 Section 6 - Schedule of Supply

Single Double Tourist S. Way Finding Cantilever sign Location Arrow Arrow information/ No Sign Board board Board Board Map board Stop 2 Kadapakkam - - 1 - -

3 Alambara kuppam 1 - - - -

4 Alambara fort - - - 1 -

Total 3 - 1 1 -

9. Vellore District Tourist Single Double Way Cantilever S No Location information arrow arrow finding sign board / Map board 1 Yelagiri

1 Thirupathur H/W - - 1 - - 2 Police station Yathiri 1 - 2 - - Nivas 3 Punganur park 1 - 2 1 - 4 Lord Murugan Temple 1 - - 1 - 5 Perumal Temple 1 - 1 - - 6 Siva Temple 1 - 1 - - 7 Magalam Trucking Point 1 - 2 - - 8 Jagamparai falls - - 1 - - 9 Idya Deepam 1 - 1 - - 10 Kottaiyur Juction - - - 1 - 11 Hills Starting Point - - - 1 - 12 View Point(Oori Bend) - - 2 - -

- 13 4 - Total 7 2 Sripuram 1 Bypass road VIT Green 1 circle – Durga pavan - - - - Hotel 2 Bypass road VIT Green 1 - - - - circle – Aripavan hotel

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-55

Tourist Single Double Way Cantilever S No Location information arrow arrow finding sign board / Map board 3 CMC/Circle – National 1 - - - - Theatre 4 Fort Entrance - - 1 - 5 Near Tourist office - - 1 - 6 North police station 3 – 1 - - - - Chippai kalagam statu 7 Raja theatre single 4 2 - - corner – - - Venkatesperumal temple 8 Old Bus stand 1 - - - - Thiruvallur 9 Bagayam(Hospital - 2 Junction)-Towards - - - vellore Towards Thiruvannamalai 10 Chittri road- Female jail - - - 1 - 11 Golden temple –Spark 2 - - - - school,Divan cafe 12 Thorabadi - MGR Statu - - - 2 - 13 Allapuram junction toll 1 - - - - gate 14 New bus stand entrance 1 - - - - ugss treatment plant 15 Chittor bus stand VIT 1 - - - - University 16 Katpadi raiway st zone 1 - - - - 1 office, vellore corp 17 Changuttai/vallimalai - 1 junction Vinayagar - - - temple 18 Sripuram bus stop - - - 1 - Total - - 6 13 3

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-56 Section 6 - Schedule of Supply

Tourist Single Double Way Cantilever S No Location information arrow arrow finding sign board / Map board 3 Vallimalai 1 Sekadu kuttu road - - 1 - - 2 Temple front road - - - 1 - 3 Solingan to vallimalai - - 1 - - road Total - - 2 1

10. Dharmapuri District Sl no Location Single Double Way Tourist Cantilever arrow arrow finding information / sign board Map board 1 Hogenakkal 1 Near bus stand - - - 1 - 2 Bus stand opp. Junction - - 1 - - 3 Opp to New bus stand - - 1 - - (Wootamalai road) 4 Near Fish aquarium 1 - - 1 - 5 Near Mini zoo 1 - - 1 - 6 Chathiramtheru (Opp mini 1 - - - - Zoo) 7 Near Kaveriamman temple 1 - - 1 - (Y junction) 8 Opp to TTDC hotel 1 - - - - 9 Main falls road ( From 4 - - 1 - Childens park) 10 Inside park - - - 1 - Total 9 2 6 -

11. Sivagangai District Single Double Way Tourist S. Cantilever Location Arrow Arrow Finding information/ No sign board Board Board Sign Board Map board 1 Chettinadu

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-57

Single Double Way Tourist S. Cantilever Location Arrow Arrow Finding information/ No sign board Board Board Sign Board Map board

1 Vairavan Kovil temple 1 - - 2 -

2 Chettiar clan temple 1 - - 1 -

3 Chettinad palace 1 - - 1 - Athmanamaswamy 4 1 - - 1 - temple Sri sundareshwarar 5 1 - - - - temple Chettinad town entry 6 1 - 4 - 3 roads

Total 6 - 4 5 3

12. Salem District Single Double Way Tourist S. Location Arrow Arrow Finding information/ Cantilever sign board No Board Board Sign Board Map board

1 Yercaud

1 Yercaud lake - - - 1 - 2 karadiyur view point - - - 1 -

3 Pagoda view point - - - 1 -

4 ladys seat view point - - - 1 -

5 Children seat view point - - - 1 - 6 Gents seat view point - - - 1 - 7 Shewvoroy temple - - - 1 - Around Yercaud Busstnd/ 8 - - 4 - - 32 km loop road 9 Kiliyur Falls - - - 1 - 10 Botanical garden - - - 2 - 11 Anna Park - - - 1 12 Roundana Main - - - - 1 13 Near Bustand - - - - 1 Total - - 4 11 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-58 Section 6 - Schedule of Supply

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-59

13. Cuddalore Distric Tourist Single Double Way Finding S. information/ Cantilever sign Location Arrow Arrow Sign No Map board Board Board Board board 1 Pichavaram 1 Chidambaram road - - - 1 - 2 Parangipettai Road - - - 1 -

3 Pichavararam - - - 1 -

4 Cuddalore Killai road - - - - 1 Killai MGR Thittu 5 - - - - 1 Road Cuddalore 6 - - - - 1 Pichavaram road

Total - - - 3 3

2 Singirikudi

1 Singirigudi Bus Stop 1 - - 1 -

Thavalakuppam 2 1 - 1 - - Road Near Cooperative 3 - - 1 - - Bank

Total 2 - 2 1 -

14. Kanyakumari District Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Vattakottai 1 Vattakottai 4 2 1 1 2

Total 4 2 1 1 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-60 Section 6 - Schedule of Supply

15. Namakkal District Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Namakkal Fort 1 Namakkal Fort 4 2 1 1 2

Total 4 2 1 1 2

16. Thiruvannamalai District Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Jain Temple 1 Jain Temple 3 - 2 1 -

Total 3 - 2 1 -

17. Villupuram District 19.1 Singavaram Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board Tindivanam – 1 Near bridge 1 - - - 1 Gingee road Near 2 Valliannamalai 1 - 1 - - Kalyanamadapam Near Gingee Fort 3 Singavaram 1 - 1 1 - Junction Total 3 - 2 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-61

19. 2 Melmalaiyanur Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board Melmalaiyanur Entrance of new 1 1 - 1 - - new bus stand bus stand Temple office Three road 2 1 - 1 1 - side junction 3 Vallalar madam Vallalar madam 1 1 - - - Total 3 1 2 1 -

19.3 Keezhputhupattu Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board 1 Keezhputhupattu Bus stop 2 - - - - 2 Keezhputhupattu koil entrance -1 2 - 2 1 - 3 Keezhputhupattu koil entrance -2 2 - - - - Total 6 - 2 1 -

19.4 Tirukoilur Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board 1 Aragandanallur Four road junction 1 - - - 1 2 Tirukoilur Four road junction 1 - - - 1 3 Keelaiyur Gandhi salai 1 1 - 1 - Tirukoilur to 4 Tiruvannamalai Dhapavanam 1 - 1 - - road Tirukoilur to 5 kallakurichi at junction 1 1 - - - road Total 5 2 1 1 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-62 Section 6 - Schedule of Supply

19.5 Koogaiyur Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board 1 Near Salem to viruthachalam Kural bus stop 1 - - - 1 main road 2 Melnariappanu V-cross road 1 - 1 - - r village junction 3 Chinnasalem bus stop - town 1 1 - - - Total 3 1 1 - 1

19.6 Thiruvakkarai

Doubl Way Single Tourist Cantilever S. e Finding Place Exact location Arrow information/ sign No Arrow Sign Board Map board board Board Board

Kooteripattu – 1 Kooteripattupirivu - - - - 1 (Chennai to Trichy ) 2 Kooteripattu Bus stop - - 1 - - Perumpakkam – Perumpakkampiri 3 (Tindivanam – - - - - 1 vu Puducherry) ValuthavurThirukan ur route ( 4 Thirumangalam - - 1 - - Villupuram – Puducherry) 5 Near parking area Koil vassal road 2 1 Total - 2 2 1 2

19.7 Poovarasankuppam Way Tourist Single Double Cantilever S. Finding informatio Place Exact location Arrow Arrow sign No Sign n/ Board Board board Board Map board Valavanur Bus 1 Valavanur 1 - 1 - - stop Panchamadevi 2 Panchamadevi 1 - 1 - - Bus stop

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-63

3 Siruvanthadu Siruvanthadu 1 - - - - Poovarasankuppa In front of temple 4 1 - - 1 - m Total 4 - 2 1 -

19.8 Parikkal Single Double Way Tourist S. Exact Cantilever Place Arrow Arrow Finding information/ No location sign board Board Board Sign Board Map board 1 Parikkal Parikkalpirivu - - 1 - - Parikkal bus 2 Parikkal - - 1 - - stop Parikkal 3 Parikkal temple cross 1 1 - - - road Sri Narsima 4 Parikkal temple front 1 - - 1 - side Total 2 1 2 1 -

19.9 Athithiruvarangam Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board PeriyaPagandai 1 Paganda cross road - - 1 - - cross road Manalurpettai to Chithamoor village 2 1 - 1 - - Thyadurgam road pirivu Near 3 Manalurpettai 1 1 - - - Anjaneyarsanathi Sangarapuram to Madamundi cross 4 - - 1 - - thiukoilur road road Tirukoilur to Kuchipalayalam bus 5 - - 1 - - manalurpettai road stop 6 Sangarapur to moongilthuraipattu - 1 - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-64 Section 6 - Schedule of Supply

tiruvannamalairoad 7 Thiruvarangam Near temple 1 Total 2 2 4 1 -

19.10 Sangarapuram (Rauthanallur) Way Single Double Tourist S. Finding Cantilever Place Exact location Arrow Arrow information/ No Sign sign board Board Board Map board Board Sangarapuram- Pakkamputhur 1 1 - 1 - - Rauthanallur cross road Panchamadevi Panchamadevi 2 1 - 1 - - bus stop 3 Siruvanthadu Siruvanthadu 1 1 - - - Rauthanallur Rauthanallurkoil 4 1 - - 1 - bus stop Total 4 1 2 1 -

19.11 Kandamangalam Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board Sri Thiripurasundari 1 Kandamangalam & 4 - - - - Thirunareeswar ar temple Total 4 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-65

19.12 Ulagapuram – Sri & Sri Sivan Temple Way Single Double Tourist Cantilever S. Finding Place Exact location Arrow Arrow information/ sign No Sign Board Board Map board board Board Ulagapuram bus 1 Ulagapuram 2 - - - - stop 2 Ulagapuram Vishnutemple 1 - - 1 - 3 Ulagapuram Sivan temple 1 - - 1 - Total 4 - - 2 -

19.13 Perangiyur – Sri Thirumoolanathar Temple Way Double Tourist Cantilever S. Single Finding Place Exact location Arrow information/ sign No ArrowBoard Sign Board Map board board Board 1 Perangiyur Entry of temple 2 - - 1 - Near Sri 2 2 Perangiyur Thirumoolanathar - - 1 - Temple Total 4 - - 2 -

19.14 Perumukkal – Sri Mukhileeswarar temple Way Double Tourist S. Single Finding Cantilever Place Exact location Arrow information/ No ArrowBoard Sign sign board Board Map board Board Perumukkal bus stop – 1 Perumukkal 2 - - 2 - koil entry 2 Perumukkal Three road cross 2 - - - - Total 4 - - 2 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-66 Section 6 - Schedule of Supply

19.15 Kalrayan Hills Way Double Tourist S. Single Finding Cantilever Place Exact location Arrow information/ No ArrowBoard Sign sign board Board Map board Board 1 Vellimalai Boating house 2 - - 1 - 2 Vellimalai Children‟s park 2 - - 2 - 3 Vellimalai Vellimalai& Salem pirivu - - - 1 - Periyar - 4 Periyar water falls - - 1 - water falls 5 Kariyalur Kodaivila stage 2 - - - Total 6 - - 5 -

18. Krihnagiri District Way Double Tourist Cantilever S. Single Arrow Finding Location Arrow information/ sign No Board Sign Board Map board board Board 1 Krishnagiri 1 Aiyur 7 4 3 - 3 2 Hosur 8 4 3 2 3 3 Uthangarai 7 4 3 - 3 4 Thally 5 3 2 1 2 5 Thally Lake 5 3 2 - 2 6 Avathanapatti 5 3 2 1 2 Jain Temple, 7 8 4 3 2 3 Krishnagiri

Total 45 25 18 6 18

19. Erode District Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Erode 1 Sathiyamangalam 1 - 29 6 - 1 Ellampalayam 1 - 14 3 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-67

Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Erode 2 Kaalamangalam 1 - 13 3 - 3 Kodumudi 1 - 1 1 - 4 Bhavani 1 - 6 4 - 5 Bannari 1 - 4 1 - 6 Thaalavadi 1 - 2 1 - 7 Arasalur 1 - 1 1 - Gobichettipalayam 8 Pachamalai 1 - 19 7 - Pavalamalai 9 Chennimalai 1 - 7 2 2

Sub Total 10 0 96 27 2

20. Pudukottai District Single Tourist S. Double Arrow Way Finding Cantilever sign Location Arrow information/ No Board Sign Board board Board Map board 1 Pudukottai 1 Chittanavasal 7 4 3 - 3 2 Nedunkudi 8 4 3 2 3 3 Keezhanallikottai 7 4 3 - 3 4 Kudimiyan Malai 5 4 3 1 2 5 Kundrandavar Koil 5 3 2 1 2 6 Malayapatti 5 3 2 1 2 7 Pudukottai 5 3 2 1 2 8 Thirumayam Fort 5 3 2 - 2 Sub Total 55 32 23 8 22

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-68 Section 6 - Schedule of Supply

Summary sheet for list of proposal for Archaeology signage locations 1.THANJAVUR DIST 1) Granary, Thirupalaithurai

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board Kumbakonam to Thanjavur Road at 1 - - - - 1 Papanasam Main entrance street of the Granary 2 1 - - - via Kumbakonam direction -

Main entrance street of the Granary 3 1 - - - - via Thanjavur direction

4 Near Granary, Thirupalaithurai - - - 1 -

Total 2 0 0 1 1

2) Sadaiyarkoil, Thiruchennampoondi

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board 1 1 Near Kallanai - - - -

2 Near Thiruchennampoondi village 1 - - - -

3 Near main entrance of the Sadaiyar koil 1 - - - -

- 4 Near Sadaiyarkoil, Thiruchennampoondi - - - 1

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-69

3) Thanjavur Palace

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 Near Thanjavur old bus stand - - - - 1

2 Near saraja madi 1 - - - -

Near main entrance 3 1 - - - -

4 Near Thanjavur Palace - - - 1 -

Total 2 0 0 1 1

2.KANCHEEPURAM DIST 1) Vittalar koil, Vittalapuram

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 ECR Main Road - - - - 1 2 Main entrance of the vittlapuram village 1 - - - - - 3 In middle of the vittlapuram village 1 - - -

4 Near Vittal temple - - - 1 -

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-70 Section 6 - Schedule of Supply

2) Cave Temple, Vallam

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 GST Main Road - - - - 1

2 Near Chengalpet bus stand 1 - - - -

In between Chengalpet to 3 1 - - - - Tirukkazhukundram main road

4 Near Cave Temple, Vallam - - - 1 -

Total 2 0 0 1 1

3) Sivan Temple, Sivapuram

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 Sivapuram village bus stand - - - - 1

2 Sivapuram village main entrance street 1 - - - -

3 Sivapuram village middle street 1 - - - -

4 Near Sivan Temple, Sivapuram - - - 1 -

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-71

4) Jeenaswamy temple, Thiruparuthikkundram

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 Near Collector Office - - - - 1 In between of the Thiruparuthikkundram 2 1 - - - village -

Nearer to the Thiruparuthikkundram 3 1 - - - - village

Near Jeenaswamy temple, 4 - - - 1 - Thiruparuthikkundram

Total 2 0 0 1 1

3.CUDDALORE DIST 1) Kadambaneswarar temple, Erumbur i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board Near Chidambaram veradhacham Koot 1 - - - - 1 road Near main entrance of the Erumbur 2 1 - - - village -

3 Near Erumbur village bus stand 1 - - - - Near Kadambaneswarar temple, 4 - - - 1 - Erumbur

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-72 Section 6 - Schedule of Supply

2) Rudrapathi temple, Keelakadambur

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages& their Location Information Arrow Arrow Board Board

1 Near Katumanarkoil - - - - 1

2 Near main entrance of the village 1 - - - -

Near the temple premises 3 1 - - - -

4 Near Rudrapathi temple, Keelakadambur - - - 1 -

Total 2 0 0 1 1

4.TRICHY DIST 1) Swastik well, Thiruvellarai i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near main entrance of the village 1 - - - -

Near the turning of the village 2 1 - - - -

3 Near Swastik well, Thiruvellarai - - - 1 -

Total 2 0 0 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-73

2) Kailasanathar Temple, Alambakkam

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near main entrance arch 1 - - - -

Near main entrance of the village 2 1 - - - -

Near Kailasanathar Temple, 3 - - - 1 - Alambakkam - Total 2 0 0 1

3) Sivan temple, Pachil Amaleswarar Temple, Alagiyamanavalam

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near turning road 1 - - - -

Near main entrance of the village 2 1 - - - -

Near Sivan temple, Pachil Amaleswarar 3 - - - 1 - Temple, Alagiyamanavalam

Total 2 0 0 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-74 Section 6 - Schedule of Supply

4) Agasthiswarar temple,

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ board Single Double Way Finding Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Trichy GST main road - - - - 1

2 Near turning road 1 - - - -

Near main entrance of the village 3 1 - - - -

- 4 Near Agasthiswarar temple, Perungudi - - - 1

Total 2 0 0 1 1

5) Kailayamudaiyar temple, Cholamadevi

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Trichy GST main road - - - - -

2 Near turning road 1 - - - -

Near main entrance of the village 3 1 - - - -

Near Kailayamudaiyar temple, 4 - - - 1 - Cholamadevi

Total 2 0 0 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-75

5. ARIYALUR DIST 1) Maligaimedu, Gangaikondacholapuram

i) Deficiency/Proposal of Confirmation Tourist/ Cantilever sign Single Double Way Finding Sl.No Proposed signages & their Location Information board Arrow Arrow Board Board

1 Via Jayakodam to „X‟ main road - - - - 1

2 Near turning road 1 - - - -

Near main entrance of the village 3 1 - - - -

Near Maligaimedu, 4 - - - 1 - Gangaikondacholapuram

Total 2 0 0 1 1

2) Kalinga sculptures, Sengamedu

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near „X‟ main road - - - - 1

2 Near turning road 1 - - - -

Near main entrance of the village 3 1 - - - -

4 Near Kalinga sculptures, Sengamedu - - - 1 -

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-76 Section 6 - Schedule of Supply

3) Agasthiswarar and Aranachaleswarar temple, Keelaiyur

i) Deficiency/Proposal of Confirmation Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Bus stand 1 - - - -

Near main entrance turning of the village 2 1 - - - -

Near Agasthiswarar and 3 - - - 1 - Aranachaleswarar temple, Keelaiyur

Total 2 0 0 1 -

6. KARUR DIST 1) Brahmi Inscription, Velayuthampalayam Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

2 Near Bus stand 1 - - - -

Near main entrance turning of the village 3 1 - - - -

Near Brahmi Inscription, 4 - - - 1 - Velayuthampalayam

Total 2 0 0 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-77

7. MADURAI DIST

1) Thiruthanagara Scupltures, Anamalai

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

Near Thiruthanagara Scupltures, 3 - - - 1 - Anamalai

Total 2 0 0 1 -

2) Ladan Temple, Anamalai

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

3 Near Ladan Temple, Anamalai - - - 1 -

Total 2 0 0 1 -

3) Brahmi Inscription, Anamalai

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-78 Section 6 - Schedule of Supply

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

3 Near Brahmi Inscription Anamalai - - - 1 -

Total 2 0 0 1 -

4) Thirumalai Naick Mandapam

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

3 Near Thirumalai Naick Mandapam - - - 1 -

Total 2 0 0 1 -

5) Sivan temple, Ayyappatti

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 NH Trichy-Madurai & NH Madurai- Trichy - - - - 2

2 Near Main road 1 - - - -

Near main entrance turning of the village 3 1 - - - -

4 Near Sivan temple, Ayyappatti - - - 1 -

Total 2 0 0 1 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-79

6) Sivan temple, Arittapatti

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

3 Near Sivan temple, Arittapatti - - - 1 -

Total 2 0 0 1 -

7) Inscription Kongarpulliyankulam

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 National Highway Road - - - - 1

2 Near Main road 1 - - - -

Near main entrance turning of the village 3 1 - - - -

4 Near Inscription Kongarpulliyankulam - - - 1 -

Total 2 0 0 1 1

8) Inscription, Thiruvathavur

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board Madurai – Sivagangai State Highway 1 - - - - 1 Road 2 Near Main road 1 - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-80 Section 6 - Schedule of Supply

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board -

Near main entrance turning of the village 3 1 - - - -

4 Near Inscription, Thiruvathavur - - - 1 -

Total 2 0 0 1 1

9) Inscription, Karungalakkudi

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 ------

2 Near Main road 1 - - - -

Near main entrance turning of the village 3 1 - - - -

4 Near Inscription, Karungalakkudi - - - 1 -

Total 2 0 0 1 -

8. RAMANATHAPURAM DIST

1) Ramlingavilasam, Ramnathapuram

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

1 Market Junction - - - - 1

2 Near Main road 1 - - - -

3 Near main entrance turning of the town 1 - - - -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-81

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

4 Near Ramlingavilasam, Ramnathapuram - - - 1 -

Total 2 0 0 1 1

9.SIVAGANGAI DIST

1) Brahmi Inscription, Thirumalai

Cantilever sign Tourist/ Single Double Way Finding board Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near Main road 1 - - - -

Near main entrance turning of the village 2 1 - - - -

3 Near Brahmi Inscription, Thirumalai - - - 1 -

Total 2 0 0 1 -

10.THOOTHUKUDI DIST

1)Vettuvan temple, Kazhugumalai

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

1 Main bus stand - - - - 1

2 Near bus stand 1 - - - -

Near main entrance turning of the town 3 1 - - - -

4 Near Vettuvan temple, Kazhugumalai - - - 1 -

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-82 Section 6 - Schedule of Supply

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

Total 2 0 0 1 1

11.TIRUNELVELI DIST

1)Poolavudaiyar Inscription, Sivalapperi

Cantilever sign Tourist/ board Single Double Way Finding Sl.No Proposed signages & their Location Information Arrow Arrow Board Board

1 Near arch of the village 1 - - - -

Near main entrance turning of the village 2 1 - - - -

Near Poolavudaiyar Inscription, - 3 - - - 1 Sivalapperi

Total 2 0 0 1 -

12.KANYAKUMARI DIST

1)Udayagiri Fort

Tourist/ Single Double Way Finding Cantilever sign Sl.No Proposed signages & their Location Information Arrow Arrow Board board Board

1 Nagerkoil-tirvandaram Main bus stand - - - - 1

2 Near bus stand 1 - - - -

3 Near main entrance turning of the town 1 - - - -

4 Near Udayagiri Fort - - - 1 -

Total 2 0 0 1 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-83

Proposed State Highway Locations

1.NAGAPATTINAM DISTRICT 1. Location: Akkur Cantilever S.No Exact Location Road Name Type of Road Ref.No. Sign Board Junction - Kumbakonam- 1 SH22 2 L1,L2 Near Post Office Poompuhar Road Sembanarkoil Junction -Sembanarkoil - Karaikal 2 SH149 2 M1,M2 Melamukuttu Bus stop Road

Total 4 2. Location: Poompuhar, Keelperumpallam, Thiruvenkadu Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Karuvi Junction Kumbakonam- SH22 1 N Poompuhar Road Total 1 3. Location: Ettukudi, Thiruvaimur Type of Cantilever Sign S.NO Exact Location Road Name Ref.No. Road Board

Nagapattinam - 1 Karunganni SH49 1 O Thiruthuraipoondi Road

Thiruvaimur Junction - Nagapattinam - 2 Near Santhana SH49 1 P Thiruthuraipoondi Road Mariamman Temple Pangal - Naal Road Bus 3 Mayiladuthurai - Thiruvarur SH23 1 V stop Road Total 3 4. Location: Kuthalam and Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Pattamangalam - 1 Kannaratheru Mukuttu Bus Mayiladuthurai - SH23 1 Q stop Thiruvarur Road Pattamangalam - Near 2 Kumbakonam- SH22 1 R Aruna Petrol Station Poompuhar Road Anathandavapuram Bus - 3 SH64 1 S stop Mayiladuthurai Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-84 Section 6 - Schedule of Supply

Mayiladuthurai Junction - 4 Mayiladuthurai - SH23 2 T1,T2 Near Head Post Office Thiruvarur Road Total 5

5. Location:Vaitheeswaran Koil Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Sattanathapuram Junction Vaitheeswaran koil - 1 - Near Nallanchavadi Bus SH210 1 U Road stop Total 1 2.VELLORE DISTRICT 1. Location: Sripuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Katpadi Junction - Vellore Gudiyattam - SH59 1 C District Court Thiruvalam road

2 Katpadi - Madal Revenue Gudiyattam - SH59 1 D Office Katpadi Thiruvalam road 3 Katpadi - State Bank of SH59 E Gudiyattam - India 1 Thiruvalam road Elavampadi - Vellore 4 Elavambadi Junction road SH207 1 F

Total 4 2. Location: Yelagiri Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Tirupattur - Housing Board 1 Bargur - Tirupattur SH131 1 G Bus stop road Tirupattur - Housing Board 2 Dharmapuri - Tirupattur SH60 1 H Bus stop road Tirupattur - 3 Uthangarai - Tirupattur SH18 1 I temple road Tirupattur - Taluk Police 4 Singarapettai - SH18 A 1 J station Tirupattur road Tirupattur - Rajiv Gandhi 5 Vellore - Tirupattur SH122 1 K park road

6 Vaniyambadi Junction Vaniyambadi - SH18 1 L Tirupattur road

7 Jolarapettai Junction Vaniyambadi - SH18 1 M Tirupattur road Total 7 3. Location: Vallimalai

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-85

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Ponnai - Near Indian Oil 1 Ponnai -Thiruvalam SH 124 1 N petrol Station Road Ponnai - Near HP Petrol 2 SH 124 A 1 O station Ponnai - Ranipet Road Ponnai - Near 3 Chittoor - Sholinghur SH 54 1 P Kumaragunta Bus Stop Road Total 3 3.CUDDALORE DISTRICT 1. Location: Pichavaram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board B Mutlur - 1 Bhuvanagiri Bridge SH70 1 D Junction Virudhachalam Road Total 1 2. Location: Singirikodi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Cuddalore - Near Head 1 Cuddalore - SH 9 1 E Post Office Nellikuppam Road Cuddalore - Near HDFC 2 Cuddalore - SH 68 1 F ATM Sankarappuram Road Cuddalore - Near 3 Cuddalore - Kurinjipadi SH 138 1 G Vinayagar Temple Road Total 3 4. 1. Location: Aduthurai,Kanchnur, Suriyanar koil Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Kumbakonam - Near SBI Kumbakonam - 1 SH 66 1 H ATM Mannarkudi Road Thiruvidaimaruthur - Near Mayiladuthurai - 2 SH 22 1 I Post Office Kumbakonam Road Total 2 2. Location: Palathali Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board 1 Palathali Mannarkudi Road SH 146 1 J 2 Thiruvonam Road SH 99 1 K 3 Pattukkottai Soorappallam SH146 1 L Total 3 3. Location: Papanasam, Swamymalai

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-86 Section 6 - Schedule of Supply

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Kumbakonam - near Bus Mayiladuthurai - 1 SH 22 1 M stop Kumbakonam Road Kumakonam - Puliyancheri Kumbakonam - 2 SH 22 1 N Bus stop Thiruvaiyaru Road Total 2 4. Location: Thingalur, Thiruvaiyaru Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thiruvaiyaru - Near Police Thiruvaiyaru - Poondi 1 SH 22 1 O Station road Thiruvaiyaru - Near Shruthi Thiruvaiyaru - Poondi 2 SH 22 1 P Petrol Pump road Total 2 5. Location: Parakalakottai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Kombakonam- SH66 2 Q1,Q2 Manarkudi RD Manamelkudi - 2 Muthupettai SH49 2 R Kodiyakarai RD 4 6. Location: Uplliappanthirukoil,Thirunageswaram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thiruvarur- 1 Nachiyar Koil SH 65 1 S Kumbakonam Thirunageswaram 2 Thirunageswaram SH 147 1 T Road 2 5. THIRUVARUR DISTRICT 1. Location: Alangudi Cantilever Sign S.No Exact Location Road Name Type of Road Board Nachiyar Koil - Near Semmangudi - 1 SH 67 1 H Mathur Kutu Bus stop Nachiyar Koil Road Kumbakonam - Near Kumbakonam - 2 SH 66 1 I1 Andhra Bank Alangydi Road

Mannargudi - Near 3 SH 66 1 I2 Rukumani Kulam Bus stop Mannargudi - Alangudi Road Total 3

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-87

2. Location: Peralam, Koothanur Cantilever Sign S.No Exact Location Road Name Type of Road Board

1 Sannallur Bus stop Thiruvarur - SH 23 1 J1 Koothanur Road Karaikal - Near HP Petrol 2 Peralam - Karaikal SH 147 1 K1 Pump Rad

3 Kollumangudi bus stop Mayiladuthurai - SH 23 1 J2 Peralam Road

4 Karaikal - Peralam SH 147 1 K2 Peralam Junction Road

5 Karkathi bus stop Kumbakonam - SH 147 1 K3 Kollumangudi - Road Kumbakonam - 6 Nachiyar Koil NH 67 1 C1 Nagapattianm Road Kumbakonam - 7 Pudukkadai NH 67 1 C2 Nagapattianm Road Total 5 3. Location: Muthupettai, Udhaya Marthandapuram

Cantilever Sign S.No Exact Location Road Name Type of Road Board Kattumavadi - 1 Muthupettai - Near Masjid SH 49 1 L1 Muthupettai Road

Mannargudi - Near Muthupettai - 2 SH 202 1 M1 Meenakshi Amman Temple Mannarkudi Rd

Thiruthuraipoondi - Thiruthuraipoondi - Near 3 Adirampattinam SH 49 1 L2 Home Goods Store Road Mannargudi - Near 4 Mannarkudi - SH 66 1 N1 Corporation Bank Adirampattinam Rd

Nagapattinam - Near SS Nagapattinam - 5 SH 49 1 L3 Honda Thiruthuraipoondi Road Mannargudi - Mannargudi - Near Thillai 6 Thiruthuraipoondi SH 63 1 O Mahindra Road Total 6 4. Location: Perumpannaiyur, Thirukananmangai Type of Cantilever Sign S.No Exact Location Road Name Road Board Thiruvarur - 1 Perumpannaiyur SH 65 1 P1 Kumbakonam Rd

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-88 Section 6 - Schedule of Supply

Kudavasal - 2 Perumpannaiyur SH 65 1 P2 Thiruvarur Rd Total 2 5. Location:

Thiruthuraipoondi Type of Cantilever Sign S.No Exact Location Road Name Road Board Thiruthuraipoondi - Thiruthuraipoondi 1 SH 23 1 Q Near TMB ATM Thiruvarur Rd Mannargudi - Near Thiruthuraipoondi 2 SH 63 1 R Thillai Mahindra Mannargudi Rd Vedaranyam - Near Thiruthuraipoondi 1 SH 63 1 E Rajaji Park Vedharanyam Rd Muthupettai - Near Thiruthuraipoondi 2 SH 49 1 F1 Govt. Girls Hostel Muthupettai Rd Nagapattinam - Thiruthuraipoondi 3 SH 49 1 F2 Near SS Honda Velankanni Rd Total 5 6. Location: Vaduvur,

Mannarkudi Type of Cantilever Sign S.No Exact Location Road Name Road Board SSSM Nagar Thanjavur - 1 SH 29 1 S junction Pattukottai Road Mannarkudi - Near Mannarkudi - 2 SH 146 1 T SRM Enterprises Pattukkottai Road Mannarkudi - Near Mannarkudi - 3 Ashoka Thirumana Adiramapattinam SH 66 1 N2 Mandapam Road Kumbakonam - 4 Nidamangalam SH 66 1 N3 Mannargudi Road Mannargudi - Near Muthupettai - 5 Meenakshi Amman SH 202 1 M2 Mannargudi Road Temple

Mannargudi - Near Thiruthuraipoondi 6 SH 63 1 R2 Thillai Mahindra Mannargudi Road Total 6 6.TRICHY DISTRICT 1. Location: Samayapuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Arulmigu Sri Mannayi 1 Thuraiyur Main Rd SH 62 1 E Pidari Amman Temple Sri Kamatchi Amman 2 Musiri - Trichy Road SH 25 1 F Temple Total 2 7. THOOTHUKUDI DISTRICT 1. Location: Srivaikundam, Perungulam, Irattai Thirupathi, Thenthiruperai, Alwar Thirunagari, Natham, Thirupuliyankudi

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-89

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thiruchendur - 1 Pillaiyar Koil, Manalkundu SH 40 1 F Srivaikundam Road Athichanallur Archaelogy Thirunelveli - 2 SH 40 1 G Memorial Center Srivaikundam Road Muthoot Fincorp ATM, 3 Sathankullam- SH 93 1 H AlwarThirunageri Srivaikundam Road Kamalavathi Higher 4 Thoothukudi - SH 176 1 I Secondary School Thiruchendur Road Total 4 2. Location: ThiruKkolur Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Sathankulam - 1 Chembur Bus Stop SH 93 1 J Thirukkolur Road

Total 1

3. Location: Ettaiyapuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Ettaiyapuram - 1 Illampuvam Bus Stop SH 44 1 K Kovilpatti Road Padarandampuli Perumal Ettaiyapuram - 2 SH 44 1 L Koil Vilathikulam Rd Total 2

4. Location: Manappadu Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thiruchendur - 1 Edison Hospital, Manapad SH 176 1 M Manapad Road St.Antony's Church, Thiruchendur - 2 SH 176 1 N Kottapanai Kanyakumari Road Total 2 5. Location: Panchalankurichi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thirunelveli - 1 SBI Ottapiadaram Branch SH 75 1 O Panchalankurichi Road Total 1 6. Location: Thiruchendur

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-90 Section 6 - Schedule of Supply

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Arumuganeri Railway Thiruchendur - 1 SH 176 1 P Station Thoothukudi Road Thiruchendur - 2 Nallur Bus Stop SH 40 1 Q Thirunelveli Road

Arulmigu Thiruchendur - 3 Muthumariamman & SH 176 1 R Kanyakumari Road Sudalaimadan Temple Total 3 8. THIRUNELVELI DISTRICT 1. Location: Courtallam Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Tenkasi - Canara Bank Tenkasi - Thirunelveli SH 40 1 D Rd Tenkasi - Azad Nagar Bus 2 Tenkasi - Thirunelveli SH 39 1 E Stop Rd Piranoor - Theepachi 3 Tenkasi - Thirunelveli SH 40 1 F Amman Kovil Rd

4 PavooraChatram Tenkasi - Thirunelveli SH 39 1 I Rd Sankarankoil - Rusi Coffee 5 Sankaran Koil - SH 41 1 J Bar Thirunelveli Rd Total 5

2. Location: Nerkattum Seval Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Karivallam vanthanallur - Rajapalaiyam - 1 SH 41 1 K Christian Church Thirunelveli Rd Sankarankoil - Shanmuga Rajapalaiyam - 2 SH 41 1 L Stores Thirunelveli Rd Total 2 9.COIMBATORE DISTRICT 1. Location: Anaimalai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Pollachi Mariamman Pollachi - Anaimalai 1 SH 78 1 H Temple Road Venkatasalapathi Temple, Pollachi - Valparai 2 SH 78 1 I Somandurai Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-91

Sri Saravana Medicals, 3 Pollachi - Meenkarai SH 19 1 J Subbe Goundenpudur Road

4 Unjavelampatti Bus Stop Pollachi - Dharapuram SH 21 1 K Road Neuro Hospital, 5 Pollachi - Thiruppur SH 19 1 L Mahalingapuram Road KM Hospital, Pollachi - 6 Pollachi - Palakkad SH 52 1 M Palghat Road Road Total 6 2. Location: Marudhamalai Type of Cantilever Sign S.No Exact Location Road Name Ref.No. Road Board Coimbatore - Anaikatti 1 SH 164 1 N Kanuvai Bus Stop Road Coimbatore - Anaikatti 2 Allahabad Bank, SH 164 1 O Edayarpalayam Road Junction Coimbatore - 3 SH167 1 P Vadavalli Bus Stop Marudhamalai Road Total 3 10.KANCHEEPURAM DISTRICT 1. Location: Alamparai Fort Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Mudhaliyar Kuppam Cheiyur - Vandavasi 1 SH 115 1 A Panchayat Union School Rd ECR Chennai - 2 India 1 ATM - Odiyur SH 49 1 B Mahabalipuram Road

3 Vennangupattu Bus stop Kanavur - SH 117 1 C Madurantakam Rd Bhoomeeshwarar Temple 4 Thindivanam - SH 134 1 D Marakanam Rd Faithlife IPA Church, 5 ECR Marakkanam SH 49 1 E Marakkanam Junction Total 5 11.DHARMAPURI DISTRICT 1. Location: Hogenakkal Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Rambalaji Theatre, Mecheri - Pennagaram 1 SH 348 1 C Pennagaram Road Government Hospital, Pennagaram - 2 SH 60 1 D Pennagaram Hogenakkal Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-92 Section 6 - Schedule of Supply

Don Bosco Arts & Science 3 SH 60 1 E College, Pappinaikanahalli Dharmapuri - Pennagaram Road Taruvin Vidhya Mandhir 4 Dharamapuri - Hosur SH 17 1 F School, Kadagathur Road CfA Church, Tirupattur 5 Dharmapuri -Tirupattur SH 60 1 G Road Road Indian Oil Corporation 6 Dharmapuri - Morappur SH 60 A 1 H Ltd., Settaikarai Road Total 6 12.SIVAGANGAI DISTRICT 1. Location: Chettinad Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Jumma Mosque & 1 Tamilnadu Chemical SH 35 2 C1,C2 Products Ltd., Koviloor Tirupattur - Karaikudi Road

Post Office, Tirupattur & 2 SH 29 2 D1,D2 Reliance Petrol Pump Tirupattur - Aranthangi Road Total 4 13.SALEM DISTRICT 1. Location: Yercaud Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board 1 Kuppanur - Indian Oil Salem - Tirpattur RD SH 18 1 E AVR Circle - Sivaraj 2 Salem - Yercaud SH 188 1 F Holiday Inn Selanayakanpatti - Sri 3 Ganesh college of arts & Salem - Tirpattur RD SH 18 1 G science Total 3 14.KANYAKUMARI DISTRICT 1. Location: Vattakottai, Kanyakumari Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board KumaraSwamy Hospital, Manakudi - 1 SH 179 1 E Perumalpuram Kanyakumari Road Muthoot Fincorp Limited, 2 Koodankulam - SH 176 1 F Anjugramam Kanyakumari Road Total 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-93

15.NAMAKKAL DISTRICT 1. Location: Namakkal Fort Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Tiruchengode - 1 Namakkal - Near Arusuvai SH 94 1 B Namakkal Rd Namakkal - Bharat Namakkal - 2 SH 94 1 C Petroleum Tiruchengode Rd Namakkal - Government 3 SH 95 1 D Girls School Rasipuram - Karur RD 4 Namakkal - Taluk Office Namakkal - Trichy Rd SH 25 1 E Namakkal - Municipal 5 Namakkal - Kannanur SH 161 1 F marriage hall Rd

6 Namakkal - Lake SH 95 1 G Rasipuram - Karur RD Total 6 16.THIRUVANNAMALAI DISTRICT 1. Location: Jain Temple Cantilever Sign S.No Exact Location Road Name Type of Road Board

Thiruvannamalai - Near Sankarapuram - 1 SH 6 1 F Settipattu Bus stop Thiruvannamalai Road

Thiruvannamalai -Bharat Harur - 2 SH 6 A 1 G Petroleum Thiruvannamalai Road

Thiruvannamalai - Near Thiruvarangam - 3 SH 9 A 1 H Manalurpet Bus stand Thiruvannamalai Road

Chetpet - Thiruvannamalai - SEGDS 4 Thiruvannamalai - SH 133 A 1 I Matric. School Road

5 Kallarapadi Thandrambattu - SH 6B 1 J Chengam Road Thiruvannamalai - Thirukoilure - 6 SH 9 1 K Muthalamman Temple Thiruvannamalai Road Total 6 17.Villupuram DISTRICT 1. Location: Singavaram(Sri Ranganathar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Gingee - Villupuram 1 Near Gingee - Post office SH4 1 J Road Total 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-94 Section 6 - Schedule of Supply

2. Location: Melmalaiyanur (Sri Angalaparameswari Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

Avalurpettai - Near 1 Prashenavenkateswarar SH4A 1 K1 Nadalaganandal - Temple Road

2 Avalurpettai Bus stop Thiruvannamalai- SH133A 1 K2 Avalurpettai road

3 Sandhai Medu Bus stop Nadalaganandal - SH4A 1 K3 Chetpet Road

4 Eyyil Bus stop Nadalaganandal - SH4A 2 K4,K5 Chetpet Road Chetpet - Near Golden 5 Polur - Vandavasi SH115 1 K6 Studio Road 6 Chetpet Gingee - SH4 1 K7 Polur - Vandavasi 7 Chetpet - Near Church SH115 1 K8 Road Devanur junction - Near SH4 1 K9 8 Mahadevar Temple Gingee - Arcot Road 9 Valathy - Matha Church Gingee - Arcot Road SH4 2 K10,K11 Total 11 3. Location: Keezhputhupattu (Sri Manjaneeswarar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board 1 Chennai - Pondy Road SH49 2 L1,L2 Marakkanam 2 (Junction) Tindivanam to SH134 1 L3 Marakanam Pattanur - Near Pebble 3 Kootaripattu - Pattanur SH136 1 L4 Garden Aurovile Road 4 Keezhputhupattu Bus Stop Chennai - Pondy Road SH49 2 L5,L6 Total 6 4. Location: Thirukoilure (Sri Veeratteswarar Temple Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

1 Melathayanur-SKTC Thirukoilure - Asanur SH137 1 M1 Palace Road T.Keeranur - Ancient Jain 2 Cuddalore- SH68 1 M2 Beds Branch Road Sankarapuram Road MD Sahib Nagar - 3 Cuddalore- SH68 1 M3 Anjuman Masjid Sankarapuram Road Thirukoilure -SRINIVASA 4 Cuddalore- SH9 1 M4 THEATER Thiruvannamalai Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-95

Thapovanam - Near 5 Cuddalore- SH9 1 M5 Gnananandha Ashram Thiruvannamalai Road

Tirukoilure-Four Rd Jn. Cuddalore- SH9 1 M6 6 Bus stop Thiruvannamalai Road

7 Tirukoilure - near HP Petrol Cuddalore- SH68 1 M7 Pump Thiruvannamalai Road Total 7 5. Location: Tiruvakkarai (Sri Chandramoulieeswarar&Vakirakaliamman Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

Kurinchipadi - Near India 1 Puducherry - 1 ATM & Puducherry - Rani SH203 2 N1,N2 Kurinchipadi Road Hospital

Kooteripattu Bus stop & SH136 2 N3,N4 Sedarapet - Palmyra Thindivanam - 2 Cricket Ground Sedarapet Road 4 6. Location: Poovarasankuppam (Sri Narasimar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Thiruvennainallur - Near Thirukoilure - Arasur 1 SH68 1 O1 Road

Sri Ganesh Nagar Thirukoilure - SH 7 1 O2 2 Villupuram Road 2 7. Location: Parikkal (Sri Narsima Temple Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Panruti - Near Thirukoilure - Panruti 1 SH9 1 P1 Thattanchavady Bus stop Road saravanapakkam - 2 Saravanapakkam SH69 1 P2 thiruvennainallur Thirukoilure - Panruti Madapattu SH9 1 3 Road P3

Villupuram - Near Driving 4 SH69 2 P4,P5 School & thiruvennainallur Ulundurpet - Villupuram Road 5 8. Location: Adhi Thiruvarangam(Perumal Temple )/9.Ravuthanallur (Sri Sanjeevirayar temple Temple)

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-96 Section 6 - Schedule of Supply

Cantilever Sign S.No Exact Location Road Name Type of Road Board Madampoondi Road Bus Cuddalore- 1 SH68 2 Q1,Q2 stop sangarapuram road Madampoondi Road Bus Thiruvannamalai- 2 SH9A 1 Q3 stop Thiyagadurgam road - Ravuthanallur Thiruvannamalai- 3 SH6 2 Q4,Q5 Branch Road Kallakuruchi road Cuddalore- 4 Branch Road SH68 1 Q6 sangarapuram road Thiruvannamalai- 5 Kallipadi Branch Road SH9A 2 Q7,Q8 Thiyagadurgam road 8 10. Location: Ulagapuram Cantilever Sign S.No Exact Location Road Name Type of Road Board Tindivanam- 1 Ariyantangal branch road SH134 2 R1,R2 Marakanam RD

2

11. Location: Perangiyur(Sri Thirumoolanathar Temple)

Cantilever Sign S.No Exact Location Road Name Type of Road Board Arasanur junction & Panruti - Thirukoilure 1 Panruti - Theraddi Bus SH68 2 S1,S2 Road stop 2 12. Location: Perumukkal(Sri Mukthileeswarar temple& Kamachi Amman Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Tindivanam- 1 Perumukkal Bus stop SH134 2 T1,T2 Marakanam RD Total 2 13. Location: Kalrayan hills Cantilever Sign S.No Exact Location Road Name Type of Road Board Thiruvannamalai- 1 Kallakurichi Bus Stand SH6 2 U1,U2 Kallakuruchi road Total 2 18.ERODE DISTRICT 1. Location: Sathyamangalam(Bannari,Kodiveri,Bhavanisagar,Thalavadi) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board 1 Kongunagar - Near Market Sathyamagalam - SH82 1 J

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-97

Bus Stop Bhavani Road Kodempalayam - Near 2 Sathyamangalam - SH15 2 K1, K2 Vishnu garden Mettupalayam Road Dasappagounden Pudur - 3 Sathyamagalam - SH82 2 L1,L2 Near Naal Road Bus Stop Bhavani Road Total 5 2. Location: Kodumudi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Ganapathypalayam - 1 Kangayam-kodumudi SH189 1 M Othakadai Bus Stop RD Ganapathypalayam - 2 Erode - Karur Rd SH190 1 N Othakadai Bus Stop Bhavani - Namakkal 3 SH172A 1 O Salaipudur - Bus Stop RD 4 Noyyal - Bus Stop Noyyal - karur Road SH84 1 P Bhavani - Namakkal 5 Vegampudur Branch Road SH172A 1 Q RD

6 Kangayam-kodumudi SH189 3 R1,R2,R3 Muthur Junction RD Total 8 3. Location: Chennimalai,Arachalur Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Erode - Dharapuram 1 SH83A 1 S Near Kangayam court RD

2 Kangayam - St. Maria Kangayam-Kodumudi SH189 1 T Bambina RC church RD

3 Kangayam - Raja Children Erode - Dharapuram SH83A 1 U Hospital RD

4 Perundurai-Kangayam SH96 1 V Kangayam - Fire Station RD Kangayam(Near 5 SH81 1 W sivanmalai bus stop) Gobi - Kangayam RD Ayyappanagar - Nellai 6 Tiruppur - Perundurai SH196 1 X Nambikai Store RD Perundurai(near police 7 SH96 3 Y1,Y2,Y3 station) Erode - kangayam RD Perundurai(near old bus 8 SH96 2 Z1,Z2 stand) Erode - kangayam RD 9 Erode - KMCH Hospital Erode - kangayam RD SH96 1 AA 10 Erode(MGR Junction) Erode - Thingalur RD SH173 2 Ab1,AB2 11 Erode (Near IOB Bank) Erode - Sathy road SH15 1 AC

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-98 Section 6 - Schedule of Supply

Erode - Dharapuram 12 Arachalur bus stop SH83A 2 AD1,AD2 RD Total 17 4. Location: Bhavani,Ellampalayam Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Karundevanpalayam - 1 Near lakshminagar Bus Mettur - Erode RD SH20 1 AE Stop

2 Bhavani bus stop Mettur - Erode RD SH20 2 AF1,AF2 3 Gandhi Nagar Bhavani - Velur RD SH198 2 AG1,AG2 4 Kadayampatti bus stop Erode - Anthiyur RD SH175 2 AH1,AH2 5 Anthiyur corner - Bus Stop Mettur - Erode RD SH20 2 AI1,AI2

6 Chithode - Sakthi School SH15 2 AJ1,AJ2 Bus Stop Erode - Sathy road Nasiyanur - Anamalai 7 SH173 2 AK1,AK2 Toyoto Erode - Thingalur RD

8 Periyasamur - Ravuthar SH15 2 AL1,AL2 Kulam bus Stop Erode - Sathy road Total 15 5. Location: Gobichettipalayam Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Nambiyur - Konnamadai 1 Gobi Avinashi RD SH15A 2 AM1,AM2 Bus Stop

2 Kolappalur - Canara Bank SH81 2 AN1,AN2 Gobi - Kangayam RD Avinasi RD and Erode AO1,AO2, 3 Solamadevikarai - Kovai SH15/15A 3 Pirivu Bus Stop - Sathiyamangalam RD AO3

7 Total 19.KRISHNAGIRI DISTRICT 1. Location: Uthangarai(Pambar Dam, Hanumatheeswarar temple ) Proposed signages & their Cantilever Sign S.No Road Name Type of Road Location Board Harur - Near LS Water 1 Agencies & Vishnu Salem - Vaniyambadi SH18 2 M1,M2 Medicals RD

Tirupattur - Near HP Petrol 2 SH18A 2 N1,N2 Pump & Indian Bank ATM Tirupathur- Singarapettai RD

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-99

Hanumantheertham -Near 3 KVB ATM & Tirupattur - SH18 2 O1,O2 Municipal Complex Salem - Vaniyambadi RD Thiruvannamalai - Near 4 Thiruvannamalai - SH6 1 P Manalurpet Bus stand Harur Road Thiruvannamalai - Near 5 Thiruvannamalai - SH6A 1 Q IOB Harur Rd

6 Harur - Near TNSTC Depot SH18/60A 1 R Dharmapuri-Harur RD

7 Chengam - Bus stand SH133 1 S Polur - Chengam Road Total 10 2. Location: Thally, Thally lake, Hosur and Aiyur Cantilever Sign S.No Exact Location Road Name Type of Road Board ESI Rd - near ESI Bus stop 1 , ICICI ATM & Indian Bank Rayakottai - ESI Ring SH17/208 3 T1,T2,T3 ATM road ESI Rd - Rayakottai Rd 2 Circle Bus stop & Anthivadi SH208 2 U1,U2 Stadium ESI Ring road Attubele - Near Jn of 3 SH85 1 V Anekal Road Attibele-Rayakottai Rd Rayakottai - Near Eternal 4 SH85 1 W Light Ministries Attibele-Rayakottai Rd Anekal - Near Syndicate 5 SH87 1 X Bank Anekal - Hosur Rd Hosur RTO Office & Denkanikottai - Hosur 6 Denkanikottai - Near Hond SH17A/17B 2 Y1,Y2 Road Showroom Hosur - Near HP Petrol 7 SH17B 2 Z1,Z2 Pump & Thally Lake Thally - Hosur Road Total 12 20.PUDUKOTTAI DISTRICT 1. Location: Pudukottai (Museum) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Sellukudi - Vicky Marketing Manapparai-Thuraiyur SH71 1 p RD Santhanathapuram - PLA 2 Manapparai-Thuraiyur SH71 3 Q1,Q2,Q3 Petrol Bunk RD

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-100 Section 6 - Schedule of Supply

Tumsar - Keapparai Bus 3 Manapparai-Thuraiyur SH71 2 R1,R2 Stop RD Total 6 2. Location: Nedungudi (Sri kailasanathar Temple) and Thirumayam(Thirumayam Fort, Keezhanallikottai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Namunasamudram - 1 Namumasamudram - SH201 1 T Kamatchi amman Temple Maruthipatty RD Dindigul - KAraikudi 2 Koviloor - TCP SH35 2 U1,U2 RD

3 Puduvayal - Bus stop Pattukottai-Karaikudi SH29 2 V1,V2 RD Aranthangi - (MR mahal, 4 Pattukottai-Karaikudi SH29 2 W1,W2 Ezhil nagar) RD Aranthangi - (Mundikulam 5 Pudukottai - SH26 2 X1,X2 Temple, Canara Bank) Kottaipatanam RD Aranthangi - MGR Statue 6 Aranthangi-Sembian SH145 1 Y Bus Stop Mahadevi Pattinam RD

7 Avanam - Bus Stop Pattukottai-Karaikudi SH29 1 Z RD Thirumayam (Thirumayam 8 Pudukkottai Bypass SH210 1 AA fort) RD Total 12

3. Location: Kudumiyanmalai (Sri Shikanathar Temple), Chittanavasal(Rock cut jain temple) and Narathamalai (Muthumarai amman Temple)

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Viralimalai(Near Petrol 1 Manaparai-Pudukottai SH71 1 AB pump) RD

2 Annavasal - SBI ATM Manaparai-Pudukottai SH71 2 AC1,AC2 RD Maruthipatti - Kovilpatti 3 Pudukottai - SH201 2 AD1,AD2 Bus Stop Maruthipatti Rd Perunijinai - Mahatma Manaparai-Pudukottai 4 SH71 2 AE1,AE2 Institute of Engineering RD Total 7 4. Location: Malayadipatti (Malayadipatti Rock cut Cave Temple ) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Sengipatti - Gnanam Pattukottai - Poondi 1 SH99 1 AF Business School RD Total 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-101

List of National Highway Locations

1.NAGAPATTINAM DISTRICT

1. Location: Poompuhar, Keelperumpallam, Thiruvenkadu Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Chidambaram - NH32 (NH- 1 Karuvi Junction 2 A1,A2 Karaikal Road 45A) Total 2 2. Location: Thirukadaiyur Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board NH32 (NH- 1 Akkur Mukkuttu Junction Chidambaram - 1 B Karaikal Road 45A) Thirukadaiyur - Near Chidambaram - NH32 (NH- 2 Amirtha Naryana Perumal 1 C Karaikal Road 45A) Temple Total 2 3. Location: Achalpuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Kollidam Bridge - North Chidambaram - NH32 (NH- 1 1 D Side Poompuhar Road 45A) Kollidam Bridge - South Chidambaram - NH32 (NH- 2 1 E Side Poompuhar Road 45A) Kollidam Junction - Near Chidambaram - NH32 (NH- 3 1 F Bus stop Poompuhar Road 45A) Total 3 4. Location: Thirukkanangudi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Kizhvelur - Near Sree NH83 (NH- 1 Nagapattinam - 1 G Kumaran Jewellers Thiruvarur Road 67) Nagapattinam Junction - Nagapattinam - NH83 (NH- 2 1 H Near Bajaj Showroom Thiruvarur Road 67) Total 2 5. Location: Velankanni Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Velankanni - Near South Nagapattinam - NH32 (NH- 1 1 I Indian Bank Thiruthuraipoondi 45A) Road Total 1 6. Location:Vaitheeswaran Koil S.No Exact Location Road Name Type of Road Cantilever Sign Ref.No.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-102 Section 6 - Schedule of Supply

Board

Sattanathapuram Junction - Chidambaram - NH32 (NH- 1 1 J Hotel Annapoorna Karaikal Road 45A)

Sattanathapuram Junction - Chidambaram - NH32 (NH- 2 Near Sree Kanagadurgapur 1 K Karaikal Road 45A) Nagar

Total 2 2.VELLORE DISTRICT 1. Location: Sripuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Vellore - NH38 (NH- 1 Sathumadurai Bus stop 1 A Thiruvannamalai road 46)

Total 1 2. Location: Vallimalai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Thiruvalam - Near GH NH 40 (NH 4) 1 B Ranipet - chittoor Rd Total 1 3.CUDDALORE DISTRICT 1. Location: Pichavaram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board NH32 (NH- 1 B.Mutlur Junction - Near Cuddalore - Sirkazhi 1 A GJR Mandapam Road 45A) Chidambaram - NH81 Chidambaram - Naer KV 2 Kattumannarkoil Road 1 B Shopping

Total 2 2. Location: Singirikodi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Thavalakuppam - Near NH32 (NH- 1 Puducherry - 1 C Indain Bank Cuddalore Road 45A) Total 1 4.THANJAVUR DISTRICT 1. Location: Aduthurai,Kanchnur, Suriyanar koil Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-103

Madhavapuram - near Rice Anaikarai - NH 36 (NH- 1 1 A Mill Papanasam Road 45-C) Total 1 2. Location: Palathali Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board 1 Palathali Aranthaagi Roaad NH 29 2 B1,B2 Total 2 3. Location: Papanasam, Swamymalai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Kumbakonam - Near Sri NH 36 (NH-45- 1 1 C1 Shiradi Sai Satsangam Kumbakonam - C) Thanjavur Road

Manakkarambai - Near Kumbakonam - NH 36 (NH-45- 2 1 C2 ADMA Associates Thanjavur Road C)

3 Thanjavur - near Bus stop SH 99A 1 D Thanjavur Road Thanjavur - Near Beast Thiruvarur - Thanjavur NH 67 (NH- 4 1 E School Road 226) Total 4 4. Location: Thingalur, Thiruvaiyaru Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Manakkarambai - Near Navalar Na. Mu. Manakkarambai - 1 NH 136 (NH 226 ) 1 F Venkatasamy Nattar Thiruvaiyaru Road Thiruvarul Kalloori

Thanjavur - Near BP Petrol 2 Sengipatti - Thanjavur NH 83 (NH 226) 1 G Pump Road Total 2 5.THIRUVARUR DISTRICT 1. Location: Alangudi Cantilever Sign S.No Exact Location Road Name Type of Road Board

Nidamangalam -Near Bus 1 NH 67 1 A1 stop Thiruvarur - Nidamangalam Road

Nidamangalam - Near 2 NH 67 1 A2 BAVA Maligai Thanjavur - Nidamangalam Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-104 Section 6 - Schedule of Supply

Thiruvarur - Near Vilamal 3 Mannarkudi - NH 83 1 B Bus stop Thiruvarur Road Total 3 2. Location: Perumpannaiyur, Thirukananmangai Cantilever Sign S.No Exact Location Road Name Type of Road Board Nagapattinam - 1 Nidamangalam NH 67 1 D Coimbatore Hwy Total 1 3. Location: Vaduvur, Mannarkudi Cantilever Sign S.No Exact Location Road Name Type of Road Board Thanjavur - 1 SSSM Nagar junction NH 83 1 G1 Mannargudi Road Thiruvarur - 2 Tiruvarur - Near Indian Oil NH 83 1 G2 Mannargudi road

Thanjavur - 3 Pudupattinam NH 83 1 G3 Pudupattinam Road

Vallam - Near Lotus Eye Vallam - Pudupattinam 4 NH 83 1 G4 Care Hospital Road

Total 4 6.TRICHY DISTRICT 1. Location: Samayapuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Trichy PWD Office Tiruchirapalli - NH 38 1 A Perambalur Road

2 Samayapuram Toll Plaza Tiruchirapalli - NH 38 1 B Perambalur Road

3 Thalakudi India 1 ATM Pavalur - Kulithalai NH 81 1 C Road Lalkudi Government 4 Pavalur - Kulithalai NH 81 1 D hospital Road Total 4 7.THOOTHUKUDI DISTRICT 1. Location: Srivaikundam, Perungulam, Irattai Thirupathi, Thenthiruperai, Alwar Thirunagari, Natham, Thirupuliyankudi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Hotel Vinoth Bhavan, 1 Thoothukudi - NH 138 1 A Vaigaikulam Thirunelveli Road

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-105

2 Vaigaikulam Pilaiyar Koil Thoothukudi - NH 138 1 B Thirunelveli Road Total 2 3. Location: Ettaiyapuram Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Food Corporation Of India, Ettaiyapuram - 1 NH 38 1 C Madatur Thoothukudi Road Vekkaliamman Temple, Ettaiyapuram - 2 NH 38 1 D Sinthalakarai Arupukkottai Road Total 2 5. Location: Panchalankurichi Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Thoothukudi - 1 Kurukkuchalai Bus Stop Panchalankurichi NH 38 1 E Road Total 1 8.THIRUNELVELI DISTRICT 1. Location: Courtallam Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Rajapalaiyam - 1 Puliyangudi - Bus Stop NH 744 1 A Punalur RD Rajapalaiyam - 2 Tenkasi - PSS Multiplex NH 744 1 B Punalur RD Total 2 2. Location: Nerkattum Seval Cantilever Sign S.No Exact Location Road Name Type of Road Board Rajapalaiyam - 1 Vasudevanallur - Axis Bank NH 744 1 C Punalur RD Total 1 9.COIMBATORE DISTRICT 1. Location: Anaimalai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Pollachi - Udumalaipet NH 83 1 A Udumalai Road Bus Stop Road

2 Pollachi Fire Station Pollachi - Coimbatore NH 83 1 B Road Total 2

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-106 Section 6 - Schedule of Supply

2. Location: Marudhamalai Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Koundampalayam HDFC Coimbatore - 1 NH 181 1 C Bank ATM Mettupalayam Road

Coimbatore - Head Post Office, 2 Sathiyamangalam NH 209 1 D Coimbatore Road

Coimbatore - Avinashi 3 Nava India Bus Stop NH 209 1 E Road Ramanathapuram Axis Coimbatore - Sulur 4 NH 181 1 F Bank ATM Road Coimbatore - Pollachi 5 Lakshmi Mills Bus Stop NH 209 1 G Road Total 5 10.DHARMAPURI DISTRICT 1. Location: Hogenakkal Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Kallada Travels, 1 Dharmapuri - NH 44 1 A Dharmapuri Kanyakumari Rd

SRM and Orange Tours 2 NH 44 1 B And travels Dharmapuri - Krishnakiri Rd Total 2 11.SIVAGANGAI DISTRICT 1. Location: Chettinad Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

St.Joseph Polytechnic College, Vanniulandanvayal Tirupattur - Pudukottai 1 NH 36 2 A1, A2 & Tirumayam Railway Road Station

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-107

Sri Vishwaroopa Panjamukha Aanjaneyyar Ramanathapuram - 2 Kovil Managirisuganendal & NH 536 2 B1,B2 Pudukottai Rd Children's Park, Nemathanpatti

Total 4 12.SALEM DISTRICT 1. Location: Yercaud Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Salem - Sri ganesh college 1 NH 79 1 A of arts & science Salem - Attur Rd

2 Selanayakanpatti bus stop Dharmapuri - NH 44 1 B Namakkal Rd Kondalampatti - Diamond 3 Salem - Coimbatore NH 544 1 C Rays School RD

4 Omalur Bus Stand Dharmapuri - NH 44 1 D Namakkal Rd Total 4 13.KANYAKUMARI DISTRICT 1. Location: Vattakottai, Kanyakumari Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Tirunelveli - 1 Bella Petroleum, Nagercoil NH 44 1 A Kanyakumari Road

Tirunelveli - 2 CSI Church, Narikulam NH 44 1 B Kanyakumari Road

KumaraSwamy Hospital, 3 NH 66 1 C Perumalpuram Nagercoil - Kanyakumari Rd

Sri Anantha Valli Amman 4 NH 44 1 D Temple Karungkulam - Kanyakumari Road Total 4 14.NAMAKKAL DISTRICT

1. Location: Namakkal Fort Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-108 Section 6 - Schedule of Supply

Namakkal - Arusuvai 1 Salem - Madurai Rd NH 44 2 A1,A2 Restaurant

Total 2

15.THIRUVANNAMALAI DISTRICT

1. Location: Jain Temple

Cantilever Sign S.No Exact Location Road Name Type of Road Board Chengam - 1 Chengam - Near Masjid Thiruvannamalai NH 77 1 A Road Thiruvannamalai - Near Thiruvannamalai - 2 NH 38 1 B Saravana Bhavan Polur Rd Thiruvannamalai - Near Gingee - 3 Ramana Maharishi Eye Thiruvannamalai - NH 77 1 C Hospital Road

Gingee - Near Gingee - 4 Kizhpennathur Police Thiruvannamalai - NH 77 1 D Station Road Thiruvannamalai - Near Thiruvannamalai - 5 NH 38 1 E Gas Station Polur Rd Total 5

16.VILLUPURAM DISTRICT

1. Location: Singavaram(Sri Ranganathar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

1 Thiruvannamalai - NH77 1 A1 Gingee - Near Indian Bank Thindivanam Road

Uranitangal - Near 2 NH77 1 A2 Semmanal Arasi Tea Shop Thiruvannamalai - Thindivanam Road Kilpennathur - Near Police 3 NH77 2 A3,A4 Station Thiruvannamalai - Thindivanam Road

Total 4 2. Location: Keezhputhupattu (Sri Manjaneeswarar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-109

Tindivanam Thindivanam - 1 NH132 1 B1 (Chanakya martic school) Villupuram Road

Tindivanam - near TNEB NH32 (NH- 2 1 B2 Office Chennai-Pondy Road 45A) Tindivanam -Near NH32 (NH- 3 1 B3 Nathamedu Chennai-Pondy Road 45A) Total 3 3. Location: Koogaiyur (Sri Sri Swarnapureeswarar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Kallakurichi - Attur C1,C2,C 1 Koot road Bus stop NH 79 3 Road 3 C4,C5,C 2 Kural - HP Petrol Pump Virudhachalam - Attur NH 532 3 Road 6 6 4. Location: Tiruvakkarai (Sri Chandramoulieeswarar&Vakirakaliamman Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Sedarapet - Near Palmyra 1 Thindivanam - NH32 1 D1 Cricket Ground Puducherry Road

Puducherry - Near Indian Puducherry - NH332 1 2 Oil Petrol Pump Villupuram Road D2 NH132 (NH- Kurinchipadi Thindivanm - 1 3 Villupuram Road 45) D3 Total 3 5. Location: Poovarasankuppam (Sri Lakshmi Narasimar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

Kurinchipadi - Near 1 Thindivanam - Panruti NH36 1 E1 Panankateeswarar Temple

Koliyanur Bus stop & Thindivanam - Panruti NH36 2 2 Panruti Police Station E2,E3 Villupuram - Near Kotak 3 NH 332 2 E4,E5 Mahindra Bank , Koliyanur Puducherry-Villupuram Chennai-Villupuram 4 Arasanur junction NH38 1 E6 RD Total 6 6. Location: Parikkal (Sri Narsima Temple Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-110 Section 6 - Schedule of Supply

Madapattu - Near HP Petrol Ulunderpet - NH 38 1 1 Pump Villupuram Road F1

2 Ulunderpet Ulunderpet - NH 38 1 F2 Villupuram Road Villupuram - Near Angala Ulunderpet - NH 38 1 F3 Amman Temple Villupuram Road Total 3 7. Location: Kandamangalam (Sri Sivan Temple ) Cantilever Sign S.No Exact Location Road Name Type of Road Board

1 NH32 2 G1,G2 Puducherry - Near Indira Thindivanam - Gandhi Statue & Near SBI Puducherry Road 2 8. Location: Ulagapuram(Sri Sivan Temple & Vishnu Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Kodipakkam - Near Sri 1 Chennai-Pondy Road NH32 2 H1,H2 Angenayar Temple Total 2 9. Location: Perangiyur(Sri Thirumoolanathar Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Board Chennai-Villupuram 1 Arasanur junction NH38 1 I1 RD NH32 (NH- 2 Panruti Police Station Thindivanam - Panruti 1 I2 45A) Madapattu - Near HP Petrol 3 Ulunderpet - NH 38 1 I3 Pump Villupuram Road Total 3 17.ERODE DISTRICT 1. Location: Sathyamangalam(Bannari,Kodiveri,Bhavanisagar,Thalavadi) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 NH209 2 A1,A2 Sathyamangalam - TATA Sathyamagalam - Motors Chamarajanagar RD

2 Banari(Near amman koil) Sathyamagalam - NH209 1 B Hasanur RD

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-111

Sathyamangalam - SRT Puliyampatti- 3 NH209 2 C1,C2 Bus Stop sathyamangalam RD

Total 5 2. Location: Chennimalai,Arachalur Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Kangayam - Post Office Coimbatore - Karur RD NH81 1 D

Kangayam - HP Petrol 2 Coimbatore - Karur RD NH81 1 E Bunk Olapalayam - Bharat 8 Bhavani-Coimbatore NH544(NH47) 1 F Petroleum RD Total 3 3. Location: Bhavani,Ellampalayam Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

Karundevanpalayam - Near 1 Salem - Tiruppur RD NH544(NH47) 1 G lakshminagar Bus Stop

2 Gandhinagar - Federal Salem - Tiruppur RD NH544(NH47) 1 H Bank

3 East Colony - Kongu Salem - Tiruppur RD NH544(NH47) 2 I1,I2 Velalar Marriage Hall Total 4 18.KRISHNAGIRI DISTRICT 1. Location: Uthangarai(Pambar Dam, Hanumatheeswarar temple ) Proposed signages & their Cantilever Sign S.No Road Name Type of Road Location Board

1 Mathur - Near Petrol Pump Krishnagiri - NH77 1 A Thiruvannamalai RD

Uthangarai - Near Axis 2 NH77 1 B Bank ATM Krishnagiri - Thiruvannamalai RD

Singarapettai - Near Indian 3 NH77 2 C1 Bank Krishnagiri - Thiruvannamalai RD

Chengam - Near 4 NH77 2 C2 Chennamal Koil Krishnagiri - Thiruvannamalai RD

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-112 Section 6 - Schedule of Supply

Thiruvannamalai - ICICI 5 NH77 1 D ATM Krishnagiri - Thiruvannamalai RD Total 7 2. Location: Thally, Thally lake, Hosur and Aiyur Cantilever Sign S.No Exact Location Road Name Type of Road Board Attibele Bus station & Axis 1 Attibele - Krishnagiri NH44 2 E1,E2 Bank ATM Road Total 2 3. Location: Avathanapatti and Jain Temple, Krishnagiri Cantilever Sign S.No Exact Location Road Name Type of Road Board Hosur - Near Allahabad 1 Hosur - Krishnagiri NH44 1 F1 Bank Road Avathanapatti- Near BP Hosur - Krishnagiri NH44 1 F2 Petrol Pump Road Dharmapuri - Near Indian 2 Dharmapuri - NH44 1 G Oil Petrol Pump Krishnagiri Road Mathur - Near MKS Land 3 Chengam - Krishnagiri NH77 1 H Petrol Pump Road

4 Krishnagiri - Near KR Fuels Chengam - Krishnagiri NH77 1 I Road

Krishnagiri - Near 5 NH42 1 J KathinayanapalliPost Office Kuppam - Krishnagirir Road Krishnagirir - Near Devraj 6 Mahal & Govt. College of Chennai-Bangalore NH48 2 K1,K2 Engg. RD Total 8 L 19.PUDUKOTTAI DISTRICT 1. Location: Pudukottai (Museum) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Pudukottai - Pallavan 1 Thanjavur - NH36(NH226) 1 A Kulam Manamadurai RD Purakarai Natham Pannai - 2 NH336(NH210) 1 B MSM Travels Trichy - Pudukottai RD

3 Amanagar - Old Bus Stand Thanjavur - NH36(NH226) 2 C1,C2 Manamadurai RD Total 4 2. Location: Nedungudi (Sri kailasanathar Temple) and Thirumayam(Thirumayam Fort, Keezhanallikottai

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-113

Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board Namunasamudram - 1 NH336(NH210) 1 D Ayyanar Temple Trichy - Pudukottai RD Namunasamudram(Near 2 Thanjavur - Sivgangai NH36(NH226) 2 E1,E2 TN Ration shop) RD Vanniulandanvayal - HP 3 Thanjavur - Sivgangai NH36(NH226) 2 F1,F2 Bunk RD Nemathanpatti(Near 5 Pudukottai - Karaikudi NH536(NH210) 2 G1,G2 Childrens park) RD Karaikudi(Managirisuganen 6 Pudukottai - Karaikudi NH536(NH210) 2 H1,H2 dal) RD Thirumayam (Thirumayam I1,I2,I3,I 7 Thanjavur - Sivgangai NH36(NH226) 4 fort) RD 4

Vanniulandanvayal - St. 8 NH536(NH210) 1 J Joseph Polytechnic College Pudukottai - Karaikudi RD Total 14 3. Location: Kudumiyanmalai (Sri Shikanathar Temple), Chittanavasal(Rock cut jain temple) and Narathamalai (Muthumarai amman Temple) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board NH38 (NH- 1 Viralimalai (Petrol Pump) 2 K1,K2 Trichy - Madurai RD 45) Kodumbalur - Manapparai NH38 (NH- 2 2 L1,L2 Branch Rd Trichy - Madurai RD 45) Satyamangalam(narathama 3 NH336(NH210) 2 M1,M2 lai) Trichy - Karaikudi RD Total 6 4. Location: Malayadipatti (Malayadipatti Rock cut Cave Temple ) Cantilever Sign S.No Exact Location Road Name Type of Road Ref.No. Board

1 Sengipatti - Bus stop NH83 2 N1,N2 Trichy - Thanjavur RD Valambakudi (near bus 2 NH83 1 O stand) Trichy - Thanjavur RD

3 NH36(NH226) 2 Pudukottai - Thanjavur AG1,AG GandharvaKottai Bus Stand RD 2 Total 5

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-114 Section 6 - Schedule of Supply

List of Tourist Map Sign board locations

Tourist S.No District location Map Sign board 1 Thajavur 1 Thanjavur Palace 1 2 Tharasuram 1 3 Kumbakonam-Magamagam 1 4 Thiruvaiyaru near Koil 1 5 Tourism Office Building Complex 1

Sub Total 5

2 Nagapattinam 1 Bus Stand-Nagapattinam 1 2 Poompuhar office complex 1 3 Vaitheeswaran temple 1 4 Tharangambadi Fort 1 5 Velankanni Bus Stand 1 6 Tourism Office Building Complex 1 Sub Total 6

3 Thiruvarur 1 Thiruvarur Bus stop 1 2 Mannarkudi 1 3 Swamimalai 1 4 Tourism Office Building Complex 1 Sub Total 4

4 Thoothukudi 1 Thoothukudi Bus stand 1 2 Sri vaikundam 1 3 Thiruchendur 1 4 Manapadu 1 5 Panchalankurichi 1 6 Kalugumalai 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-115

Tourist S.No District location Map Sign board 7 Tourism Office Building Complex 1 Sub Total 7

5 Thirunelveli 1 Courtallam 2 2 Thiruvenkadu Bus stand 1 3 Sankarankoil 1 4 Kovilpatti 1 5 Thiruparapu Falls 1 6 Tourism Office Building Complex 1 Sub Total 7

6 Coimbatore 1 Hotel Tamil Nadu 1 2 Gandipuram Bus stop 1 3 Anaimalai 1 4 Topslip 1 5 Valparai 1 6 Marudhamalai 1 7 Tourism Office Building Complex 1 Sub Total 7

7 Kancheepuram 1 Mamallapuram Bus stand 1

Kancheepuram Ekambareswarar Temple 1 2 3 Mudaliyarkuppam 1 4 Muttukadu 1 5 Mamalapuram Hotel tamil nadu 1 6 Varatharajar temple 1 7 Kailasanathar Temple 1 8 Kamatchi amman Temple 1 9 Hotel Tamil Nadu 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-116 Section 6 - Schedule of Supply

Tourist S.No District location Map Sign board

1 10 Tourism Office Building Complex Sub Total 10

8 Vellore 1 VelloreBus stand 1 2 Golden Temple Complex- 1 3 Ranipettai-hotel Tamil Nadu 1 4 Yelagiri hills in the Natural Park 1 5 Tourism Office Building Complex 1 Sub Total 5

9 Dharmapuri 1 Dharmapuri BusStand 1 2 Collector office complex 1 3 Hogenakkal Hotel Tamil Nadu 1 4 Tourism Office Building Complex 1 Sub Total 4

10 Sivagangai 1 Sivagangai Bus Stand 1 2 Karaikudi-Kanadu kathan 1 3 Pillaiyarpati koil 1 4 Nattarasan kottai 1 5 Tourism Office Building Complex 1 Sub Total 5

11 Salem 1 Yercaud 1 2 Salem New Bus stand 1 3 Salem - Railway station 1 4 Mettur Dam 1 5 Tourism Office Building Complex 1 Sub Total 5

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-117

Tourist S.No District location Map Sign board

12 Cuddalore 1 Chidambaram-Nadarajar Temple 1 2 Pichavaram-boat house 1 3 Viruthachalam-Viruthagiri Temple 1 4 Kolanchecheri Tenple-Near Viruthachalam 1 5 Tourism Office Building Complex 1 Sub Total 5

13 Kanyakumari 1 Kanyakumari Bus Stand 1 2 Nagar koil 1 3 Bhamanathapuram 1 4 Susinthram-anjaneyakoil 1 5 Tourism Office Building Complex 1 Sub Total 5

14 Namakkal 1 Namakkal Bus Stand 1 2 Kollimalai 1 3 Tourism Office Building Complex 1 Sub Total 3

15 Thiruvannamalai 1 Thiruvannamalai-Girivalam 4 2 Hotel-TamilNadu 1 3 Collector office Complex 1 4 Sathanur 1 5 Thiruvannamalai-samanar Koil 1 6 Javathu hills 1 7 Tourism Office Building Complex 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-118 Section 6 - Schedule of Supply

Tourist S.No District location Map Sign board Sub Total 10

16 Villupuram 1 Collecter Office temple 1 2 Kalrayan hills 1 3 Thiruvakarai 1 4 Melmalaiyanur temple 1 5 Thirukoilur 1 6 Poovarasankuppam 1 7 Villupuram Bus Stand 1 8 Parikkal 1 9 Tourism Office Building Complex 1 Sub Total 9

17 Krishnagiri 1 Hosur-Hotel Hotel TN 1 2 Krishnagiri - Hotel TN 1 3 Collecter Office complex 1 4 Tourism Office Building Complex 1 Sub Total 4

18 Erode

1 Bhavani mukkoodal(old bus stand) 1 2 Bhannari amman temple 1 3 Erode bus stand 1 4 Bhavani bus stand 1 5 Chennimalai murugamn temple 1 6 Kodumudi 1 7 Anthiyur Bus Stand 1 8 Gobichetti bus stand 1 9 Tourism Office Building Complex 1 Sub Total 9

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-119

Tourist S.No District location Map Sign board

19 Pudukottai 1 Chittanavasal 1 2 Pudhukottai-bus stand 1 3 Naratharmalai 1 4 Kudimiyanmalai 1 5 Avudaiyarkoil 1 6 Tourism Office Building Complex 1 Sub Total 6 20 Chennai 1 Snake Park-Guindy 1 2 Govt Museum 1 3 Valluvarkottam 1 4 Vandalur Zoo 1 5 Maruntheeswarar Temple-Thiruvanmiyur 1 6 Kabaleeswarar Temple-Mylapore 1 7 Thiyagarajar Temple-Thiruvottriyur 1

8 Murugam temple 1 9 Tourism Office Building Complex 1 Sub Total 9 21 Thiruvallur 1 Thiruttani-Murugan temple 1

2 Periyapalayam-Bhavani Amman Temple 1 3 Thiruvallur collecter office complex 1 4 Kanmtchi amman temple-mangadu 1

1 5 Karumariamman temple-Thiruverkadu 6 Tourism Office Building Complex 1 Sub Total 6

22 Thirupur 1 Thiruppur Bus Stand 1 2 Thirumurthi Dam 1 3 Tourism Office Building Complex 1 Sub Total 3 23 Ooty 1 Ooty Busstand 1

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-120 Section 6 - Schedule of Supply

Tourist S.No District location Map Sign board 2 Hotel Tamil Nadu 1 3 Boat House 1 4 Pykara Boat House 1 5 Mudhumalai 1 6 Kunnur 1 7 Kothagiri 1 8 kudalur 1 9 Tourism Office Building Complex 1 Sub Total 9 24 Perambalur 1 Perambalur bus stand 1 2 Tourism Office Building Complex 1 Sub Total 2 25 Ariyalur 1 Gangai konda solapuram 1 2 Ariyalur-Busstand 1 3 Karaivetti Birds Sanctuary 1 4 Kaliyaperumal Temple 1 5 Tourism Office Building Complex 1 Sub Total 5 26 Trichy 1 Srirangam 1 2 Samayapuram Maiamman temple 1 3 Pachaimalai 1 4 Tourism Office Building Complex 1 Sub Total 4 27 Karur 1 Karur Busstand 1 2 Tourism Office Building Complex 1 Sub Total 2 28 Dindukkal 1 Palani Murugan temple 1 2 Dindukal Bus stand 1 3 Kodaikanal 2 4 Sirumalai 1 5 Tourism Office Building Complex 1 29 Theni Sub Total 6

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-121

Tourist S.No District location Map Sign board 1 Theni Bus stand 1 2 Vaigai Dam 1 3 Suruli Falls 1 4 Megamalai 1 5 Tourism Office Building Complex 1 Sub Total 5 30 Virudhunager 1 Virudhunager Bus stand 1 2 Sivagasi Bus stand 1 3 Srivilliputhur 1 4 Tourism Office Building Complex 1 Sub Total 4

31 Ramanathapuram 1 Mandapam 1 2 Nayinar Koil 1 3 Ramanathapuram Bus stand 1 4 Utharakosamangai 1 5 Thirupulani 1 6 Tourism Office Building Complex 1 Sub Total 6 32 Madurai 1 Thiruparankundram 1 2 Alagarkoil 1 3 Theppakulam 1 4 Thiumalainaiyakar Magal 1 5 Tourism Office Building Complex 1 Sub Total 5

Grand Total 182

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-122 Section 6 - Schedule of Supply

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-123

Mile Stone

ZONE 1 ZONE 2 ZONE 3 ZONE 4

No of Requir Requir No of No of Require Required days ed ed days for days No of days d days S.No Activity days for for each days days each for each for each for each activity Date of for Date of for activity Date of activity Date of activity each activity Complet Completion each Completion each Completi Completion Complet Completion Completion activity completio ion activity activity on ion (Cumulative) complet n (Cumula comple comple (Cumulat (Cumul ion tive) tion tion ive) ative)

Award of 1 0 0 0 ------Contract

Submission of design and construction along with 2 30 30 1 month ------works plan documents as per contract

Preparation of Templates & Drawings 3 for all 30 60 2 months ------locations and submission to client

Receipt of 4 Approval 30 90 03 months - 60 2 months - 60 2 months - 210 7 months from client

Manufacturin g of Signs, Procurement of Steel 5 30 120 4 months 60 120 4 months 120 180 6 months 90 300 10 months Structure including Fabrication works

Inspection of Manufactured 6 30 150 5 months 30 150 5 months 30 210 7 months 30 330 11 months Signage‟s at Factory

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-124 Section 6 - Schedule of Supply

ZONE 1 ZONE 2 ZONE 3 ZONE 4

No of Requir Requir No of No of Require Required days ed ed days for days No of days d days S.No Activity days for for each days days each for each for each for each activity Date of for Date of for activity Date of activity Date of activity each activity Complet Completion each Completion each Completi Completion Complet Completion Completion activity completio ion activity activity on ion (Cumulative) complet n (Cumula comple comple (Cumulat (Cumul ion tive) tion tion ive) ative)

Delivery of Signage‟s to all locations and Inspection of Signage‟s 7 30 180 6 months 60 210 7 months 60 270 9 months 90 420 14 months delivered at site by client and Installation of Signage‟s at all locations

Inspection installed Signage‟s at 8 Site and 30 210 7 months 60 270 9 months 90 360 12 months 90 510 17 months performance check at all locations

Completion 9 of Project in 30 240 8 months 60 330 11 months 60 420 14 months 30 540 18 months all aspect

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 6 - Schedule of Supply 6-125

5. Drawings

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 6-126 Section 6 - Schedule of Supply

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope TENDER COPY 100 300 1700 600 6000 2100 ELEVATION 2000X2000 250 X A GL

TENDERX COPY SIGNAGEDRAWINGB 8 nosStiffners Base Plate All DimensionsinMM Not toScale C C-76.1mm ODMSPipe B-114mm ODMSPipe A- 323mmODMSPipe 2000 B B Retro ReflectiveSignageBoard (Both Sides)5400X2100 5500 5400 C GOVERNMENT OFTAMILNADU IDIPT -TNADB PROJECT-DSC DEPARTMENT OFTOURISM SIZE -5.4Mx2.1M CANTELIVER SIGNAGE BOARD 2000 C

1500

2100 s 2000 50X50X5 MS ANGLE

Threaded 2mm THICK ALUMINIUM PLATE Portion 150 (Both Sides) Locknut with washer 900

7500 2000

750

25mm dia

Anchor rod 25mm dia 75 VIEW - XX 300 ANCHOR BOLT DETAILS

VIEW - S 900 750 8mm dia stirrups @150mm c/c Main rod 12mm dia 300 900 Z Z

900 750 VIEW - ZZ TENDER COPY1700 REINFORECEMENT DETAILS RCC25(nominal mix)

750 300 BASE PLATE DETAILS 100 Base Plate - 25mm thick Stiffner - 10mm thick 2000 GOVERNMENT OF TAMILNADU PCC1:5:10 Bolt - 25 mm dia 10mm dia @ 120mm c/c (Long) 10mm dia @ 150 mm c/c (Transverse) DEPARTMENT OF TOURISM

FOUNDATION DETAILS IDIPT - TN - ADB - PROJECT - DSC All Dimensions in MM

Not to Scale CANTILEVER SIGN BOARD SIZE 5.4M X 2.1M A B C D E F G H J Tourist Map Sign board - C Key Plan :

RETRO REFLECTIVE Notes : SIGNAGE 1. All Dimensions are in mm unless otherwise specified. 7 2. Dimensions are not to scale. 7 4000 X 3000X4mm 3. Any discrepancy between this drawing and other drawings must be brought to the notice of consultants. 0.30 0.30 4. This Drawing is the property of Tamil Nadu Tourism,Govt of Tamil Nadu 1.70 1.70 and should not be copied or reproduced in any manner without prior permission. B B 193.7M OD MS Pipe A A A TECHNICAL DETAILS 1.00 STIFFNER PLATE 1. All dimensions are in Millimetre unless otherwise noted B B BASE PLATE 2. Grade of concrete mix shall be confirming IS456-2000 Footing & Pedestal -M 25 300 (1'-0 ) ANCHOR BOLT 3. Reinforcement bars shall be High Strength deformed A A A 1.00 ROAD LEVEL bars of grade Fe500 confirming to IS 1786 - 2008. 6 B B 6 4. Development length of bars: In compression - 40 dia 1.00 16#-250C/C (T&B) In tension - 50dia 5.10 5. Clear cover for Footing - 50 mm A A A 1500 (5') 16#-300C/C (T&B) B B Pedestal - 40 mm 6. Safe Bearing Capacity 100 KN/m 2 .45 0.45

1. for2.ISstructural3.Thewind4.5.IS 2062875structures) Highstructure speed (Part : 2006steel)Mastmast as III)shall per (HotShouldshall 1987 IS: be rolledbe 875.suitable (Codebe designed IP low, 65and for mediumProtection topracticeswind withstand loading and for high thedesign as maximumTensileper loads IS 8756.TopofThicknessthicknessabove,Ropes7.Lightning Sections part3Diameter :Stainless 3 ofnos.1987.Arrestorof : 2mm 2Galvanisation :nos, 166 Steel up [1.2m Foundationmm, to wires 4 BaseLength]mm (min.)diameter andDiameter bolts :86 tomin Details: Micronsbe 6 65 :mm,provided. 415 micron :1200x24 Number mm,for 5 for Numbermm ofsheetmm, and 7. MS Pipe Confirming to IS1161-1998 & SP 6 (I) - 1964 250 (0.83') 2.10 A A A 150 (0'-6") P C C 1:5:10 5 Granular Layer 5 Base plate joint 100(0'-4") MEMBER DETAIL: 75 75 75 75 75 75 75 75 75 SECTION 1-1 0.30 A 193.7M (Medium) OD MS Pipe ROAD LEVEL FOUNDATION DETAIL B 42.4 M (Medium) OD MS Pipe 1.5 4.9 REV.NO. DATE DESCRIPTION 0.25 M25 Grade RCC Client: 0.10 Project Management Unit (ADB-IDIPT/TN), P C C 1:5:10 Department of Tourism, 4 4 0.15 4.90 Granular Layer # 16-250mm C/C (T&B) Chennai - 2

Line Department: Elevation Project Implementation Unit (PIU), 1 2.0 1 HR & CE/TTDC/CMA/PWD/DRDA/STATE ARCHAEOLOGY/DTP/FOREST

Consultants: PEDESTAL SIZE Design and Supervision Consultant - DSC 600x600 ISA50X50x6 M/s. Mukesh & Associates a r c h i t e c t s & e n g i n e e r s www.mukeshassociates.com

3 ISA50X50x6 Tamil Nadu Tourism Complex, 3 Chennai - 2. 3.00 # 16-300mm C/C (T&B) Plan Project Management Consultant - PMC

M/s. Shah Technical Consultants Pvt.Ltd LOCK NUT & NUT WASHER TENDER COPY Tamil Nadu Tourism Complex Chennai - 2 100 THREADED Project Name: 4.00 BOLT 28Ø IDIPT - TN Frame mesh Detail 1000 GL GL Infrastructure Development Investment Program for ANCHOR PLATE Tourism,Tamil Nadu (IDIPT - TN) 2 2 Sub Projects : PEDESTAL SUPPLY AND INSTALLATION OF RETRO REFLECTIVE 400 SIGNAGE BOARDS IN VARIOUS MAJOR TOURIST 193.7M OD MS Pipe 140 CITIES/TOWNS IN TAMILNADU 8nos. 28Ø Anchor Bolt Detail Title : 75 75 75 75 BASE PLATE 600 Tourist Information Board 400 600x 600 x 12mm Thk. STIFFNER PLATE 14- # 12 8mm Thk. # 8 -230mmC/C 600 1 TRANSVERSE 1 Base Plate Detail GOOD FOR SCHEME TENDER CONSTRUCTION Sub-Proj. No: Drawing No: Sheet: Rev: 02 IDIPT-TN/T4/Sign board-Item 5 A3/A4 00 Base plate joint (Scale 1:20) Date: File name : Plot scale: Drawn by: Checked Appr.By Pedestal Detail 24/06/2017 Tourist Information Board NTS DSC by: PMC PMU A3 A B C D E F G H J TENDER COPY TENDER COPY

Intentionally left blank Section 7 - General Conditions of Contract 7-1 Section 7 - General Conditions of Contract

Table of Clauses

1. Definitions ...... 7-3 2. Contract Documents ...... 7-4 3. Fraud and Corruption ...... 7-4 4. Interpretation...... 7-5 5. Language ...... 7-6 6. Joint Venture...... 7-6 7. Eligibility ...... 7-6 8. Notices ...... 7-7 9. Governing Law ...... 7-7 10. Settlement of Disputes ...... 7-7 11 . Scope of Supply ...... 7-7 12. Delivery ...... 7-7 13. Supplier’s Responsibilities ...... 7-7 14. Purchaser’s Responsibilities...... 7-7 15. Contract Price ...... 7-8 16. Terms of Payment ...... 7-8 17. Taxes and Duties ...... 7-8 18. Performance Security ...... 7-8 19. Copyright ...... 7-9 20. Confidential Information ...... 7-9 21. Subcontracting ...... 7-10 22. Specifications and Standards ...... 7-10 23. Packing and Documents ...... 7-10 24. Insurance ...... 7-11 25. Transportation...... 7-11 26. Inspections and Tests ...... 7-11 27. Liquidated Damages ...... 7-12 28. Warranty ...... 7-12 29. Patent Indemnity ...... 7-13 30. Limitation of Liability ...... 7-14 31. Change in Laws and Regulations ...... 7-14 32. Force Majeure...... 7-14 33. Change Orders and Contract Amendments ...... 7-14 34. Extensions of Time ...... 7-15 35. Termination ...... 7-15 36. Assignment ...... 7-16

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-2 Section 7 - General Conditions of Contract

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-3

1. Definitions 1.1 The following words and expressions shall have the meanings hereby assigned to them: (a) “Contract” means the Agreement entered into between the Purchaser and the Supplier, together with the Contract Documents referred to therein, including all attachments, appendixes, and all documents incorporated by reference therein.

(b) “Contract Documents” means the documents listed in the Agreement, including any amendments thereto.

(c) “Contract Price” means the price payable to the Supplier as specified in the Agreement, subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the Contract.

(d) “Day” means calendar day.

(e) “Delivery” means the transfer of the Goods from the Supplier to the Purchaser in accordance with the terms and conditions set forth in the Contract.

(f) “Completion” means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract.

(g) “Eligible Countries” means the countries and territories eligible as listed in Section 5.

(h) “GCC” means the General Conditions of Contract.

(i) “Goods” means all of the commodities, raw material, machin- ery and equipment, and/or other materials that the Supplier is required to supply to the Purchaser under the Contract.

(j) “Purchaser’s Country” is the country specified in the Special Conditions of Contract (SCC).

(k) “Purchaser” means the entity purchasing the Goods and Related Services, as specified in the SCC.

(l) “Related Services” means the services incidental to the supply of the goods, such as insurance, installation, training and initial maintenance and other similar obligations of the Supplier under the Contract.

(m) “SCC” means the Special Conditions of Contract.

(n) “Subcontractor” means any natural person, private or government entity, or a combination of the above, including its legal successors or permitted assigns, to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier.

(o) “Supplier” means the natural person, private or government entity, or a combination of the above, whose bid to perform the

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-4 Section 7 - General Conditions of Contract Contract has been accepted by the Purchaser and is named as such in the Agreement, and includes the legal successors or permitted assigns of the Supplier.

(p) “ADB” is the Asian Development Bank.

(q) “The Site,” where applicable, means the place named in the SCC.

2. Contract 2.1 Subject to the order of precedence set forth in the Agreement, all Documents documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

3. Fraud and 3.1 ADB’s Anticorruption Policy requires Borrowers (including Corruption beneficiaries of ADB-financed activity), as well as Bidders, Suppliers, and Contractors under ADB-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, ADB

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

(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; (iv) “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the actions of another party; (v) “obstructive practice” means (a) deliberately destroying, falsifying, altering, or concealing of evidence material to an ADB investigation; (b) making false statements to investigators in order to materially impede an ADB investigation; (c) failing to comply with requests to provide information, documents, or records in connection with an Office of Anticorruption and Integrity (OAI) investigation; (d) threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or (e) materially impeding ADBʼs contractual rights of audit or access to information; and (vi) “integrity violation" is any act which violates ADB’s Anticorruption Policy, including (i) to (v) above and the following: abuse, conflict of interest, violations of ADB sanctions, retaliation against whistleblowers or witnesses, and other violations of ADB's Anticorruption Policy,

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-5

including failure to adhere to the highest ethical standard. (b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations in competing for the Contract;

(c) will cancel the portion of the financing allocated to a contract if it determines at any time that representatives of the borrower or of a beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations during the procurement or the execution of that contract, without the borrower having taken timely and appropriate action satisfactory to ADB to remedy the situation; and

(d) will impose remedial actions on a firm or an individual, at any time, in accordance with ADB’s Anticorruption Policy and Integrity Principles and Guidelines (both as amended from time to time), including declaring ineligible, either indefinitely or for a stated period of time, to participate1 in ADB-financed, -administered, or -supported activities or to benefit from an ADB-financed, -administered, or -supported contract, financially or otherwise, if it at any time determines that the firm or individual has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices or other integrity violations.

3.2 The Supplier shall permit ADB to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by ADB, if so required by ADB.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.

4.2 Incoterms

(a) The meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms.

(b) EXW, CIF, CIP, and other similar terms, shall be governed by the rules prescribed in the current edition of Incoterms, published by the International Chamber of Commerce at the date of the Invitation for Bids or as specified in the SCC.

4.3 Entire Agreement

The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications, negotiations, and agreements (whether written or oral) of parties with respect thereto made prior to the date of Contract.

1 Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity (different names are used depending on the particular Bidding Document).

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-6 Section 7 - General Conditions of Contract 4.4 Amendment

No amendment or other variation of the Contract shall be valid unless it is in writing, is dated, expressly refers to the Contract, and is signed by a duly authorized representative of each party thereto.

4.5 Nonwaiver

(a) Subject to GCC Subclause 4.5(b) below, no relaxation, forbearance, delay, or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice, affect, or restrict the rights of that party under the Contract, neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing, dated, and signed by an authorized representative of the party granting such waiver, and must specify the right and the extent to which it is being waived.

4.6 Severability

If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser, shall be written in the language specified in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in the SCC, in which case, for purposes of interpretation of the Contract, this translation shall govern.

5.2 The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

6. Joint Venture 6.1 If the Supplier is a Joint Venture all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the Joint Venture. The composition or the constitution of the Joint Venture shall not be altered without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of an eligible country. A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted, incorporated, or registered, and operates in conformity with the provisions of the laws of that country.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-7

7.2 All Goods and Related Services to be supplied under the Contract and financed by ADB shall have their origin in Eligible Countries. For the purpose of this clause, “country of origin” means the country where the goods have been grown, mined, cultivated, produced, manufactured, or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its imported components.

8. Notices 8.1 Any Notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC. The term “in writing” means communicated in written form with proof of receipt.

8.2 A Notice shall be effective when delivered or on the Notice’s effective date, whichever is later.

9. Governing Law 9.1 The Contract shall be governed by and interpreted in accordance with the laws of the Purchaser’s country, unless otherwise specified in the SCC.

10. Settlement of 10.1 The Purchaser and the Supplier shall make every effort to resolve Disputes amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

10.2 If the parties fail to resolve such a dispute or difference by mutual consultation within 28 days from the commencement of such consultation, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the SCC.

11. Scope of 11.1 Subject to the SCC, the Goods and Related Services to be supplied Supply shall be as specified in Section 6 (Schedule of Supply).

11.2 Unless otherwise stipulated in the Contract, the Scope of Supply shall include all such items not specifically mentioned in the Contract but that can be reasonably inferred from the Contract as being required for attaining Delivery and Completion of the Goods and Related Services as if such items were expressly mentioned in the Contract.

12. Delivery 12.1 Subject to GCC Subclause 33.1, the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Section 6 (Schedule of Supply). The details of shipping and other documents to be furnished by the Supplier are specified in the SCC.

13. Supplier’s 13.1 The Supplier shall supply all the Goods and Related Services Responsibilities included in the Scope of Supply in accordance with GCC Clause 11, and the Delivery and Completion Schedule, as per GCC Clause 12.

14. Purchaser’s 14.1 Whenever the supply of Goods and Related Services requires that Responsibilities the Supplier obtain permits, approvals, and import and other licenses from local public authorities, the Purchaser shall, if so required by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-8 Section 7 - General Conditions of Contract 14.2 The Purchaser shall pay all costs involved in the performance of its responsibilities, in accordance with GCC Subclause 14.1.

15. Contract Price 15.1 The Contract Price shall be as specified in the Agreement subject to any additions and adjustments thereto, or deductions therefrom, as may be made pursuant to the Contract.

15.2 Prices charged by the Supplier for the Goods delivered and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in the SCC.

16. Terms of 16.1 The Contract Price shall be paid as specified in the SCC. Payment

16.2 The Supplier’s request for payment shall be made to the Purchaser in writing, accompanied by invoices describing, as appropriate, the Goods delivered and Related Services performed, and by the documents submitted pursuant to GCC Clause 12 and upon fulfillment of all the obligations stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, no later than 60 days after submission of an invoice or request for payment by the Supplier, and the Purchaser has accepted it.

16.4 The currency or currencies in which payments shall be made to the Supplier under this Contract shall be specified in the SCC.

17. Taxes and 17.1 For goods supplied from outside the Purchaser’s country, the Duties Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s country.

17.2 For goods supplied from within the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted Goods to the Purchaser.

17.3 If any tax exemptions, reductions, allowances or privileges may be available to the Supplier in the Purchaser’s Country, the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent.

18. Performance 18.1 The Supplier shall, within 28 days of the notification of Contract Security award, provide a Performance Security for the due performance of the Contract in the amounts and currencies specified in the SCC.

18.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

18.3 The Performance Security shall be denominated in the currencies of the Contract, or in a freely convertible currency acceptable to the Purchaser, and shall be in one of the forms stipulated by the Purchaser in the SCC, or in another form acceptable to the Purchaser.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-9

18.4 The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than 28 days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in the SCC. 19. Copyright 19.1 The copyright in all drawings, documents, and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier, or, if they are furnished to the Purchaser directly or through the Supplier by any third party, including suppliers of materials, the copyright in such materials shall remain vested in such third party.

20. Confidential 20.1 The Purchaser and the Supplier shall keep confidential and shall not, Information without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. Notwithstanding the above, the Supplier may furnish to its Subcontractor such documents, data, and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract, in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20.

20.2 The Purchaser shall not use such documents, data, and other information received from the Supplier for any purposes unrelated to the Contract. Similarly, the Supplier shall not use such documents, data, and other information received from the Purchaser for any purpose other than the design, procurement, or other work and services required for the performance of the Contract.

20.3 The obligation of a party under GCC Subclauses 20.1 and 20.2 above, however, shall not apply to information that

(a) the Purchaser or Supplier needs to share with ADB or other institutions participating in the financing of the Contract;

(b) now or hereafter enters the public domain through no fault of that party;

(c) can be proven to have been possessed by that party at the time of disclosure and which was not previously obtained, directly or indirectly, from the other party; or

(d) otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality.

20.4 The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-10 Section 7 - General Conditions of Contract 20.5 The provisions of GCC Clause 20 shall survive completion or termination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the Bid. Subcontracting shall in no event relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract.

21.2 Subcontracts shall comply with the provisions of GCC Clauses 3 and 7.

22. Specifications 22.1 Technical Specifications and Drawings and Standards (a) The Supplier shall ensure that the Goods and Related Services comply with the technical specifications and other provisions of the Contract.

(b) The Supplier shall be entitled to disclaim responsibility for any design, data, drawing, specification or other document, or any modification thereof provided or designed by or on behalf of the Purchaser, by giving a notice of such disclaimer to the Purchaser.

(c) The Goods and Related Services supplied under this Contract shall conform to the standards mentioned in Section 6 (Schedule of Supply) and, when no applicable standard is mentioned, the standard shall be equivalent or superior to the official standards whose application is appropriate to the country of origin of the Goods.

22.2 Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed, the edition or the revised version of such codes and standards shall be those specified in the Section 6 (Schedule of Supply). During Contract execution, any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33.

23. Packing and 23.1 The Supplier shall provide such packing of the Goods as is required Documents to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. During transit, the packing shall be sufficient to withstand, without limitation, rough handling and exposure to extreme temperatures, salt and precipitation, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the final destination of the Goods and the absence of heavy handling facilities at all points in transit.

23.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in the SCC, and in any other instructions ordered by the Purchaser.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-11

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under the Contract shall be fully insured, in a freely convertible currency from an eligible country, against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery, in accordance with the applicable Incoterms or in the manner specified in the SCC.

25. Transportation 25.1 Unless otherwise specified in the SCC, obligations for transportation of the Goods shall be in accordance with the Incoterms specified in Section 6 (Schedule of Supply).

26. Inspections 26.1 The Supplier shall at its own expense and at no cost to the and Tests Purchaser carry out all such tests and/or inspections of the Goods and Related Services as are specified in Section 6 (Schedule of Supply).

26.2 The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor, at point of delivery, and/or at the final destination of the Goods, or in another place in the Purchaser’s country as specified in the SCC. Subject to GCC Subclause 26.3, if conducted on the premises of the Supplier or its Subcontractor, all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the Purchaser.

26.3 The Purchaser or its designated representative shall be entitled to attend the tests and/or inspections referred to in GCC Subclause 26.2, provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

26.4 Whenever the Supplier is ready to carry out any such test and inspection, it shall give a reasonable advance notice, including the place and time, to the Purchaser. The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and/or inspection. 26.5 The Purchaser may require the Supplier to carry out any test and/or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications, codes, and standards under the Contract, provided that the Supplier’s reasonable costs and expenses incurred in the carrying out of such test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes the progress of manufacturing and/or the Supplier’s performance of its other obligations under the Contract, due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected. 26.6 The Supplier shall provide the Purchaser with a report of the results of any such test and/or inspection. 26.7 The Purchaser may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser, and shall repeat

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-12 Section 7 - General Conditions of Contract the test and/or inspection, at no cost to the Purchaser, upon giving a notice pursuant to GCC Subclause 26.4. 26.8 The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the Purchaser or its representative, nor the issue of any report pursuant to GCC Subclause 26.6, shall release the Supplier from any warranties or other obligations under the Contract.

27. Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails to Damages deliver any or all of the Goods or perform the Related Services within the period specified in the Contract, the Purchaser may without prejudice to all its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in the SCC of the Contract Price for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in the SCC. Once the maximum is reached, the Purchaser may terminate the Contract pursuant to GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of the most recent or current models, and that they incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

28.2 Subject to GCC Subclause 22.1, the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design, materials, and workmanship, under normal use in the conditions prevailing in the country of final destination.

28.3 Unless otherwise specified in the SCC, the warranty shall remain valid for 12 months after the Goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the SCC, or for 18 months after the date of shipment or loading in the country of origin, whichever period concludes earlier.

28.4 The Purchaser shall give Notice to the Supplier, stating the nature of any such defects together with all available evidence thereof, promptly following the discovery thereof. The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects.

28.5 Upon receipt of such Notice, the Supplier shall, within the period specified in the SCC, expeditiously repair or replace the defective Goods or parts thereof, at no cost to the Purchaser.

28.6 If having been notified, the Supplier fails to remedy the defect within the period specified in the SCC, the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-13

29. Patent 29.1 The Supplier shall, subject to the Purchaser’s compliance with GCC Indemnity Subclause 29.2, indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract by reason of

(a) the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located; and

(b) the sale in any country of the products produced by the Goods.

Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract, neither any infringement resulting from the use of the Goods or any part thereof, or any products produced thereby in association or combination with any other equipment, plant, or materials not supplied by the Supplier, pursuant to the Contract.

29.2 If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Subclause 29.1, the Purchaser shall promptly give the Supplier a notice thereof, and the Supplier may at its own expense and in the Purchaser’s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

29.3 If the Supplier fails to notify the Purchaser within 28 days after receipt of such notice that it intends to conduct any such proceedings or claim, then the Purchaser shall be free to conduct the same on its own behalf.

29.4 The Purchaser shall, at the Supplier’s request, afford all available assistance to the Supplier in conducting such proceedings or claim, and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing.

29.5 The Purchaser shall indemnify and hold harmless the Supplier and its employees, officers, and Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature, including attorney’s fees and expenses, which the Supplier may suffer as a result of any infringement or alleged infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design, data, drawing, specification, or other documents or materials provided or designed by or on behalf of the Purchaser.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-14 Section 7 - General Conditions of Contract 30. Limitation of 30.1 Except in cases of gross negligence or willful misconduct, Liability (a) neither party shall be liable to the other party for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort, or otherwise, shall not exceed the amount specified in the SCC, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment, or to any obligation of the Supplier to indemnify the Purchaser with respect to patent infringement.

31. Change in 31.1 Unless otherwise specified in the Contract, if after the date of the Laws and Invitation for Bids, any law, regulation, ordinance, order or bylaw Regulations having the force of law is enacted, promulgated, abrogated, or changed in the place of the Purchaser’s country where the Site is located (which shall be deemed to include any change in interpretation or application by the competent authorities) that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Supplier has thereby been affected in the performance of any of its obligations under the Contract. Notwithstanding the foregoing, such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable, in accordance with GCC Clause 15.

32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

32.2 For purposes of this clause, “Force Majeure” means an event or situation beyond the control of the Supplier that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Supplier. Such events may include, but not be limited to, acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

32.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

33. Change Orders 33.1 The Purchaser may at any time order the Supplier through Notice in and Contract accordance GCC Clause 8, to make changes within the general Amendments scope of the Contract in any one or more of the following:

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 7 - General Conditions of Contract 7-15

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser; (b) the method of shipment or packing; (c) the place of delivery; and (d) the Related Services to be provided by the Supplier.

33.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this Clause must be asserted within 28 days from the date of the Supplier’s receipt of the Purchaser’s change order.

33.3 Prices to be charged by the Supplier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

34. Extensions of 34.1 If at any time during performance of the Contract, the Supplier or its Time Subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 12, the Supplier shall promptly notify the Purchaser in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

34.2 Except in case of Force Majeure, as provided under GCC Clause 32, a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 27, unless an extension of time is agreed upon, pursuant to GCC Subclause 34.1.

35. Termination 35.1 Termination for Default

(a) The Purchaser, without prejudice to any other remedy for breach of Contract, by Notice of default sent to the Supplier, may terminate the Contract in whole or in part,

(i) if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34; or

(ii) if the Supplier fails to perform any other obligation under the Contract.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 7-16 Section 7 - General Conditions of Contract (iii) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 3, in competing for or in executing the Contract.

(b) In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 35.1(a), the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Related Services similar to those undelivered or not performed, and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services. However, the Supplier shall continue performance of the Contract to the extent not terminated.

35.2 Termination for Insolvency

The Purchaser may at any time terminate the Contract by giving Notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In such event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to the Purchaser.

35.3 Termination for Convenience

(a) The Purchaser, by Notice sent to the Supplier, 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 the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

(b) The Goods that are complete and ready for shipment within 28 days after the Supplier’s receipt of the Notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect

(i) to have any portion completed and delivered at the Contract terms and prices; and/or

(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or in part, their obligations under this Contract, except with prior written consent of the other party.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 8 - Special Conditions of Contract 8-1

Section 8 - Special Conditions of Contract

The following Special Conditions of Contract (SCC) shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

GCC 1.1(j) The Purchaser‟s country is: India

GCC 1.1(k) The Purchaser is: The Project Director - PMU - Department of Tourism

GCC 1.1 (q) The Sites are located at various towns and cities in 32 Districts of Tamil Nadu. The List has been attached in section 6 (Schedule of supply) of the bidding document.

GCC 4.2 (b) The version of Incoterms shall be 2010

GCC 5.1 The language shall be: English The language for translation of supporting documents and printed literature is: English

GCC 8.1 For notices, the Purchaser‟s address shall be: Attention: The Project Director Project Management Unit Infrastructure Development Investment Program for Tourism, Tamil Nadu Department of Tourism Tamil Nadu Tourism Complex 2, Wallajah Road, Chennai – 600 002, Tamil Nadu Country: India Telephone : +91 044 25333859, E-mail: [email protected]

GCC 9.1 The governing law shall be: Law of India

GCC 10.2 The formal mechanism for the resolution of disputes shall be

For a contract with a Foreign Supplier: The formal mechanism for the resolution of disputes shall be any one of the following as decided by the purchaser:

Place of arbitration: Singapore

For a contract with a Local Supplier:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall be settled by arbitration in accordance with the provisions of the local arbitration procedures in the Purchaser‟s country.

Place of arbitration: In the Purchaser’s Country- Chennai

GCC 11.1 The Scope of Supply shall be defined in Section 6, Schedule of Supply. At the time of

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 8-2 Section 8 - Special Conditions of Contract

awarding the contract, the Purchaser shall specify any change in the Scope of Supply with respect to Section 6, Schedule of Supply included in the Bidding Document. Such changes may be due, for instance, if the quantities of Goods and Related Services are increased or decreased at the time of award.

GCC 12.1 Details of shipping and documents to be furnished by the Supplier shall be:

For Goods supplied from abroad as per Incoterms CIP:

Upon shipment, the Supplier shall notify the Purchaser and the Insurance Company by telex or fax the full details of the shipment, including Contract number, description of Goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The Supplier shall send the following documents to the Purchaser, with a copy to the Insurance Company:

(a) Two copies of the Supplier‟s invoice showing the description of the Goods, quantity, unit price, and total amount; (b) original and Two copies of the negotiable, clean, on-board bill of lading marked “freight prepaid” and Three copies of nonnegotiable bill of lading; (c) Three copies of the packing list identifying contents of each package; (d) insurance certificate; (e) Manufacturer‟s or Supplier‟s warranty certificate; (f) inspection certificate, issued by the nominated inspection agency, and the Supplier‟s factory inspection report; and (g) certificate of origin (one original and three copies). The Purchaser shall receive the above documents at least one (1) week before arrival of the Goods at the port or place of arrival and, if not received, the Supplier will be responsible for any consequent expenses.

For Goods from within the Purchaser’s country as per Incoterm EXW:

Upon delivery of the Goods to the transporter, the Supplier shall notify the Purchaser and send the following documents to the Purchaser:

(a) copies of the Supplier‟s invoice showing the description of the Goods, quantity, unit price, and total amount; (b) delivery note, railway receipt, or truck receipt;

(c) Manufacturer‟s or Supplier‟s warranty certificate;

(f) inspection certificate, issued by the nominated inspection agency, and the Supplier‟s factory inspection report; and (g) certificate of origin.

The Purchaser shall receive the above documents before the arrival of the Goods and, if not received, the Supplier will be responsible for any consequent expenses.

GCC 15.2 The price adjustment shall be: - Not Applicable

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 8 - Special Conditions of Contract 8-3

GCC 16.1 Payment of the Contract Price shall be made in the following manner

(a) Advance Payment: 10% of the Contract Price within 30 days of signing of the Contract. Payment shall be made, provided the Supplier presents a request for payment accompanied by an Advance Payment Security in the form of a bank guarantee for an amount equal to the amount of the payment, and that shall be valid until the Goods are installed and Final „As built‟ Drawings issued. The security shall be in the form as specified in Section 9 (Contract Forms).

Supply and Installation : I. Stage 1: 20 % of the contract value – on receipt/supply of 50% goods at site and on completion of 20% installation. II. Stage 2: Cumulative 45% of the contract value on receipt/supply of 80% of goods and on completion of 50% installation. III. Stage 3: Cumulative 65% of the contract value on receipt/supply of 100% of goods and on completion of 75% installation. IV. Stage 4: Cumulative 80% of the contract value on completion of 100% installation.

(b) Cumulative 95 % of the contract value – on getting approval from the competent authority for performance of the lighting as per the technical specifications.

(c) Cumulative 100 % of the contract value – on submission of “As built” drawings and documents

The currencies for payments shall be: The currency / ies in which the bid of the GCC 16.4 successful bidder is expressed. GCC 18.1 The Supplier shall provide a Performance Security of 10% of the Contract Price. The Performance Security shall be denominated in currency / ies in which the bid of the successful bidder is expressed. “The forms of acceptable performance securities are: A bank guarantee issued by a GCC 18.3 reputable bank located in the purchaser‟s country or abroad, acceptable to purchaser, in the format included in section 9 (Contract forms)

The performance security shall be issued by a reputable bank or financial institution selected by the bidder, which may include scheduled banks or nationalized banks. If the institution or bank issuing the performance security is located outside the purchaser‟s country, It shall have a correspondent financial institution located in the purchaser country to make it enforceable” GCC 18.4 Discharge of the Performance Security shall take place in accordance with GCC Sub- Clause 18.4

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 8-4 Section 8 - Special Conditions of Contract

GCC 23.2 The packing, marking, and documentation within and outside the packages shall be: Packing:

(1) The supplied Goods shall be packed by standard protective measures. Such packing shall be suitable for long distance transportation and well protected against rust and rough handling so as to ensure that the Goods will safely arrive at the designated site without any damage due to the above mentioned reasons, and

(2) In each package there shall be one copy each of the detailed packing list and the quality certificate.

Marking:

(1) The Supplier shall mark the following on the four adjacent sides of each package with indelible paint in conspicuous English printed words: A. CONSIGNEE: B. CONTRACT NO: C. SHIPPING MARK: D. CONSIGNEE CODE: E. DESTINATION: F. NAME OF GOODS AND ITEM NO., CASE NO. G. GROSS/NET WEIGHT (Kg) H. MEASUREMENT (LENGTH x WIDTH x HEIGHT IN CM)

(2) If any package weighs two (2) tons or more, the Supplier shall mark on two sides of each package in English and with appropriate transportation marks to show the "center of gravity" and "points of slinging" in order to facilitate loading, discharging and handling. According to the characteristics of the Goods and the different requirements in transportation, packages shall be marked legibly by the Supplier with words "Handle with Care", "Right Side Up" etc., and with other appropriate marks. GCC 24.1 The insurance coverage shall be in accordance with pursuant to GCC, Sub-Clause 24.1, the Supplier must insure the Goods in an amount equal to 110 percent of the price of the Goods from “Warehouse” to “Warehouse” on “All Risks” basis, including War Risks and Strikes.

GCC 25.1 Obligations for transportation of the Goods shall be in accordance with Incoterms 2010/ Schedule of supply, Section VI, of the Contract agreement.

GCC 26.2 Tests and Inspections specified in Section 6 (Schedule of Supply), shall be carried out at the following times or milestones, and places : Goods : Retro Reflective Signage Boards

Type of Test : Specified in “section 6 – schedule of supply” (Technical Specifications) Time or Milestone : Specified in “section 6 – schedule of supply” (Delivery and completion schedule) Place : Retro Reflective Signage Boards at 228 different tourist sites in all 32 district of Tamil Nadu GCC 27.1 The applicable rate for liquidated damages for delay shall be 0.5 % per week or part thereof.

The maximum amount of liquidated damages shall be 10% of the contract price.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 8 - Special Conditions of Contract 8-5

GCC 28.3 The period of validity of the Warranty shall be as per clause 6.9 of IRC 67-2012, both the screen printed area, cut-out sheeting and cut-out durable transparent overlay film shall be covered under the 10 years warranty issued by the sheeting manufacturer.

GCC 28.5 The Supplier shall correct any defects covered by the Warranty within 30 days of being notified by the Purchaser of the occurrence of such defects.

GCC30.1(b) The amount of aggregate liability shall be: 100 % of the Total Contract value

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 8-6 Section 8 - Special Conditions of Contract

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 9 - Contract Forms 9-1

Section 9 - Contract Forms

Table of Forms

Notification of Award ...... 9-3

Contract Agreement ...... 9-4

Performance Security ...... 9-5

Advance Payment Security ...... 9-6

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 9-2 Section 9 - Contract Forms

Intentionally left blank

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 9 - Contract Forms 9-3

Notification of Award

---- on letterhead of the purchaser ----

Letter of Acceptance

...... date......

To: ...... name and address of the supplier ......

Subject: ...... Notification of Award Contract No......

This is to notify you that your Bid dated . . . . date . . . . for execution of the ...... name of the contract and identification number, as given in the Bid Data Sheet ...... for the Accepted Contract Amount of the equivalent of ...... amount in words and figures and name of currency ...... , as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the Conditions of Contract, using for that purpose the Performance Security Form included in Section 9 (Contract Forms) of the Bidding Document.

Authorized Signature: ………………………………………………………………………………………..

Name and Title of Signatory: ……………………………………………………………………………..

Name of Agency: ………………………………………………………………………………………….

Attachment: Contract Agreement

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 9-4 Section 9 - Contract Forms

Contract Agreement

THIS AGREEMENT made on the [insert date] day of [insert month], [insert year], between [insert complete name of the Purchaser] of [insert complete address of the purchaser] (hereinafter “the Purchaser”), of the one part, and [insert complete name of the supplier] of [insert complete address of the supplier] (hereinafter “the Supplier”), of the other part:

WHEREAS the Purchaser invited Bids for certain Goods and Related Services, viz., [insert brief description of the goods and related services] and has accepted a Bid by the Supplier for the supply of those Goods and Related Services in the sum of [insert currency or currencies and amount of contract price in words and figures] (hereinafter “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Letter of Acceptance; (b) the Price Bid Submission Sheet and the Price Schedules submitted by the Supplier; (c) the Technical Bid Submission Sheet submitted by the Supplier; (d) the Special Conditions of Contract; (e) the List of Eligible Countries that was specified in Section 5 of the Bidding Document; (f) the General Conditions of Contract; (g) the Schedule of Supply; and (h) any other documents shall be added here.1

This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above.

3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this Agreement, the Supplier hereby covenants with the Purchaser to provide the Goods and Related Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Related Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of [indicated name of country] on the day, month and year indicated above.

Signed by [insert authorized signature for the purchaser] (for the Purchaser)

Signed by [insert authorized signature for the supplier] (for the Supplier)

1 Tables of Adjustment Data may be added if the contract provides for price adjustment (see GCC 15).

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope Section 9 - Contract Forms 9-5

Performance Security

1 Bank’s name, and address of issuing branch or office

Beneficiary: ...... insert name and address of the purchaser ......

Date: …………………………………….insert date (as day, month, and year) ……………………………………

Performance Guarantee No.: ......

We have been informed that . . . . . name of the supplier. . . . . (hereinafter called “the Supplier”) has entered into Contract No...... reference number of the contract. . . . . dated ...... with you, for the execution of ...... name of contract and brief description of goods and related services. . . . . (hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Supplier, we . . . . . name of the bank. . . . . hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ...... name of the currency and 2 amount in words . . . . . (. . . . . amount in figures. . . . . ) such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Supplier is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the . . . . . day of ...... , . . . . . ,3 and any demand for payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 , except that subparagraph (ii) of Sub-article 20(a) is hereby excluded. 4

...... Signature(s) and seal of bank (where appropriate)

-- Note to Bidder -- If the institution issuing the performance security is located outside the country of the purchaser, it shall have a correspondent financial institution located in the country of the purchaser to make it enforceable.

1 All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. 2 The guarantor shall insert an amount representing the percentage of the contract price specified in the contract and denominated either in the currency(ies) of the contract or a freely convertible currency acceptable to the purchaser. 3 Insert the date 28 days after the expected completion date. The purchaser should note that in the event of an extension of the time for completion of the contract, the purchaser would need to request an extension of this guarantee from the guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the purchaser might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Purchaser’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.” 4 Or the same or similar to this clause specified in the Uniform Rules for Demand Guarantees, ICC Publication No. 758 where applicable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope 9-6 Section 9 - Contract Forms

Advance Payment Security

[insert complete name and number of contract]

To: [insert complete name of the purchaser]

In accordance with the payment provision included in the Contract, in relation to advance payments, [insert complete name of the supplier] (hereinafter called “the Supplier”) shall deposit with the Purchaser a security consisting of [indicate type of security], to guarantee its proper and faithful performance of the obligations imposed by said Clause of the Contract, in the amount of [insert currency and amount of guarantee in words and figures].

We, the undersigned [insert complete name of the guarantor], legally domiciled in [insert full address of the guarantor] (hereinafter “the Guarantor”), as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligor and not as surety merely, the payment to the Purchaser on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [insert currency and amount of guarantee in words and figures].

This security shall remain valid and in full effect from the date of the advance payment being received by the Supplier under the Contract until [insert date (as day, month, and year)].

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458 [or ICC Publication No. 758 as applicable].

Name: [insert complete name of person signing the Security]

In the capacity of [insert legal capacity of person signing the Security]

Signed: [insert signature of person whose name and capacity are shown above]

Duly authorized to sign the security for and on behalf of [insert seal (where appropriate) and complete name of the guarantor]

Date: [insert date of signing]

-- Note to Bidder -- If the institution issuing the advance payment security is located outside the country of the purchaser, it shall have a correspondent financial institution located in the country of the purchaser to make it enforceable.

Bidding Document for Retro Reflective Signage Procurement of Goods Single-Stage: Two-Envelope