+ All Categories
Home > Documents > NATIONAL INFORMATICS CENTRE SERVICES … of VSATs which can operate on Gilat SkyEdge-II DVB-S2 ACM...

NATIONAL INFORMATICS CENTRE SERVICES … of VSATs which can operate on Gilat SkyEdge-II DVB-S2 ACM...

Date post: 15-Mar-2018
Category:
Upload: lynhi
View: 223 times
Download: 2 times
Share this document with a friend
49
[Type text] No. 10(10)/2016-NICSI NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI) (A Government of India Enterprise under NIC) Ministry of Electronics & Information Technology Hall No. 2&3, 6 th Floor, NBCC Tower, 15, BhikajiCama Place, New Delhi 110066. Tel 26105054, Fax - 26105212 TENDER NO. NICSI/DVB/2017/27 TENDER DOCUMENT FOR EMPANELMENT OF VENDORS FOR SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF DVB VSATs
Transcript

[Type text]

No. 10(10)/2016-NICSI

NATIONAL INFORMATICS CENTRE SERVICES INC. (NICSI)

(A Government of India Enterprise under NIC) Ministry of Electronics & Information Technology

Hall No. 2&3, 6th Floor, NBCC Tower, 15, BhikajiCama Place, New Delhi – 110066.

Tel – 26105054, Fax - 26105212

TENDER NO. NICSI/DVB/2017/27

TENDER DOCUMENT FOR EMPANELMENT OF VENDORS FOR

SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF DVB VSATs

Tender No. NICSI/DVB/2017## Page 1 of 49

Index

S.No Contents Page No

1 Objective / Scope 2

2 Availability of Tender 2

3 Important Dates 3

4 Eligibility Criteria 3

5 Terms & Conditions 5

5.1 Pre-bid Meeting 5

5.2 Bid Submission 5

5.3 Bid Opening 7

5.4 Evaluation of Bids 7

5.4.1 Technical Evaluation 7

5.4.2 Financial Evaluation 8

5.5 Empanelment of bidders 8

5.6 Security Deposit & Performance Bank Guarantee 9

5.7 Placement of Purchase Orders 10

5.8 Pre-delivery Inspection & Acceptance of items 11

5.9 Stock Entry & Billing to end User 12

5.10 Delivery Schedule & Penalty 12

5.11 Installation Schedule & Penalty 13

5.12 Payment 14

5.13 Warranty, maintenance & Penalty 16

5.14 Services to be provided 18

5.14.1 Training 18

5.14.2 Data Collection 18

5.14.3 Delivery of Items 18

5.14.4 Installations 18

5.14.5 Manpower Support 18

5.14.6 Maintenance service (AMC) of Existing DVB-S2 VSAT Hubs 18

5.15 Price Variation 18

5.16 Refund of EMD,Security Deposit & PBG 20

5.17 Indemnity 20

5.18 Force Majeure 20

5.19 Termination for Default 21

5.20 Arbitration 21

5.21 Applicable Law 22

5.22 Miscellaneous 22

6 Technical Requirements 23-24

Ann A Bidders Profile 25-26

Ann B Compliance Sheet 27

Ann C Manufacture Authorization Format 28

Ann D Security Deposit & PBG 29

Ann E Panel Formation 30

Ann F Delivery Challan 31

Ann G Installation Certificate 32

Ann H Site Not Ready (SNR) Certificate 33

Ann I Technical (IMT.01) 34-41

Ann J Statement of Deviations from Technical Specifications 42

Ann K Financial Bid KMF.01 (Annexure K) 43

Ann K Financial Bid KMF.02 (Annexure K) 44-48

Tender No. NICSI/DVB/2017## Page 2 of 49

No. 10(10)/2016-NICSI National Informatics Centre Services Inc.

(A Government of India Enterprises under NIC) TENDER DOCUMENT FOR EMPANELMENT OF VENDOR FOR SUPPLY, INSTALLATION,

COMMISSIONINGAND MAINTENANCE OF DVB VSATS 1. OBJECTIVE / SCOPE

NICSI is operating DVB-S2 ACM Technology VSAT HUBs based on Gilat SkyEdge-II and Hughes (HN NOC) technology, and providing VSAT connectivity to CSCs in North Eastern & other inaccessible areas of country, various Central/State Govt. Departments and NDRF Battalions under National Emergency Communication Plan of Ministry of Home Affairs. Many other Central/State Government departments, primarily those located ininaccessible areas such as North Eastern states, Jammu & Kashmir, Islands such as A&N, Lakshadweep etc are requesting NICSI/NIC to provide VSAT connectivity. The objective of this tender is to empanel vendors for supply, installation, commissioning and maintenance of DVB VSATs. Proposals valid for a period of 180 days from the date of opening are invited from the eligible vendors for:

Supply & Delivery of VSAT Terminals as per specifications mentioned in Annexure I (IMT.01) to the actual sites.

Installation and Commissioning of VSATs on Gilat/Hughes DVB S2 ACM HUB.

ON site comprehensive warranty maintenance of VSAT equipments for four years from the date of commissioning.

Collection of information / data and prepare documents of Remote VASTs on behalf of NICSI/user, submission of documents and coordination to obtain WPC/SACFA Licenses from DoT.

Acquiring security and any other regulatory clearances for importing the Remote VSAT equipments.

Maintenance of Gilat/Hughes DVB S2 ACM VSAT Hub.

Supply of manpower for Gilat/Hughes DVB S2 ACM VSAT Hub operation & maintenance.

NICSI would like to have a panel of two bidders (one for GilatSkyEdge-II and one for Hughes (HN NoC) DVB S-2 VSAT technology) to cater to NIC, NICSI’s users & its own requirements. The empanelment will be for an initial period of two (2) years which can be extended for another six (6) months with mutual consent. The empanelled vendors will supply VSATs and other related equipments which can operate on NICSI’s existing DVB-S2 ACM Technology VSAT HUBs, i.e.Gilat’sSkyEdge-II or Hughes (HN NoC) at the rates finalized through this tender during the period of empanelment/extended empanelment except for revision in rates as per provisions of Clause No.5.15 (Price Variation) of the tender. Rates of services such as manpower and Remote/Hub maintenance service would be valid for the periods as asked in the price bid KMF.02. Earnest Money Deposit amounting to Rs.5,00,000 (Rupees Five Lakhs) is to be submitted through demand draft.

2. AVAILABILITY OF TENDER

On-line bidding will be through NICSI E-Procurement System.

The tender document is available at NICSI e-procurement site http://eproc-nicsi.nic.in Prospective bidders desirous of participating in this tender may view and download the tender document free of cost from above mentioned website. However, bidders need to

Tender No. NICSI/DVB/2017## Page 3 of 49

submit the tender fee of Rs.500/- (Rupees Five Hundred only) through demand draft / pay order from a schedule commercial bank drawn in favour of ‘National Informatics Centre Services Incorporation, New Delhi’ along with the bid.

3. IMPORTANT DATES

Date of publication 01.03.2017 at NICSI e-procurement site http://eproc-nicsi.nic.in

Start of Sale of Tender Document:

01.03.2017

Seek clarification start date 02.03.2017

Seek Clarification end date 05.03.2017 till 6:00 PM

Pre-bid Meeting:

06.03.2017 at 1130Hrs at National Informatics Centre Services Inc., Hall No. 2 & 3, 6th Floor, 15 NBCC Tower, 15 BhikajiCama Place, New Delhi

Bid submission start date 07.03.2017 at 10:00 AM onwards

Bid submission end date: 21.03.2017 upto 15:00 Hrs

Opening of Tender Bids ( EMD, Eligibility &Technical):

22.03.2017 at 15:30 Hrs

4. ELIGBILITY CRITERIA 4.1 The bidder should be either the Original Equipment Manufacturers (OEM) or System

Integrator/Distributor of VSATs which can operate on Gilat SkyEdge-II DVB-S2 ACM Technology VSAT HUB or Hughes (HN NoC)DVB-S2 ACM Technology VSAT HUB.

It may be noted that one bidder can bid for only one technology, i.e. either for

Gilat’sSkyedge-II DVB S-2 with ACM VSAT Technology or Hughes (HN NoC) DVB S-2 with ACM Technology.

The bidder has to quote for all configurations of Annexure – I (IMT.01)

4.2 If the products quoted for Annexure –I (IMT.01)are of a foreign manufacturer, then the

bidder (if not OEM) should be an authorized distributor of the OEM for quoting their products in India and OEM should authorize vendor to quote their product in the present tender of NICSI. In that case, vendor should attach a letter of authorization from the original manufacturer for quoting on their behalf in the present NICSI tender as shown in Annexure - C.

4.3 The bidder (if not OEM) should have a back-to-back support agreement with OEM for

support of offered product. A letter from OEM/Principal Manufacturer also needs to be furnished along with the tender document ensuring the availability of service support for at least 7 years from the date of delivery of systems.

4.4 OEM / Bidder should be an ISO 9001:2008 or any other internationally acceptable quality

certificate holder. The bidder should enclose a copy of quality certificate from a recognized institution for their manufacturing / assembly / system integration/Service support facilities, located in INDIA or abroad. This certification should be from any globally recognized institution. It may be noted that the quality certificate enclosed should be valid on the date of submission of bids and bidder should be possesvalid quality certificate during the period of empanelment. Incase the quality certificate is under process of renewal, a copy of previous years (immediately preceeding year) quality certificate along with supporting document showing renewal process of quality certificate should be enclosed.

4.5 The bidder should have expertise and “hands-on” experience in India in the field of satellite

communication, including Wide Area Network design involving VSATs, system integration, supply, installation and commissioning, comprehensive maintenance etc. The bidder should have supplied and/or maintained at least 250 VSATs during in past two years (from the date of publication of tender). Requisite document to support this should be

Tender No. NICSI/DVB/2017## Page 4 of 49

furnished. The document should clearly show the number of terminals supplied and/or maintained along with date of supply/maintenance order/contract.

4.6 To confirm in Yes or No, whether it falls under the Micro, Small and Medium Enterprises

Development Act, 2006. If yes, a copy of the Registration Certificate must be provided to NICSI. Further, keep informed to NICSI whether there is any change of the status of the company

4.7 The bidder’s turnover in India should be Rs.10 Crores or more during each of the last 3

financial years (2013-14, 2014-15, 2015-16). Supporting documents needs to be submitted. 4.8 The bidder must have countrywide support in form of direct service centers or franchisees

in at least all five regions (North, South, East, West and Northeast). The bidders must provide the details as specified in Clause No.F of Annexure A for their infrastructure with reference to locations, technical manpower. Bidders should also indicate their business model for providing installation and warranty support for all the equipment. For the aforementioned, NICSI reserves the right to disqualify a bidder based on their past maintenance performance as experienced by NICSI, during the last five consecutive years. NICSI reserves the right to verify the coverage of tech-support base as indicated by bidder. In case of false or un-true claims found for any bidder, such bidder could be accordingly disqualified from further evaluation & processing of their bids for this tender.

4.9 The registration number of the firm along with the CST/VAT No. allotted by the sales tax

department, as well as PAN number of the firm allotted by the income tax department should be submitted, failing which bidder’s bid would become invalid & same shall be rejected.

4.10 Bidder shall enclose attested copies for substantiation of the following:

i) VAT / Sales Tax number ii) Service Tax number iii) Submission of IT returns for last 3financial year (2013-14, 2014-15, 2015-16) iv) Registration number of the company v) Copy of AOA/Partnership deed vi) PAN

4.11 A self-certificatestating that the bidder is not presently blacklisted and hasn’t been black

listed by any institution of the Central/State government in the past three years may be submitted.

4.12 The bidder should possess valid DPL (Dealers Possession License) required to sell/supply

VSAT equipments as on date of submission of bids as well as during the entire period of empanelment. Incase of the DPL under renewal, copy of previous years (immediately preceding year) DPL along with supporting document showing that DPL is under renewal process should be enclosed.

4.13 The Bidders are requested to furnish documents to establish their eligibility for each of the

above clauses. Relevant portions, in the documents submitted in pursuance of eligibility criterion mentioned above, should be highlighted. If tender were not accompanied by all the above documents mentioned, the same would be rejected. Undertaking for subsequent submission of any of the above document will not be entertained. However, NICSI reserves the right to seek fresh set of documents or seek clarifications on the already submitted documents. All documents should be submitted electronically in PDF format. However, Financial Bid should be submitted in XLS format.Upon verification, evaluation / assessment, if in case any information furnished by the Bidder is found to be false / incorrect, their bid shall be summarily rejected and no correspondence on the same shall be entertained.

4.14 THE BID SUBMITTED BY ANY BIDDER NOT FULFILLING THE ELIGIBILITY

CONDITIONS / CRITERIA STIPULTED ABOVE, WILL NOT BE CONSIDERED.

Tender No. NICSI/DVB/2017## Page 5 of 49

5. TERMS & CONDITIONS 5.1 Pre-Bid Meeting NICSI shall hold a pre bid meeting with the prospective bidders at 11:30 AM on

06.03.2017 in the NICSI conference hall. Queries received in writing, from the bidders, two days prior to the pre bid meeting shall be addressed. The queries can be sent to NICSI through email at [email protected] or faxed on 26105212.

5.2 Bid Submission 5.2.1 Bidders must obtain class 2 digital signature and register on http://eproc-nicsi.nic.in. The

documents will be digitally signed during bid uploading by the systems.Online bids (complete in all respect) must be uploaded on http://eproc-nicsi.nic.in latest by time and dates mention in Clause 3 : IMPORTANT DATES of Tender document.

5.2.2 The Online bids should be submitted as under:

EN-I Bank Draft(s) towards EMD and TENDER FEE in one cover sealed and superscripted “EMD and Tender Fee - NICSI tender for supply, installation, commissioning and maintenance of DVB VSATs which can operate on Gilat’s SkyEdge-II or Hughes (HN NOC) with DVB-S2 ACM Technology VSAT HUBs due on 21.03.2017 at 15:00 Hrs.” A letter specifying the draft details should be submitted physically at NICSI office Hall No. 2&3, 6th Floor, NBCC Tower,15, BhikajiCama Place, New Delhi – 110066. However, the scanned copy of Bank drafts must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in.

EN-2 The PDF file, containing the following information, should be titled as

“Eligibility Criteria - NICSI tender for supply, installation,commissioning and maintenanceof DVBVSATs which can operate on Gilat’sSkyEdge-II or Hughes (HN NOC) with DVB-S2 ACM TechnologyVSAT HUBs”

a. Bidder’s profile as per Annexure - A. b. Compliance sheet as per Annexure - B and the supporting

documents. c. All the documents asked for Eligibility Criteria.

EN-3 The PDF file, containing the following information, should be titled as

“Technical Bid - NICSI tender for supply, installation and commissioning of DVB VSATs which can operate on Gilat’sSkyEdge-II or Hughes (HN NOC) with DVB-S2 ACM TechnologyVSAT HUBs”

a. Compliance Statement as per Annexure I and the deviations if any as per

Annexure – J. b. Unpriced BoM as per format given at Annexure -I c. Technical literature about the equipment offered and comparative studies

available should be enclosed.

The PDF file not containing the above documents or containing the financial bid in explicit/implicit form will lead to rejection of the bid.

EN-4 The financial bid needs to be submitted in two parts. The XLS file titled as ‘G_T_V’ for “Financial Bid- NICSI tender for supply, installation and commissioning of DVB VSATs which can operate on Gilat’s SkyEdge-II or Hughes (HN NOC)

Tender No. NICSI/DVB/2017## Page 6 of 49

with DVB-S2 ACM technology VSAT HUBs” should be submitted as first part of financial bid and should contain Grand Total value as per KMF.01.

EN-5 Separate sealed envelope containing “Financial Bid 2nd Part as per KMF.02 super

scribed as “Financial Bid- NICSI tender for supply, installation and commissioning of DVB VSATs which can operate on Gilat’s SkyEdge-II or Hughes (HN NOC) with DVB-S2 ACM technology VSAT HUBs for KMF.02 should be submitted physically in NICSI with EN-1.

EMD envelope “EN-1” and 2nd part Financial Bid “EN-5” must be covered by another envelope super scribed as “EMD,Tender Fee and 2nd Part Financial Bid - NICSI tender for supply, installation and commissioning of DVB VSATs which can operate on Gilat’s SkyEdge-II or Hughes (HN NOC) with DVB-S2 ACM technology VSAT HUBs due on 21.03.2017 at 15:00Hrs” should be submitted physically at NICSI office,1st Floor, NBCC Tower,15, BhikajiCama Place, New Delhi – 110066

5.2.3 Earnest Money Deposit (EMD) of Rs. 5,00,000 (Rupees Five Lakh only) has to be

submitted through Demand Draft / Pay Order of any Scheduled Commercial Bank drawn in favour of National Informatics Centre Services Inc., New Delhi, physically before 1500 Hrs on 21.03.2017. Otherwise, bid will be rejected.However the scanned copy of Bank drafts must be uploaded (PDF format) electronically on http://eproc-nicsi.nic.in. No Bank Guarantee towards EMD will be acceptable. Refund of EMD and Security Deposit shall be as per Clause 5.6 & 5.16.

5.2.4 All the bids documents should be digitally signed by the authorized signatory. 5.2.5 All pages of the bid being submitted must be sequentially numbered by the bidder. 5.2.6 NICSI will not be responsible for any delay on the part of the vendor in obtaining the terms

and conditions of the tender notice or submission of the online bids. 5.2.7 The bids submitted by telex/ telegram/ fax/ E-mail / manually etc. shall not be considered.

No correspondence will be entertained on this matter. 5.2.8 The rates are to be quoted in strict compliance to the financial bid otherwise the

bid is liable to be rejected.

5.2.9 Percentage (%) of taxes etc. if any to be claimed shall be indicated in the Price bid, otherwise it will be presumed that rates are inclusive of all taxes and no plea would be accepted in this regard after opening of the tenders

5.2.10 The basic prices in Indian rupees should be quoted separately for each set of items given

in Annexure KMF.02 which shall be inclusive of warranty, accessories (Power Cables, patch cables etc), softwares (Driver Software, patch updates etc.) Documentations (Operating Manuals etc), all charges towards safe delivery (Packing, Forwarding, Freight,Insurance) of equipment at site(s) anywhere in India,and anyother charges (excluding installation charges) towards successful commissioning of VSATs.

5.2.11 The selected bidders shall be empanelled with NICSI for a period of 24 months, which

can be extended for a further period of 6 months through mutual consent. Rates quoted shall be valid for the period of empanelment and the extended period, unless revised as per the provisions of Clause No.5.15.

5.2.12 The rates are to be quoted by the bidders in Indian Currency and payment shall be made to successful bidders in Indian currency only.

5.2.13 The price shall be for delivery at desired destination anywhere in India including

comprehensive on-site warranty maintenance of four years from the date of commissioning.

Tender No. NICSI/DVB/2017## Page 7 of 49

5.2.14 The bidder & OEM should provide support for the supplied item, in case NICSI/NIC or its

users decide to go in for maintenanance (AMC) of the supplied VSATs/equipments for a further period upto 3 years at rates finalized through this tender.

5.2.15 Conditional tenders shall not be accepted on any ground and shall be rejected straightway. If any clarification is required, the same should be obtained before submission of the bids.

5.2.16 Bidder shall furnish a compliance statement (Point-wise) of specifications & features of

offered equipments with the Technical Bid. Deviations from technical specifications should be furnished as per Annexure-J. Deviation on lower side of specifications will not be considered. No deviations in terms & conditions of the tender document will be accepted in any case.

5.2.17 In case of imported items, it will be the complete responsibility of the vendor to arrange

import license and any other clearance/approval as may be required. 5.3 Bid Opening

5.3.1 Online bids (complete in all respect) received along with Demand Draft of tender fee &

EMD (Physically) will be opened as per time and dates mention in Clause 3 : IMPORTANT DATES of the Tender document in presence of bidders representative if available. Bid received without tender fee & EMD will be rejected straight way.

5.4 EVALUATION OF BIDS

5.4.1 Technical Evaluation 5.4.1.1 A duly constituted Technical Evaluation Committee (TEC) will first select Bidders on the

basis of eligibility criteria of this tender. The Bids conforming to the eligibility criterion will be considered for further evaluation.

5.4.1.2 Technical Evaluation Committee (TEC) will shortlist Technical Bids on the basis of

technical parameters and features offered. The short listed Bidders may be asked for a detailed technical presentation/discussion on the solution and products offered in the bid. Further, Technical Evaluation Committee (TEC) may ask the vendor to bring any selected items/sub items of their quoted products, as per specifications set out in the Annexure – I (IMT.01) for technical performance evaluation at NICSI or any other location decided by TEC in specified time limit. In case, bidder fails to bring their quoted products within the stipulated time, for whatever reasons, their bid will not be considered for further evaluation.

5.4.1.3 Compliance statement in the form of 'Complied' or 'Not Complied' shall be given against

each term and specification mentioned at annexure I (IMT.01) of the tender document.The compliance statement should contain the signature of the authorized person and the seal of the company. Any deviation should be mentioned / explained clearly in a separate sheet (as per annexure J) by the bidder. The compliance statements should be supported by authentic documentation.Deviations in lower side would not be accepted. Further, bidder need to furnish an Undertaking for the compliance of each and every terms and conditions of this tender along with tender document as mentioned at annexure B.

. 5.4.1.4 For Detailed Technical Presentations/Discussions & evaluation, bidders have to ensure

availability of appropriate specialist, along with required documentation for interacting with Technical Evaluation Committee. If the required specialist along with proper documentation is not made available by bidders, then such defaulting bidders shall be debarred from the tender evaluation process.

5.4.1.5 Bidders will be technically short listed based on the presentation/Technical discussions

and Demonstration/performance evaluation of the selected products. The names of

Tender No. NICSI/DVB/2017## Page 8 of 49

technically short listed vendors will be announced to only those bidders whose bids will qualify for opening the Financial/Commercial Bids.

5.4.1.6 No enquiry shall be made by the bidder(s) during the course of evaluation of the tender,

after opening of bid, till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of NICSI can make any enquiry/seek clarification from the bidders. In such a situation, the agency shall extend full co-operation. The bidders can also be asked to arrange demo of the offered systems, in a short period notice, as such the bidders have to be ready for the same.

The bidders in their own interest,are advised to ensure that the equipments quoted by them should confirm to all tendered technical parameters/specifications and are functional. Equipments quoted and not meeting complete tender specifications or lower in specification will not be considered for evaluation.

5.4.2 Financial Evaluation 5.4.2.1 The Financial Bids of only those Bidders short-listed from the Technical Bids by TEC will

be opened in the presence of their representatives on a specified date and time to be intimated to the respective Bidders by Tender Process Section of NICSI, and the same will be evaluated by a duly constituted Finance Evaluation Committee (FEC).

5.4.2.2 If NICSI considers necessary, Revised Financial Bids could be called for from the

Technically short-listed Bidders, before opening the original financial bidsf or recommending the final empanelment.

5.4.2.3 In the event of revised financial bids being called, the revised bids should NOT be higher

than the original bids, otherwise the bid shall be rejected and EMD forfeited. 5.4.2.4 There will be NO NEGOTIATION regarding the financial bid. 5.4.2.5 Lowest Quoting Bidder will be selected as per the “Annexure - E”. 5.4.2.6 The maximum period of matching rates will not be more than 7 days from the date of

issuance of offer letter from NICSI to the concerned bidder. 5.4.2.7 No enquiry shall be made by the bidder(s) during the course of evaluation of the tender,

after opening of bid, till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of NICSI can make any enquiry/seek clarification from the bidders, which the bidders must furnish within the stipulated time else bid of such defaulting bidders will be rejected.

5.4.2.8 The above process of financial evaluation and empanelment will be followed separately

for all the annexure(s).

5.5 EMPANELMENTOF BIDDERS 5.5.1 The empanelment under this tender, with all its terms and conditions, can be used by NIC

or any Central/State Government Departments also. 5.5.2 Keeping in view of the NICSI’s project commitments, NICSI reserves the right to evolve

a super-set of technically qualified accepted systems and subsystem, items of their brands and models for the entire range of systems covered by Annexure I (IMT01) of this tender.

5.5.3 The panel will be valid for a period of Twenty-Four (24) Months in the first instance from the date of empanelment. It may be extended for a further period of Six (6) Months (at NICSI’s Option and mutual agreement with vendor and depending upon the need for continuity of the hardware technology/architecture). However Rates of services such as

Tender No. NICSI/DVB/2017## Page 9 of 49

manpower and Remote/Hub maintenance service would be valid for the periods as asked in the price bid KMF.02.

5.5.4 All empanelled bidders shall have to provide acceptance to the empanelment offer issued by NICSI for honoring all tender conditions and adherence to all aspects of fair trade practices in executing the purchase orders placed by NICSI for its own use or on behalf of its clients, NIC or any other Govt. department using this empanelment.

5.5.5 In case any selected L1 bidder refuses to provide acceptance to the empanelment offer within seven days of communication from NICSI, the offer would be treated as withdrawn, the bidder’s EMD will be forfeited, and tender will be refloated.

5.5.6 In the event of an empanelled Company or the concerned division of the Company is taken over /bought over by another company, all the obligations and execution responsibilities under the agreement with the NICSI, should be passed on for compliance by the new company in the negotiation for their transfer.

5.5.7 If the name of the product is changed for describing substantially the same in a renamed form; then all techno-fiscal benefits agreed with respect to the original product, shall be passed on to NICSI/NIC/User department using this empanelment and the obligations with NICSI/NIC/user departments, taken by the Vendor with respect to the product with the old name shall be passed on along with the product so renamed.

5.5.8 During the empanelment period, in case of empanelled product becoming discontinued/end of life (EOL), the vendor shall proactively inform NICSI about the replacement product (with matching specifications) along with proper comparison and sample for evaluation. NICSI reserves the right to accept/reject the replacement product. In the event of acceptance of product, the same shall be supplied as replacement for all future orders and the same may be used to replace faulty ones during warranty & AMC period, without any additional cost to NICSI/NIC or user. incase of non availability of equivalent product, the vendor shall supply product with higher specification during the empanelment/extended empanelment for all future orders and the same may be used to replace faulty ones during warranty & AMC period, without any additional cost to NICSI/NIC or user.

5.5.9 In case of empanelled bidder is found in breach of any condition(s) of tender or supply order, at any stage during the course of supply / installation or warranty period, the legal action as per rules/laws, shall be initiated against the bidder and EMD/Security Deposits shall be forfeited, besides debarring and blacklisting the bidder concerned for at least three years, for further dealings with NICSI.

5.5.10 The vendor should not assign or sublet the empanelment or any part of it to any other agency in any form. Any such eventuality shall result in termination of empanelment and forfeiture of Security Deposit/EMD concerning such vendors / parties.

5.5.11 NICSI may, at any time, terminate the empanelment by giving written notice to the empanelled vendor without any compensation, if the empanelled vendor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to NICSI.

5.5.12 No deviations from these terms and conditions will be accepted; violation thereof will lead to rejection of the bid and forfeiture of EMD.

5.6 Security Deposit & Performance Bank Guarantee

5.6.1 The bidder, whose bid is accepted, shall within 30 days of the issuance of empanelment letter, submit the Security Deposite equivalent to the value of EMD in the form of an irrevocable and unconditional bank guarantee (BG) on a nationalized Indian bank drawn in the name of “National Informatics Centre Services Inc, Hall no. 2&3, 6th Floor, NBCC

Tender No. NICSI/DVB/2017## Page 10 of 49

Tower, 15 Bhikaji Cama Place, New Delhi 110066.” No interest will be payable for the BG. The Security Deposit shall be valid till 90 days after the end of the empanelment period.

5.6.2 If the successful bidder fails to submit the Security Deposit within 30 days from the date of issue of empanelment letter, the EMD amount shall be forfeited and tender will be refloated.

5.6.3 The Security Deposit amount shall be payable to NICSI in Indian Rupees without any condition whatsoever and shall be irrevocable.

5.6.4 The Security Deposit will be returned to the successful vendor at the end of the empanelment period without interest.

5.6.5 The Vendor shall also be required to submit Performance Bank Guarantee of amount equal to 10% of PO value in the form of a Bank Guarantee from a Nationalized/Scheduled Commercial Bank at the time of bill submission to NICSI or the PO placing department. PBG need to be submitted against each PO placed.

5.6.6 Performance Bank Guarantee should remain valid for a period of 51 months from the date of delivery of systems.

5.6.7 The vendor will have to renew Performance Bank Guarantee (PBG) for such further periods till satisfactory free warranty/AMC supporthas been provided by the Vendor for all the Systems supplied and installed, and thereafter the PBG shall be returned to the supplier without any interest. This PBG will be invoked in case of non-compliance of maintenance schedule during warranty/AMC period.

5.6.8 The Security Deposit & PBG are intended to secure the performance of the equipments. However, it is not to be considered as limiting the damages stipulated in any other Clause.

5.7 PLACING OF PURCHASE ORDERS 5.7.1 NICSI /NIC and other central / state government departments has the right for placement

of purchase orders from the empanelled vendors. It also has the right for placement of purchase orders in whole or in subset, in single or multiple, from the empanelled vendors as per the project requirements.

5.7.2 For procurement of goods, Purchase Order will be placed on the empanelled vendor in

hardcopy format or in softcopy mode either through e-mail containing the scanned copy of the Purchase Order or an alert through e-mail for downloading the Purchase Order from NICSI Purchase Section Web-site.

5.7.3 Objection, if any, to the Purchase Order must be reported to Purchase Section by the vendor within three (3) working days counted from the Date of Purchase Order for modifications, otherwise it is assumed that the vendor has accepted the Purchase Order in toto. This is applicable in case of electronic publishing/delivery of Purchase Order also.

5.7.4 On placement of Purchase Order, the vendor has to submit a Performance Bank Guarentee as mentioned in the “Annexure –D” for each purchase order. Performance Bank Guarentee shall be in the form of irrevocable and unconditional Bank Guarantee (BG) drawn in the name of National Informatics Centre Services Inc Hall No. 2&3, 6th Floor, NBCC Tower, 15 BhikajiCama Place, New Delhi – 110 066 or in the name of PO placing agency if other than NICSI.

5.7.5 On the receipt of the Purchase Orders, the Vendor(s) shall obtain all the necessary documents for the State Entry Permit in respective States wherever required by them, from NICSI/ or the concerned user departmentfor complete, safe and timely delivery of the ordered products.

5.7.6 The purchase orders shall be placed separately for hardware items and services.

Tender No. NICSI/DVB/2017## Page 11 of 49

5.8 PRE-DELIVERY INSPECTION AND ACCEPTANCE OF ITEMS 5.8.1 The systems must be offered in full as per ordered configuration for testing and

acceptance. 5.8.2 No item with short supply or with different technical specifications shall be accepted for

conduct of acceptance testing under any circumstances.

5.8.3 The acceptance tests will include the verification of specifications of ordered item, functional testing and reliability test. The items must give same performance results as shown during initial demonstration/evaluation tests.

5.8.4 The delivered items, in addition to meeting the performance results as per evaluation tests, should also contain the same subsystem (Brand/Manufacturer) as were given at the time of initial evaluation tests.

5.8.5 Failure to fulfill any of the above-mentioned conditions will entail cancellation of the Purchase Order along with forfeiture of the EMD/Security Deposit. The bidders must ensure before acceptance of purchase order that enough number of ordered items are available in stock to supply.

5.8.6 NICSI besides placing purchase order for equipments as per defined specifications in Annexure – I (IMT.01) may also place the purchase order as per project requirements by adding any of the items from Annexure – I (IMT.01) or by deleting some of the component from standard configuration. In both the scenario, the ordered equipment must be integrated as per given configuration in purchase order and shipped as single unit.

5.8.7 In case any of the empanelled items becomes obsolete/ goes of of production/attains end of life, the empanelled bidder(s) shall offer a new item/model of same make, with same or higher specifications to NICSI for evaluation with full configuration at least one month prior to the acceptance testing date. The vendor should provide detailed technical documents and technical manpower support so as to enable NICSI to carry out the evaluation process again on the new item. The decision arrived regarding acceptance by NICSI will be final and binding on the vendor.

5.8.8 Since technological trends in IT industry are changing very rapidly, NICSI will examine/re-assess the technical specifications of all empanelled equipments at an interval of three months from the date of empanelment and have consultation with all empanelled bidders for technological upgradation. If considered necessary the system configuration may be considered for upgraded on higher side after consultation with empanelled bidders. If majority of empanelled bidders agreed for upgradation and same is accepted by NICSI competent authority, the finalized upgradation will applicable for all empanelled bidders of that category. Besides this upgradation, NICSI will not entertain any request of empanelled bidder for any mid term upgradation.

5.8.9 The schedule for conduct of acceptance testing dates shall be provided to NICSI along with comprehensive material details by vendors within 30 working days from the date of purchase order, mentioned in the purchase order, so that all the related documentation work by NICSI could be completed and tested supplies are handed over to vendors for ensuring the delivery and installation within the stipulated time frame as per purchase order.

5.8.10 The testing of items must be generally completed as specified in the purchase order before the delivery date as per purchase order.

5.8.11 Normally, testing and acceptance of the systems will be done at the premises of the vendor or as decided mutually by NICSI/Vendor, where it will be tested as per ordered specifications.

Tender No. NICSI/DVB/2017## Page 12 of 49

5.8.12 NICSI reserves the right to reject any item, if found unsuitable and / or not conforming to the approved specifications. The rejected items, if any, shall have to be taken back and replaced by good items forthwith at the cost of the vendor. No payment will be made for rejected items.

5.8.13 The items which are accepted after testing should be sealed inside carton under the joint signatures of the representative(s) of NICSI and vendor's representative and then sent along with the packing list giving serial numbers and part numbers of all possible Items and copy of the acceptance test report to the specific location or Technical Store at NICSI HQ. The top cover of the carton must have a label carrying the complete NICSI Purchase Order Number, vendor’s bill number and Delivery location.

5.8.14 It shall be the exclusive responsibility of the Vendors supplying the Systems to provide appropriate device drivers and solutions for these systems for various software platforms etc.

5.9 STOCK ENTRY & BILLING TO END USER 5.9.1 For orders placed by NICSI, the empaneled bidders will have to raise their invoices from

New Delhi in the name of NICSI New Delhi, for all NICSI procurements.

5.9.2 After carrying out the Acceptance Testing, the vendor will have to submit its invoice/bill and the copy of the Acceptance test report/Certificate at NICSI Stores at New Delhi, so that NICSI can book the purchase and issue their Sale-Invoice in the name of user-department.

5.9.3 For all NICSI procurements under projects, after collecting the Sale-Invoice from NICSI,

the vendor has to ensure the safe and onward transportation of the items from NICSI store /Delhi to the end user location at their own responsibility and expenditure. The Supplier is responsible for safe and secure delivery and installation of these items at user location(s). By having an insurable interest in the consignment, the supplier must get it insured on the basis of purchase order issued by NICSI and settle the claim, if any, directly with insurer. NICSI may issue NOC in favor of supplier if needed for settling the claim.

5.9.4 For Procurement by NIC or other central/State Govt departments using this empanelment, the procedure of raising invoice, stock-entry would be as per concerned departments procedure.

5.10 DELIVERY SCHEDULE & PENALTY 5.10.1 All aspects of safe delivery shall be the exclusive responsibility of the Vendor. At the

destination Site, the cartons will be opened only in the presence of NICSI/User representative and Vendor's representative and the intact position of the Seal for not being tampered with, shall form the basis for certifying the receipt in good condition.

5.10.2 Delivery schedule as stipulated in the purchase order which shall not be more than Twelve

(12) weeks for mainland and fourteen (14) weeks for islands (Lakshadweep, A&N etc.) from the date of purchase order and the same shall be strictly adhered to.If the scheduled date of delivery falls on holiday / non working day (at the delivery location), the next working day shall be treated as due date of delivery.

5.10.3 If the delivery is complete within the prescribed delivery schedule in respect of minimum 75% locations of PO (if delivery is scheduled at multiple locations) or minimum 75% of order value (if delivery at single location), the penalty will be charged on the value of NOT delivered items @ 0.2% (point 2 percent) per day of delay, till complete delivery of items, subject to a maximum period of 30 days.

5.10.4 If within the prescribed delivery schedule, Delivery is NOT completein respect of minimum 75% locations of PO (if delivery is scheduled at multiple locations) or minimum 75% of order value (if delivery at single location), the penalty will be charged on the

Tender No. NICSI/DVB/2017## Page 13 of 49

total order value @ 0.2% (point 2 percent) per day of delay, till complete delivery of items, subject to a maximum period of 30 days.

5.10.5 If the delivery, of whole or in part, is delayed beyond 30 days from last date of delivery as given in the purchase order, NICSI will have option to cancel the purchase order to the extent of unfulfilled part of the purchase order. NICSI will be free to procure the remaining items from alternate sources at the cost and risk of the defaulting vendor, by forfeiting the EMD/Security Deposit of the Vendor. In addition, NICSI will impose a cancellation charge of 8.5% of the value of unsupplied items, which will be recovered from the pending bills or EMD/Security Deposit or by raising claims.

5.10.6 Proof of Delivery (Delivery Challan as per Annexure-F) duly signed by the user /NICSI Project Coordinator, with his name, date of delivery, designation and office seal, legibly recorded, should reach NICSI Head Quarters, New Delhi within four (4) weeks of the delivery except for delivery in North-eastern States including Sikkim, J&K, Lahaul-Spiti&Kinnaur in HP, Andaman Nicobar and Lakshadweep Islands locations. Delivery note of these locations should reach within six (6) weeks of delivery date.

5.10.7 On the receipt of the purchase orders, the vendors within Eight (8)Days shall initiate the process of obtaining all the necessary documents directly from the user for the State Entry Permit in respective States wherever required for complete and safe delivery of the ordered products. However, for cases where copy of invoice and GR (Goods Receipt) from the transporter is required for applying for road permit, the process should be so initiated by the vendor that the delivery schedule is met. Proof for the communication sent and duly receipted by the user and/or NICSI project coordinator with signature, name, designation, telephone number and preferably with office seal should be submitted to NICSI. If after such proper communication, there is any delay in delivery of equipments which may be attributable to non-receipt of State Entry Permit / Octroi / Way Bill shall qualify for extension of delivery period on pro-rata basis provided vendor submits documentary proof for doing so.

5.10.8 The vendor shall provide System manual and User manual (soft or hard copy) along with each item, irrespective of the fact that more then one item may be meant for any location. The maintenance manual should contain detailed sub- system specifications, functional description and layout diagrams of the remote VSAT and trouble shooting of the remote VSAT.

5.11 INSTALLATION SCHEDULE & PENALTY 5.11.1 On receipt of purchase order vendor is required to undertake a site survey of the

designated location where the VSAT is to be installed and advice the user regarding the pre-requisites such as platform specifications for antenna installation whether on ground / roof, clear line of site, electrical,E/N voltage and room temperature requirementetcfor site readiness of the VSAT installation. The vendor shall also collect information / data pertaining to WPC / SACFA to prepare the filing of application for the site clearance.

5.11.2 Installation should be completed within 30 days from the date of delivery. For ‘Site

Not Ready” (SNR) cases, installation is to be done within 30 days from the date of handing over of the site (for installation) through written communication (Email/letter) from the concerned user or NICSI project Coordinator, as the case may be. If the scheduled date installation falls on holiday / non working day (at the location), the next working day shall be treated as due date of installation. At the destination site, the Cartons will be opened only in the presence of user Official and Bidder’s representative and the intact position of the Seal for not being tampered with shall form the basis for certifying the receipt in good condition.

5.11.3 If the installation is complete within the prescribed installation schedule in respect of minimum 75% locations of PO, excluding SNR cases (if delivery & installation is scheduled at multiple locations) or minimum 75% of order value (if delivery & installation at single location subject to condition that these equipments are installed and operational

Tender No. NICSI/DVB/2017## Page 14 of 49

in desired role), the penalty will be charged on the value of NOT installed items @ 0.2% (point 2 percent) per day of delay, till complete installation of items, subject to a maximum period of 30 days.

5.11.4 If within the prescribed installation schedule, Installation is NOT complete in respect of minimum 75% locations of PO, excluding SNR cases, (if delivery & installation is scheduled at multiple locations) or minimum 75% of order value (if delivery & installation at single location), the penalty will be charged on the total order value @ 0.2% (point 2 percent) per day of delay, till complete installation of items, subject to a maximum period of 30 days.

5.11.5 For Site Not Ready (SNR) cases, vendor requires to submit SNR certificate as per Annexure - H signed by NICSI Coordinator of the project/ User Department. However, regarding readiness of site, the decision of the User Department/NICSI Project Coordinator will be final. No penalty will be imposed for SNR cases, however, vendor has to install the items within 30 days(as per Clause No. 5.11.2)of receipt of Site Ready notice from User/NICSI else it will attract penalty @ @ 0.2%(point 2 percent)of the value of the items (of that site), per day of delay, till complete installation of items, subject to a maximum period of 30 days.

5.11.6 If the installation, of whole or in part, is delayed beyond 30 days from last date of prescribed schedule of installation, NICSI holds the option to complete the installation work through alternate sources at the risk and cost of the defaulting vendor.

5.11.7 During installation at site if any item is found to be defective or broken, it will be replaced with new one by the Bidders at their own cost and risk within 30 days from the date on which the vendor has been informed of such damage.

5.11.8 A sticker mentioning the service support call centre number of the vendor should be pasted on each supplied item. An installation certificate as per format given in Annexure - G must be obtained from user or NICSI project coordinator as the case may be.

5.11.9 For any of the services other than installation, manpower and AMC services , mentioned in items 2.4 onwards in KMF.02 in Annexure K,the above clauses from 5.10.1 to 5.10.4 shall imply as applicable.

5.12 PAYMENT

5.12.1 Payment for VSATs/equipments procured/installed through this tender:

5.12.1.1 A pre-receipted bill, along with original excise duty gate pass (if applicable) and

acceptance certificate, shall be submitted (Three Copies) in the name of user, A/c-NICSI, New Delhi-110066 soon after the delivery of the items (not beyond three month of delivery date in any case) along with a copy of the duly receipt delivery challan,PBG and a copy of current DPL. If bills are not submitted within three months of last delivery date, it will be presumed that bidder does not have any claim for payment. The Bills/Invoice should be in the format and as per guidelines / instructions given in Rule 52-A, 57GG etc., of the Central Excise Rules, 1944 as amended from time to time for these items for which payment of Excise duty is applicable.

5.12.1.2 In case the submission of bills to NICSI, along with the necessary documents i.e.

POD’s/PBG’s etc., is delayed by the vendor beyond 30 days from the date of issue of bill or delivery of materials etc., whichever is earlier, the entire liability towards payment of interest/penalty to the tax authorities would be on the cost of respective vendors so that NICSI is not burdened unnecessarily with this amount. The entire amount will be deducted from the payment due, to respective vendor.

5.12.1.3 80% (Eighty percent) payment will be made on complete delivery of ordered

items at the designated sites and on the submission of proof of delivery and PBG as

Tender No. NICSI/DVB/2017## Page 15 of 49

mentioned in the Annexure D. Payment will be made after deducting penalty amount, if applicable. PBG will have to be renewed for such further periods till satisfactory free warranty support has been provided by the vendor for all the items supplied and installed, and there after the PBG will be returned to the vendor.

5.12.1.4 If bills, complete in all aspect are submitted with all relevant documents as defined above, NICSI / user will ensure that the payment are made to bidder within twenty one days from the date of bill submission.

5.12.1.5 Entry Tax, Octroi etc. if payable on ordered goods will be reimbursed by NICSI / user for which vendor has to submit all original documents along with the bills. Such claims shall neither be processed separately nor on any post-facto basis.

5.12.1.6 The balance 20% (Twenty percent) payment would be made after submission of installation note / certificate duly signed by user/NICSI Project Coordinator.

5.12.1.7 If installation is completed within the stipulated period i.e.30 days from the date of delivery, the vendor must submit one bill for 100% payment rather than submitting two bills (one bill for delivery and one for installation).

5.12.1.8 In case there is delay i.e. more than eight (8) weeks, in site readiness, vendor may claim balance 20% payment on submission of BG equal to 20% of purchase order value valid for period of six month. However if NICSI receive any complaint from user that supplied systems/items were not installed within 30 days of site readiness notice, the bidder will be penalized for late installation.

5.12.1.9 Payments shall be subject to deductions of any amount for which the empanelled vendor is liable under the empanelment. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source) as per the Income-Tax Act, 1961 and any other taxes.

5.12.2 Payment for services (Manpower & AMC):

5.12.2.1 Payment for manpower services provided would be made monthly basis after the completion of month.Vendor needs to submit monthly performance report duly certified by the NICSI/user along with the bill.

5.12.2.2 Payment towards VSAT Hub AMC would be made quarterly basis, after providing satisfactory service for the quarter. Vendor need to submit quarterly performance report duly certified by the NICSI/user along with the bill. Vendor need to submit copy of PM (to be done once in six month) certificate duly certified by NICSI/user along with bill.

5.12.2.3 Payment for post warranty AMC of VSAT system would be made quarterly basis, after providing satisfactory service for the quarter. Vendor need to submit quarterly performance report duly certified by the NICSI/user along with the bill. Vendor need to submit copy of PM (to be done once a year) certificate duly certified by NICSI/user along with bill.

5.12.2.4 Payment would be made after deduction statutory taxes(if any) and penalty due to deficiency in service (if any).

5.12.3 All payments will be made through RTGS only.

5.13 WARRANTY, MAINTENANCE & PENALTY 5.13.1 Warranty & AMC of VSATs/ equipment product procured/supplied through this

tender:

5.13.1.1 The supplied products shall be under four years of comprehenshive ON-SITE Warranty.

Tender No. NICSI/DVB/2017## Page 16 of 49

5.13.1.2 The comprehensive on-site warranty services to be provided for a period of

Four years shall be taken into account for different orders of VSAT and equipments, from the date of its successful commissioning and acceptance by NICSI/user. To clarify further, if in a single order multiple VSAT sites are ordered, warranty start date would be the date of successful commissioning of last site. However, incase of orders where one or more sites could not be installed within the stipulated time frame due to “site not ready” then the date of warranty would start from the date of commissioning of last site , excluding the SNR site(s). Warranty for SNR sites would also start from Warranty start date of that Purchase order. In cases where all sites are SNR sites, warranty would start from date of last delivery in that order.

5.13.1.3 If any trouble or defect originating with the design, materials, workmanship or operating characteristic of any materials arise any time prior tofour Years from the date of installation/commissioning, the vendor at his own expense and at no cost to NICSI/NIC/User shall make such alterations, repairs and replacements at site as may be necessary for the functioning of the equipment in accordance with the specifications.

5.13.1.4 NICSI/user may at its option remove such defective material at the vendor's expense, if the vendor does not act reasonably after being informed.

5.13.1.5 Penalty during Warranty period: If a remote VSAT is down beyond 72 hours (excluding Sundays and National Holidays) after the problem was reported formally through email or logged with helpdesk with a call ticket number, penalty at the rate of 1 (one) percent of the total price of the VSAT per day per affected location will be recovered / deducted from the vendor out of the withheld amount towards warranty maintenance or from the PBG/security deposits or by raising bills for the entire period for which VSAT was down. In case a remote VSAT is down for more than three weeks from the date after the problem was reported formally through e-mail or logged with the helpdesk with a call ticket number, then the penalty at the rate of 2 (two) percent of the total price of the VSAT per day per affected location will be recovered / deducted from vendor out of the withheld amount towards warranty maintenance or from security deposit or by raising bills. Maximum amount of penalty for a VSAT would not exceed the amount of PO value of the VSAT

5.13.1.6 In case of equipment being faulty due to site related issues like poor Earthing and electricity condition, physical damage to the equipment due to mishandling or natural calamity and in case of theft etc. vendor will not be liable to replace or repair the damaged equipment and user will have to bear the approved cost of replacement thereof. The extent of damage to the equipment will be evaluated by vendor in their lab and lab report will be given in writing declaring the equipment faulty and beyond repair within 3 weeks of taking the damaged equipment from the location / user as the case may be. In case of physical damage visible to naked eye, equipment being beyond repair will be admissible on approval of user and a pre designated nodal officer. In case the damaged equipment is declared to be repairable by the lab report, vendor will have to provide the replacement of damaged equipment in working condition to the location / user as the case may be within one week of submission of lab report.

5.13.1.7 Vendor will also provide a status report every six months through email to NICSI/ NIC /user about the support related complaints logged by different users. The above report should be duly authenticated by respective state / project coordinator.

5.13.1.8 Vendor will ensure that there is no cross-pol / co-pol interference from the VSAT at the time installation / commissioning. Vendor will send engineer to rectify the cross pol / co pol interference from the VSAT any time during the warranty period at no cost to NICSI / user.

5.13.1.9 After the expiry of warranty period of four years NICSI/NIC may enter into an AMC with the vendor at the AMC rates finalized in this tender.

Tender No. NICSI/DVB/2017## Page 17 of 49

5.13.1.10 Penalty during AMC period: If a remote VSAT is down beyond 72 hours (excluding Sundays and National Holidays) after the problem was reported formally through email or logged with helpdesk with a call ticket number, penalty at the rate of 1 (one) percent of the total AMC price of the VSAT per day per affected location will be recovered / deducted from the vendor out of the withheld amount towards AMC maintenance or from the PBG/security deposits or by raising bills for the entire period for which VSAT was down. In case a remote VSAT is down for more than three weeks from the date after the problem was reported formally through e-mail or logged with the helpdesk with a call ticket number, then the penalty at the rate of 2 (two) percent of the total AMC price of the VSAT per day per affected location will be recovered / deducted from vendor out of the withheld amount towards AMC maintenance or from security deposit or by raising bills.Maximum amount of penalty for a VSAT, per annum, would not exceed the amount of AMC value of the VSAT.

5.13.1.11 The vendor would carry-out preventive maintainance (PM) of Remote VSAT systems at least once a year during the AMC period. The vendor may carryout PM while attending service call.

5.13.1.12 All other terms and conditions of warranty would be applicable during the AMC period.

5.13.2 Maintenance (AMC) of existing DVB –S2 VSAT Hub:

5.13.2.1 The vendor shall provide maintenance service (AMC) of all hardware & software of existing Gilat’s SkyEdge – II DVB-S2 with ACM VSAT Hub or Hughes (HN NoC) with DVB-S2 ACM VSAT HUB. These VSAT Hubs are in fully redundant configuration and are presently in operational state. Desirous bidders may visit NICSI VSAT Hub location at Delhi with prior appointment to check the Hardware & Softwares installed. List of equipments for these VSAT Hubs (separately for Gilat’s Sky edge and Hughes DVB S2) which shall be covered under maintenance is given at Annexure –I.

5.13.2.2 The vendor needs to carryout Preventive Maintenance (PM) VSAT Hub once every six month .

5.13.2.3 Penalty during maintenance period:In case of failure of any equipment (hardware/software) which does not result in service disruption, it shall be repaired / replaced immediately, but not later than 24 hours beyond which vendor shall pay penalty of Rs. 5,000/- per day to NICSI/PO placing agency, counted form the time of reporting the fault . Maximum amount of penalty per annum would not exceed the Value of AMC payable.

5.13.2.4 In case of failure of any equipment (hardware/software) resulting in service disruption, vendor shall try to rectify the fault immediately and start the service as soon as possible but not later than 6 hours beyond which bidder shall pay penalty of Rs. 50,000/- per day to NICSI/PO placing agency, counted form the time of reporting the fault. In any case if the services are not made operational within 7 days from the time of reporting of fault, the Performance Bank Guarantee (PBG) provided by the bidder in respect of the purchase order shall be invoked.

5.14 SERVICES TO BE PROVIDED 5.14.1 Training:-The vendor has to provide basic training on operation and basic

troubleshooting of VSATs to the VSAT end-user at the time of installation of equipment. 5.14.2 Data Collection:- 5.14.2.1 The Vendor on behalf of NICSI shall collect information / data and prepare documents

for the remote VSATs for obtaining WPC / SACFA Clearances, submit at DoT/regulatory agencies for getting required licenses / regulatory clearances from DoT / WPC / SACFA. The above work involves online filing of application, physical

Tender No. NICSI/DVB/2017## Page 18 of 49

submission of hard copies, follow up with concerned agencies and any other work necessary for obtaining the clearances.

5.14.2.2 To meet regulatory requirements, the vendor shall provide all such documents to

NICSI at no extra cost, as asked by regulatory authority (such as underataking towards security of equipments supplied, equipment details etc) or required by NIC/user to prepare documents for regulatory authority (such as spec sheet for Link budget calculation) as and when required.

5.14.3 Delivery of Items:- 5.14.3.1 At the destination site, the cartons will be opened only in the presence of end user and

vendor’s representative. Upon delivery of the equipment, vendor should obtain signed proof of delivery from the end user. The same shall be submitted along with the bills by the vendor for payment.

5.14.4 Installations:- 5.14.4.1 A sticker mentioning the Service Support Call Centre Number of the vendor should be

pasted on each system. 5.14.4.2 Upon satisfactory installation of the equipment, vendor should obtain signed installation

certificate from the end user. The same shall be submitted along with the bills by the vendor for payment.

5.14.4.3 For Site Not Ready (SNR) cases, vendor is required to submit a certificate to NICSI

Hqrs., duly signed by the end user. No penalty will be levied for SNR cases, however vendor has to install the items within 30 days of receipt of site ready notice from user / NICSI else it will attract penalty as per Clause No.5.11.

5.14.5 Manpower Service:- 5.14.5.1 Vendor shall provide qualified and experiened engineer as mentioned at annexure –I,

Technical. 5.14.5.2 Rates for providing manpower support are to be quoted separately under relevant item

at KMF.02

5.14.6 Maintenance service (AMC) of Existing DVB-S2 VSAT Hubs:The vendor shall provide maintenance service (AMC) of all hardware & software of existing Gilat’s SkyEdge – II DVB-S2 with ACM VSAT Hub or Hughes (HN NoC) with DVB-S2 ACM VSAT HUB as per details mentioned in Annexure –I and clause 5.13.

5.15 PRICE VARIATION

5.15.1 During the validity of the empanelment including the extended period, if any, if the vendor quotes, sells or exhibits written intention to sell any empanelled item of the same or equivalent configuration to any other Department/ Organization at a price lower than the price fixed for NICSI under same terms and conditions as defined in this tender, the vendor shall voluntarily pass on the price difference to NICSI. The effective date will be date of selling / intent to sell at lower rate.

5.15.2 In the event of lowering of government levies subsequent to the finalization of the panel, the bidder shall automatically pass on the benefits to NICSI, and in the event of increasing of government levies subsequent to the finalization of the panel; NICSI shall consider the case on merit and the pro-rata benefits to the vendor may be considered if full reference with documentary evidence is submitted.

5.15.3 During the validity of the empanelment including the extended period, if any, in case NICSI notices that the market rates have come down from the time the rates were finalized

Tender No. NICSI/DVB/2017## Page 19 of 49

or selection of new system configuration based on market trends or for the reasons of technological changes, NICSI may ask the technically qualified bidders to re-quote the prices and the vendor(s) will be selected on the basis of financial evaluation procedure given earlier. All those technically qualified bidders, whose EMD have been returned by NICSI during/after the evaluation of the tender, will have to submit the EMD of the same amount along with the revised price quotations. The time gap between such re-quotes will be minimum 3 months except in case of the Union Budget.

5.15.4 Exchange Rate Fluctuation: Bidder will submit the foreign exchange rate (USD) applicable on tender submission date, as given on the RBI website. The foreign exchange rate published at RBI site on the last day of bid submission (closing rate) will be recorded as the reference rate, and during the validity of the panel, in case there is an increase or decrease of 10% (Ten percent) or more in the US Dollar ($) Price than the US Dollar ($) price taken as reference, then NICSI/ empanelled vendor shall automatically pass on the pro-rata benefits to the empanelled vendor/NICSI. If the fluctuation is downwards, NICSI tender division will automatically initiate the process for reducing the rate.

5.15.5 The following method shall be adopted for Exchange Rate Variation Calculation B1 = Base Rate, as per RBI website as of last date of bid submission B2 = Current Rate, as of date when calculation of payment to be processed. FC = Foreign Currency Component (in %) L1 = Empanelment Rate before Exchange Rate Variation, ERV = {[(B2 – B1)/B1] x FC% x L1} For example:

Foreign Exchange of INR 60/$ is assessed from RBI website (closing rate) duringfinancial evaluation and is finalized as Base Rate.

During issuance of PO, it is assessed that foreign exchange rate is INR 66/$ (i.e. +10%).

Base rate “B1” will now shift from INR 60/$ to INR 66/$ for all calculation purposes

Note: Base Rate “B1” changes as-and-when a variation of ±10% is assessed during issuance of PO or as indicated by the rate revision committee.

5.15.6 For subsequent revisions, the rate revision committee will record the foreign exchange

rate applicable on the finalization date. In such cases, NICSI will take decision of giving complete / partial benefit of the variation by examining other existing similar government empanelment and prevalent market rates. Decision of NICSI in this regard will be final and no representation of any kind will be entertained.

5.15.7 The time gap between any rate revisions will be minimum 3 months except in case of the Union Budget

Tender No. NICSI/DVB/2017## Page 20 of 49

5.16 REFUND OF EMD, SECURITY DEPOSIT & PBG 5.16.1 In the case of those bidders who fail to qualify the eligibility criteria, the Earnest Money

Deposit (EMD) will be refunded without any interest accrued immediately thereafter. 5.16.2 In the case of those bidders whose technical bids do not qualify, the EMD will be refunded

without any interest accrued within one month of the acceptance of TEC’s recommendations.

5.16.3 In the case of those bidders whose technical bids have qualified but are not empanelled, the EMD will be refunded without any interest accrued within one month of the acceptance of FEC’s recommendations.

5.16.4 Bidders whose bids were accepted and empanelled, the EMD will be refunded without any interest accrued after the submission of Security Deposit towards emapnelment as mentioned at clause 5.6.

5.16.5 The Security Deposit will be returned to the successful vendor at the end of the empanelment period without interest.

5.16.6 On completion of the warranty/AMC period of ordered items, the Performance Bank Guaranteewithout any interest accrued shall be released after ascertaining that satisfactory support that has been provided during the warranty/AMC period. In case, it is found that appropriate satisfactory support has not been provided by the Bidder, NICSI will ensure that the prescribed penalty for the default in service has been realized or shall be recovered from the Bidder out of already due payments.

5.17 INDEMNITY 5.17.1 The selected vendor shall indemnify the NICSI/User departments against all third party

claims of infringement of patent, trademark/copyright or industrial design rights arising from the use of the supplied items and related services or any part thereof. NICSI/User department stand indemnified from any claims that the vendor’s manpower may opt to have towards the discharge of their duties in the fulfillment of the purchase orders. NICSI/User department also stand indemnified from any compensation arising out of accidental loss of life or injury sustained by the vendor’s manpower while discharging their duty towards fulfillment of the purchase orders.

5.18 FORCE MAJEURE 5.18.1 If at any time, during the continuance of the empanelment, the performance in whole or

in part by either party of any obligation under the empanelment is prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events")etc, provided notice of happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by party seeking concession to the other as soon as practicable, but within 21 days from the date of occurrence and termination thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to terminate the empanelment, nor shall either party have any claim for damages against the other in respect of such nonperformance or delay in performance, and deliveries under the empanelment shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the purchaser as to whether the deliveries have so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any obligation under the empanelment is prevented or delayed by reason of any such event for a period exceeding 60 days, the purchaser may at his option, terminate the empanelment.

5.19 TERMINATION FOR DEFAULT

Tender No. NICSI/DVB/2017## Page 21 of 49

5.19.1 Default is said to have occurred 5.19.1.1 If the vendor fails to deliver any or all of the services within the time period(s) specified

in the purchase order or any extension thereof granted by NICSI. 5.19.1.2 If the vendor fails to perform any other obligation(s) under the empanelment 5.19.2 If the vendor, in either of the above circumstances, does not take remedial steps within a

period of 30 days after receipt of the default notice from NICSI (or takes longer period in-spite of what NICSI may authorize in writing), NICSI may terminate the empanelment / purchase order in whole or in part. In addition to above, NICSI may at its discretion also take the following actions:

5.19.3 NICSI may procure, upon such terms and in such manner, as it deems appropriate, goods

similar to the undelivered items/products and the defaulting vendor shall be liable to compensate NICSI for any extra expenditure involved towards goods and services to complete the scope of work in totality or 10% of the total value of purchase order as cancellation charges whichever is higher.

5.19.4 NICSI may at any time terminate the purchase order / empanelment by giving one month written notice to the Vendor, without any compensation to the Vendor, if the Vendor becomes bankrupt or otherwise insolvent

5.20 ARBITRATION 5.20.1 In case any dispute or difference arises out of or in connection with or the carrying out of

works (whether during the progress of the works or after their completion & whether before or after the termination, abandonments or breach of contact) except as any of the accepted matters, provided hereunder, the parties hereto, shall first endeavor to settle such disputes of differences amicably.

5.20.2 If both the parties fail to reach such amicable settlement, then either party (The Purchaser

or Contractor) may (within 30 days of such failure) give a written notice to the other party requiring that all matter in dispute or difference be arbitrated upon. Such written notice shall specify the matters which are in difference or differences of which such written notice has been given and no other shall be reoffered to the arbitration of a single arbitrator, to be appointed by both the parties or in case of disagreement as to the appointment of a single arbitrator, to that of two arbitrators, one to be appointed by each party or incase of said arbitrators not agreeing then, to the umpire to be appointed by the arbitrators in writing before entering upon the references. Provisions of Indian Arbitration & Conciliations Act, 1996 or any statutory modification or re-enactment thereof and rules framed there under from time to time shall apply to such arbitration.

5.20.3 Venue of arbitration shall be New Delhi.

5.20.4 The arbitrators or arbitrators appointed under this Article shall have the power to extend the time to make the award with the consent of parties.

5.20.5 Pending reference to arbitration, the parties shall make all endeavors to complete the work in all respect. Disputes, if any, will finally be settled in the arbitration.

5.20.6 Upon every or any such references to the arbitration, as provided herein the cost of and incidental to the reference and Award respectively shall at the discretion of the arbitrator, or the umpire, as case may be.

5.20.7 The award of arbitrator or arbitrators, as the case may be, Shall be final and binding on the parties. It is agreed that the Contractor shall not delay the carrying out of the works by reason of any such matter, question or dispute being referred to arbitration, but shall proceed with the works with all due diligence. The Purchaser and the Contractor hereby

Tender No. NICSI/DVB/2017## Page 22 of 49

also agree that arbitration under this clause shall be the condition precedent to any right of action under the contract except for as provided for in the Tender.

5.21 APPLICABLE LAW 5.21.1 The vendor shall be governed by the laws and procedures established by Govt. of India,

within the framework of applicable legislation and enactment made from time to time concerning such commercial dealings/processing.

5.21.2 All disputes in this connection shall be settled in Delhi jurisdiction only.

5.21.3 NICSI reserves the right to cancel this tender or modify the requirement without assigning

any reasons. NICSI will not be under obligation to give clarifications for doing the aforementioned.

5.21.4 NICSI reserves the right that the work can be allocated to any of the empanelled vendors.

5.21.5 NICSI also reserves the right to modify/relax any of the terms & conditions of the tender.

5.21.6 NICSI, without assigning any further reason can reject any tender(s), in which any prescribed condition(s) is/are found incomplete in any respect.

5.21.7 NICSI also reserves the right to award works/supply order on quality/technical basis, which depends on quality/capability of the system and infrastructure of the firm. Bidder(s) are, therefore, directed to submit the tender carefully along with complete technical features of the products/systems as well as other documents required to access the capability of the firm.

5.21.8 All procedure for the purchase of stores laid down in GFR and DFPR shall be adhered-to strictly by the NICSI and subordinates and Bidders are bound to respect the same.

5.22 MISCELLANEOUS 5.22.1 The empanelment under this tender is not assignable by the selected vendor. The

selected vendor shall not assign its contractual authority to any other third party. As a matter of policy and practice and on the basis of Notification published in Gazette of India dated 14th March, 1998, it is clarified that services and supplies of the vendor selected through this tender can be availed by both National Informatics Center [NIC] and National Informatics Center Services Incorporated [NICSI], as the case may be depending on the project, and the selected vendor shall be obliged to render services / supplies to both or any of these organizations as per the indent placed by the respective organization. In other words, the selection procedure adopted in this tender remains applicable for NIC as well, and in the event of rendering services / supplies to NIC, the selected vendor shall discharge all its obligations under this tender vis-à-vis NIC. Any default or breach in discharging obligations under this tender by the selected vendor while rendering services / supplies to NIC, shall invite all or any actions / sanctions, as the case may be, including forfeiture of EMD, security deposit, invocation of performance guarantee stipulated in this tender document

5.22.2 The decision of NICSI arrived at as above will be final and no representation of any kind

will be entertained on the above. Any attempt by any Bidder to bring pressure of any kind, may disqualify the Bidder for the present tender and the Bidder may also be liable to be debarred from bidding for NICSI tenders in future for a period of at least three years.

5.22.3 Any conditions mentioned in their tender bids by the bidders which are not in conformity to the conditions set forth in the tender will not be accepted by NICSI. All the terms and conditions for the supply, testing and acceptance, payment terms penalty etc. will be as those mentioned herein and no change in the terms and conditions set by the bidders will be acceptable. Alterations, if any, in the tender bid should be attested properly by the bidders, failing which the bid will be rejected.

Tender No. NICSI/DVB/2017## Page 23 of 49

5.22.4 NICSI may use this tender for executing any projects anywhere in India during the validity

of this tender.

5.22.5 All terms and conditions governing prices and supply given above, as applicable to NICSI, will be made equally applicable to NIC.

5.22.6 NICSI reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon Project priorities vis-à-vis urgent commitments. NICSI also reserves the right to accept /reject any bid, to cancel / abort tender process and / or reject all bids at any time prior to award of empanelment, without thereby incurring any liability to the affected agencies on the grounds of such action taken by the NICSI.

5.22.7 Any default by the bidders in respect of tender terms & conditions will lead to rejection of the bid & forfeiture of EMD/Security Deposit.

6 TECHNICAL REQUIREMENTS 6.1 Types of Equipment/Sub-Systems:

a) Remote VSAT System and its components

Detailed specifications of DVB S2 remote VSATs, other equipments and service requirement are given in Annexure- I(IMT.01)

6.1.1 Performance: 6.1.1.1 Mean Time To Repair (MTTR):Maximum of 72 hours from the time of reporting of fault at

remote VSATs. 6.1.1.2 In case of non-compliance of MTTR as above, penalty will be applicable.

6.1.2 Quality 6.1.2.1 The design and selection of equipment shall be consistent with the requirements of long

term trouble free operation with highest degree of reliability and maintainability. 6.1.2.2 All equipment shall be constructed to operate safely without undue heating, vibration,

wear, corrosion, electromagnetic interference or similar problems.

6.1.2.3 The system shall be designed for continuous operation (24 hours x 365 days basis). The design life of the equipment shall be a minimum of 7 years. This life shall be achievable through normal and regular maintenance and without major dismantling or overhauling. All types of spares and spare modules shall be made available during lifetime of the equipment for maintenance, repair and up keep of the equipment.

6.1.2.4 To ensure high reliability, the equipment offered shall be of field proven design and using dependable components. The vendor shall indicate the MTBF and MTTR value for various equipments along with overall system reliability and availability figures.

6.1.2.5 Safety and protection of personnel during normal operation and maintenance or during malfunctioning of any equipment shall be provided as integrated feature of design, manufacture and installation. Adequate protection shall be included for ensuring safety of personnel from any possible hazards, including EMI radiation, high voltages etc. The vendor shall furnish the details of EMI and safety standards met by their equipment and safety features built in.

6.1.2.6 The equipment shall be constructed on a modular basis throughout, using plug-in type components to the maximum practical extent. Parts subject to failure, wear, corrosion or

Tender No. NICSI/DVB/2017## Page 24 of 49

other deterioration or requiring occasional inspection, adjustment or replacement shall be made accessible and capable of convenient removal.

6.1.2.7 The equipment shall operate without any deviation in quality or degradation of system performance over the following environmental conditions:

i. Protection against = Rain, Dust, Corrosion, possible Hazards including EMI.

ii. Operating Temp. = ‘0’ degree to 45 degree C for Indoor equipment (-)3 degree C to 50 degree C for outdoor equipment

6.1.2.8 Relative Humidity = 90% at 40 degree C. 6.1.2.9 The antenna FEED should be adequately protected keeping in view the weather

conditions in the whole of country.

6.1.2.10 The ON Site warranty maintenance & AMC covers keeping the VSAT with optimum level for the CW signal, co polarization and cross polarization value.

6.1.2.11 Monitoring and control of remote VSATs shall be provided from the Hub station for

network operation and system management. 6.1.2.12 All equipment supplied under this contract shall be in accordance with latest applicable

recommendations, regulations and standards of CCITT, CCIR, IEC, IEEE, IS and CISPR standards. For parameters not covered under the above codes, internationally acceptable standards shall be accepted. The vendor shall furnish complete list of all standards and codes, under which his equipment is designed, manufactured and assembled along with his bid.

6.1.2.13 The bidders shall submit the technical literature and international comparative ratings for each quoted product.

(Authorized Signatory) NICSI (Tender Division)

Tender No. NICSI/DVB/2017## Page 25 of 49

Annexure - A

BIDDER’S PROFILE

a) Name of the Vendor:

b) Incorporated as _______________ in year ____________________ at ____________

(State Sole Proprietor, Partnership, Private Limited or Limited Firm)

c) Whether any Legal/Arbitration proceedings have been instituted against the Vendor or the Vendor has lodged any claim in connection with works carried out by them. If yes, please give details.

d) Vendor profile:

i) Full Address : ii) Yearwhen set up : iii) Whetherthe companyfallsunder

Small, Micro, Medium Entreprises development Act 2006 (Yes/No)? :

iv) If Yes copy of Registration provided ? Yes/No : v) Name of the top executivewithdesignation: vi) TelephoneNumber(s) : Mobile : vii) Email address : viii) Service Tax No : ix) Sales Tax/VAT No : x) CST No : xi) PAN No : xii) Valid Quality Certificate from OEM / Bidder: (Attach photocopy). xiii) Turnover from sales

Financial Year Turnover from sales (in Rupees)

2013-14

2014-15

2015-16

e) EMD details

Particulars Amount

(Rs.) Draft No.

Date Bank Branch

Tender fee 500

EMD for Annexure - IMT.01 5,00,000

Tender No. NICSI/DVB/2017## Page 26 of 49

f) Service centres:The following information for service centers as per Eligibility Clause No.4.8 may be given.

Sl.

no.

Region

State Name

Contact Details such as

Names, phones, e-

mails, website etc.

Own/Franchisee

Support Centers

(Mention Name)

Manpower

1 North

2 South

3 East

4 West

5 North-East

Note :- After empanelment bidder must provide updated service centers list to purchase section, whenever there is any addition/deletion/change of service centers.

Authorized Signatory Name:

Date: SEAL Place:

Tender No. NICSI/DVB/2017## Page 27 of 49

Annexure - B

COMPLIANCE SHEET Name of the Bidder:

Sl. No. Tender No. Page No. of the Tender Bid

1 OEM or system integrator/distributor of quoted item (MAF as per format at Annexure C)

Yes/No

2 OEM / Bidders valid QualityCertificate ( ISO 9001:2008 or any other Internationally accepted)

Yes/No

3 Copies of Balance sheet 2013-14, 2014-15, 2015-16 showing Sales Turnover

Yes/No

4 List of Service Centres/authorized service centers

Yes/No

5 Copies of Sales Tax / VAT / Service Tax / PAN Yes/No

6 Articles of Association etc. Yes/No

7 Not Black listed (Self Certificate) Yes/No

8 EMD details, Tender Fee Yes/No

9 Certificate of support for 7 years (MAF as per Annexure C)

Yes/No

10 Supporting Document towards clause 4.5 on supply/maintenance of 250 VSATs

Yes/No

11 Undertaking for the compliance of each and every terms and conditions of this tender

Yes/No

Authorized Signatory Name:

SEAL

Date: Place:

Tender No. NICSI/DVB/2017## Page 28 of 49

Annexure – C

MANUFACTURER AUTHORIZATION FORMAT

Ref : Date :

To, Deputy Manager, Tender Process Section, National Informatics Centre Services Inc., NBCC Tower, 15 6th Floor, Hall No. 2 & 3, BhikajiCama Place New Delhi-110066

Sub : Manufacturer Authorization for Tender No __________________________.

Sir,

We, <OEM/ Manufacturer name>having our registered office at<OEM/ Manufacturer address>, are an established and reputed manufacturer of VSAT equipments.

We confirm that <Bidder Name> having its registered office at <Bidder Address> is our authorized partner for our VSAT equipments. We authorize them to quote for our VSAT equipment in the above-mentioned tender.

Our full support is extended to them in all respects for the supply and maintenance of our products during warranty period of four years. We also ensure to provide required spares and service support for the supplied equipments for a period of 3 years after expiry of warranty, if NICSI/NIC wish to enter into an AMC with the supplier at the AMC rates finalized in this tender.

In case of product becoming discontinued/end of life (EOL), we shall proactively inform NICSI through our empanelled Indian partner about the replacement product (with matching specifications) along with proper comparison and sample for evaluation without any additional cost to NICSI/NIC or user. We also undertake that incase of non availability of equivalent product, we shall supply product with higher specification during the empanelment/extended empanelment without any additional cost to NICSI/NIC.

Thanking You For <OEM/ Manufacturer name> <(Authorized Signatory)> Name : Designation :

Tender No. NICSI/DVB/2017## Page 29 of 49

Annexure – D

SECURITY DEPOSIT & PERFORMANNCE BANK GUARANTEE

1. Security deposit: (to be submitted at the time of Empanelment)

S No Item Value

1 Validity from date of empanelment

27 months

2 Instrument One single Deposit in the form of Bank Guarantee

3 Amount Equal to EMD amount

2. Performance Bank Guarantee: (against PO, to be submitted at the time of Bill Submission)

SN Item Value

1 Validity 51 Months from date of delivery

2 Instrument One single Deposit in the form of Bank Guarantee

3 Amount

Yearly Amount (in % of PO value)

1st 10%

2nd 10%

3rd 10%

4th 10%

Tender No. NICSI/DVB/2017## Page 30 of 49

Annexure – E PANEL FORMATION

A

Selection Criteria for deciding L1 Vendor and lowest unit rate for each item

The lowest quoting vendor (L1) will be determined as mentioned below:

1) First KMF.01 will be opened for all the technically qualified bidders on a specified date

2) L1, L2, L3, L4…… bidders will be decided on the Gross Total Value (GTV) of this i.e.,KMF.01

3) After the L1 vendor is decided on the Gross Total Value (GTV), KMF.02 submitted by L1 Vendor will be opened for deciding the lowest individual unit rates for all the items of this tender.

4) In case L1 bidder has failed to quote for all the items in KMF.02 his bid will be rejected, his EMD will be forfeited, and the tender re-floated.

5) In the event of any mismatch in the GTV value mentioned at KMF.01 and total of KMF.02 of the L1 Vendor, the following criteria will be adopted to remove the discrepancy between these two values:

a) When Grand Total Value given in KMF.01 is greater than the Grand Total Value given in KMF.02:

The value given in Annexure KMF.02 will be taken as the value for KMF.01.

b) When Grand Total Value given in KMF.01 is less than the Grand Total Value given in KMF.02

The value given in KMF.02 will be replaced with the value given in KMF.01 and the item wise value for each item in KMF.02 will be reduced on Pro-Rata basis and consequently unit values will be worked out.

6) If L1 bidder fails to accept the individual unit rates rationalized as per the above procedure, his bid will be treated as cancelled and EMD of such defaulting bidder will be forfeited and tender would be re-floated.

7) Thus the L1 vendor and the lowest unit rates (for individual items/services) shall be decided as per the procedure mentioned above.

B Panel Formation Procedure

A panel of two vendors (one from each technology) will be formed. L1 bidder as selected above would be empanelled for the technology for which the bid was submitted. Vendor for other technology would be selected by giving successive opportunity to bidders of other technology in the sequence (lowest bidder first) to match the lowest unit rates finalized as above. If none of the bidders of the other technology agree to match the L1 rates, there shall be only one vendor on panel.

Tender No. NICSI/DVB/2017## Page 31 of 49

Annexure - F

DELIVERY CHALLAN

1 Vendor Name

2 Project No.

3 Purchase order No. & date

4 Invoice No. with date

5 Equipment Name & Description

6 Equipment serial nos.

7 Date of delivery

8 Certificate Equipment (as per ordered configuration) has been received in complete.

9 Any other Remarks

Name of user / NIC Project Coordinator / NICSI Project in charge: ____________________________________________________________ Designation :__________________________________________________ Department : __________________________________________________ Signature:____________________________________________________ (with official seal) Date:________________________________________________________

Tender No. NICSI/DVB/2017## Page 32 of 49

Annexure - G

INSTALLATION CERTIFICATE

1 Vendor Name

2 Project No.

3 Purchase order No. & date

4 Invoice No. with date

5 Equipment Name & Description

6 Equipment serial nos.

7 Date of delivery

8 Date of intimation of call for installation / site readiness information (in case of SNR)

9 Installation Date

10 VSAT ID

11 Name of the Location , District and Address and phone number

12 Height of the antenna from Ground level ( In meters) and Size of the Antenna and RFT power value

/ /

13 Location Latitude and Longitude and AMSL( Height above Mean Sea Level in meters)

/ /

14 Name of the Nearest Airport and Distance of the Airport from the installation site in KMs

/

15

Cross pol / Co pol interference checked (Y/N) and HUB sign off taken from HUB engineer (mention the name)

16 Certificate Equipment (as per ordered configuration) has been installed & Commissionedsuccessfully

17 Any other Remarks

Field Engineer User Name: __________________________ ____________________________

Designation: __________________________ ____________________________ Company / Department __________________________ ____________________________ Signature: __________________________ ____________________________ (with official seal) Date: _______________________________

Tender No. NICSI/DVB/2017## Page 33 of 49

Annexure - H

SITE NOT READY (SNR) CERTIFICATE

SITE NOT READY (SNR) CERTIFICATE

1 Name of State

2. Location / Place

3. Purchase Order No. and Date

4. Project No.

5. Name of the Equipment

6. Name of Vendor

7. Date of Delivery

8. Date of 1st Visit

9. Site Not Ready, Reason

10. Tentative Date of Site being Ready for Installation

11. Contact detail of vendor for getting equipment installed, if site get ready

12. Certificate There is no delay on the part of vendor in getting the equipment installed.

Name : ___________________________________

Signature : ________________________________

(With official Seal) Designation : ______________________________

Department : _______________________________

Date: ____________________________________

Tender No. NICSI/DVB/2017## Page 34 of 49

Annexure – I IMT.01

Technical requirements and compliance

(It may be noted that one bidder can bid for only one technology, i.e. either for Gilat’sSkyedge-II DVB S-2 with ACM Technology or Hughes (HN NoC) DVB S-2 with ACM Technology.)

1. Remote VSAT System:

S.No.

Specification Complied/

not Complied

A REMOTE VSATs

a) Remote VSATs would be installed anywhere in India as per NICSI/NIC/User department requirement and would comprise of following sub-systems namely Antenna, ODU (LNB,RFT/BUC, OMT), IFL cable and IDU.

b) The antenna shall be manually operated. However, it should be provided with suitable steer ability arrangement (both for Azimuth and Elevation).

c) Depending on site conditions, antenna shall be installed on the rooftop or on the ground. Flat roof / Platform will be provided to the vendor for carrying out the installation wherever is available.

A1. Antenna:

a) The Antenna to meet Government of India regulatory (TEC/DOT/ISRO/NOCC) standard

b) Antennas to be of Non-Penetrating base mount. Required concrete block to provide stability should also be provided by the vendor.

c) Antenna should have suitable mounting,OMT and feed to support 2watt and 4 watt BUC.

d) Diameter : 1.2m/1.8m /2.4 m

e) Gain : For 1.2 Meter : 43.0 dBi (TX), 41.0 dBi (RX) For 1.8 Meter: 46.0 dBi (TX), 44.0 dBi (RX) For 2.4 Meter: 49.0 dBi (TX), 47.0 (dBi) (RX)

f) Steerability : 10 - 80 deg. Elevation : 0 - 360 deg. Azimuth

g) Tracking : Manual

h) Polarization : Linear orthogonal

i) Operating Frequency : Ku band

A.2. LNB

a) Frequency Band : Ku Band, 10.95 – 11.70 GHZ

b) Noise Temp. : <100 deg K

c) Gain : 50-dB min

A.3 RFT/BUC

a) Frequency of operation : Ku Band

b) TX Frequency : 14.0 -14.5 GHz

c) Gain: for 2watt : 53 dB , for 4watt : 55 dB

d) Power Output: 2watt 4 watt The RFT/BUC as mentioned above is to be operated either through power supply from VSAT Modem(IDU) or external power supply.Incase of external power supply requirement to BUC, necessary power adapter /power cable etc., is to be supplied to operate on standard Indian power supply.

e) Spurious Emissions : As per ITU or Indian Regulatory standards

A.4 IDU (DVB-S2) :

a) IDU should be compatible to work with Gilat’s SkyEdge- II DVB S-2 ACM VSAT Hub or Hughes (HN NOC) with DVB-S2 ACM Technology.

b) IDU should have enough visual indicators for easy diagnostics

Tender No. NICSI/DVB/2017## Page 35 of 49

c) Input/Output Frequency : Ku Band, to match that of supplied LNB and ODU

d) IF Input Level : -60 to -30 dBm

e) Modulation : As per VSAT Hub mentioned above

f) Outbound data rate : Variable datarate as per VSAT Hub outbound

g) FEC rates : As per VSAT Hub

h) Coding : As per VSAT Hub

i) Inbound data rate : Variable datarate from 256Kbps or lower to 2Mbps or higher

j) Transmit Access- Mechanism : MF-TDMA or equivalent access mechanism as supported by VSAT Hub

k) Input Data Port: atleast one Ethernet 10 /100 (RJ 45) port

l) Data Transport Protocol : TCP/IP Family

A.5 IFL Cable : A pair of Good quality low loss IFL cable suitable for VSAT operation , of length upto 70 meter

2. Manpower For VSAT Hub Operation and Maintenance:

S.No.

Specification Complied/

not Complied

a) Level-1 (L-1) engineer for VSAT Hub operation & maintenance: I. Vendor shall provide technically qualified& experienced (BE/B.Tech with 1 year

experience or Diploma with 3 yrs. experience)Level -1 (L-1), resident engineer of capable of basic operation and maintenance of Gilat’s SkyEdge - II or Hughes (HN NoC) with DVB-S2 ACM Technology VSAT network.

II. The Engineer so hired would be performing duty as per NIC/NICSI working hours (9 am to 5:30 PM on week days ) or 42 working hours per week, based on requirement and number of engineer hired.

III. Engineer to be posted at VSAT HUB Location. IV. A brief description of engineers work profile is mentioned at point c)

below.

b) Engineers for round the clock VSAT Hub operation & maintenance: I. Vendor shall provide one number of Level 2 (L-2) engineer and atleast four (4)

number of L-1 engineers for round the clock VSAT Hub operation & maintenance. II. The L-2 engineer shall be technically qualified & experienced (B.E./B.Tech with

minimum 3 years’ experience) on VSAT Hub operation/maintenance/configuration and (L-1) engineers qualification and experience as metioed above at point a).

III. The L-2 engineer would be performing duty as per NIC/NICSI working hours (9 am to 5:30 PM on week days ) or 42 working hours per week and L-1 engineers would come on shifts to provide round the clock (24X7, 365 days) operation & maintenance support.

IV. A brief description of engineers work profile is mentioned at point c) below.

c) The engineers activities will include operation and maintenance of VSAT Network including site creation/deletion, Bandwidth/Frequency allocation to sites, QoS implementation, all necessary support to establish Voice/Video calls, Data circuits etc. , carrying out necessary changes in Network as required by NICSI/NIC from time to time, taking regular back up of all equipments, maintaining records of user details, interaction with field engineers for smooth installation, checking co-pole and x-pole signal of remote VSATs, interaction with users for trouble shooting, rectification of down VSATs, generation of various utilization/management reports on daily/weekly/Monthly basis, call logging and status updation on NICSI/NIC’s complaint database/centralized call center, etc.

Service guarantee with respect to manpower provisioning: I. Level-1 (L-1) engineer for VSAT Hub operation & maintenance:

Tender No. NICSI/DVB/2017## Page 36 of 49

a. The vendor shall ensure availabity of engineer at the VSAT Hub location or any place as desired by NICSI/NIC from the date for the entire duration, as mentioned in the PO.

b. Vendor shall ensure to provide replacement engineer in case the L-1 engineer proceed on leave or remain absent from the duty.

c. In case the vendor fails to provide replacement engineer within two working day, penalty at the rate of 2000 rupees per day, from the time of reporting till replacement engineer is placed.

II. Engineers for round the clock VSAT Hub operation & maintenance: a. The vendor shall ensure availabity of engineers at the VSAT Hub

location or any place as desired by NICSI/NIC, from the date for the entire period, as mentioned in the PO.

d. Vendor shall ensure to provide replacement engineer in case the L-2 engineer proceed on leave or remain absent from the duty.

e. In case the vendor fails to provide replacement L-2 engineer within two working day, vendor shall liable to pay penalty at the rate of 3000 rupees per day, from the time of reporting till replacement engineer is placed.

b. The vendor shall ensure that under no circumstances the VSAT Hub is left unmanned. In case the VSAT hub is left unmanned and the same is intimated to vendor, the vendor would immediately arrange to provide replacement engineer. However, if the hub is left unmanned after 8 hours from the time of reporting to vendor, the vendor shall be iable to pay penalty at a rate of 1000 rupees per hour from the period of reporting of absence till replacement engineer is placed.

3. Maintenance of DVB S-2 VSAT HUB

S.No.

Specification Complied/

not Complied

a) Maintenance of all hardware & software ofexisting Gilat’s SkyEdge – II DVB-S2 with ACM VSAT Hub or Hughes (HN NoC) with DVB-S2 ACM VSATHUB.

b) These VSAT Hubs are in fully redundant configuration and are presently in operational state. Desirous bidders may visit NICSI VSAT Hub location at Delhi with prior appointment to check the Hardware & Softwares installed.

c) List of equipments for these VSAT Hubs which will be covered under maintenance is given below at 3.1 for Gilat’s Sky edge-II DVB-S2 VSAT Hub and & 3.2 for Hughes DVB S2 Vsat Hub.The Bidder is to quote price for maintenance of only one VSAT Hub, of same technology as that of remote VSAT quoted.

d) Service guarantee during maintenance period: 1. In case of failure of any equipment (hardware/software) which does not result in service disruption, it shall be repaired / replaced immediately, but not later than 24 hours beyond which vendor shall pay penalty of Rs. 5,000/- per day to NICSI/PO placing agency, counted form the time of reporting the fault.Maximum amount of penalty per annum shall not exceed the value of AMC payable.

2. In case of failure of any equipment (hardware/software) resulting in service disruption, vendor shall try to rectify the fault immediately and start the service as soon as possible but not later than 6 hours beyond which bidder shall pay penalty of Rs. 50,000/- per day to NICSI/PO placing agency, counted form the time of reporting the fault. In any case if the services are not made operational within 7 days from the time of reporting of fault, the

Tender No. NICSI/DVB/2017## Page 37 of 49

Performance Bank Guarantee (PBG) provided by the bidder in respect of the purchase order shall be invoked.

3.1 List of equipment of Gilat SkyEdge-II DVB-S2 ACM technology VSATHub

Tender No. NICSI/DVB/2017## Page 38 of 49

Tender No. NICSI/DVB/2017## Page 39 of 49

3.2 List of equipment of Hughes(Hn NoC) DVB-S2 ACM technology VSATHub

Tender No. NICSI/DVB/2017## Page 40 of 49

Tender No. NICSI/DVB/2017## Page 41 of 49

UNPRICED BOM

(It may be noted that one bidder can bid for only one technology, i.e. either for Gilat’sSkyedge-II DVB S-2 with ACM VSAT Technology or Hughes (HN NoC) DVB S-2 with ACM Technology.)

VSAT Technology for which bid is submitted:

Sl.No Item Make Model Quantity

1.1 1.2m Ku-Band Antenna (excluding feedhorn)

1.2 1.8m Ku-Band Antenna (excluding feedhorn)

1.3 2.4m Ku-Band Antenna (excluding feedhorn)

1.4 Feedhorn (for 1.2m/1.8 m antenna) with clamps

1.5 Feedhorn (for 2.4 m antenna) with clamps

1.6 2W ODU complete set ( RFT/BUC,LNB,OMT)

1.7 4W ODU complete set ( RFT/BUC,LNB,OMT)

1.8 IDU (DVB S-2)

1.9 Pair of IFL Cable up to 70 mtr with F type connectors for the cable pair.

1.10 Antenna base and Supporting rods, Az& El rods (1.2m/1.8m), ODU mounting brackets along with necessary nuts and bolts

Tender No. NICSI/DVB/2017## Page 42 of 49

Annexure - J

STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS

Equipment offered:-Make:______________ Model: __________________________

LINE ITEM

DESCRIPTION OF ITEM

SPECIFICATION WHERE DEVIATING

DEVIATION IN THE OFFER

BRIEF REASON FOR THE

DEVIATION

Note:Deviations on the lower side of technical specs will not be accepted

Signature of the Bidder Name Date Place

Company Seal

Tender No. NICSI/DVB/2017## Page 43 of 49

Annexure – K

KMF.01 Financial Bid for Submission for GROSS TOTAL VALUE of KMF.02

Prices should be quoted in Indian Rupees and indicated both in figures and words. Figures in words will prevail in the event of any mismatch

Grand Total Value (GTV ) ( i.e. Value of Cell (3,8) of KMF.02 (in Rs.)

( Rupees ____________________________________________________________

) in words

Note: Please ensure that the Grand Total Value given in KMF.01 must match the Grand Total Value given in KMF.02 Date: Authorized Signatory Place: Name:

SEAL

Tender No. NICSI/DVB/2017## Page 44 of 49

Annexure - K (Contd.) KMF.02

Financial Bid for Remote VSAT& servicesas per Technical Specifications Given in IMT.01 of Annexure-I Prices in Financial Bid should be quoted in the following format as per specifications in respective Annexure(s). Prices should be quoted in Indian Rupees and indicated both in figures and words. Figures in words will prevail. Name of the Bidder: Specify Make: Model: (USD ($) rates will be referred from RBI WEB sitehttp://rbi.org.in/scripts/ReferenceRateArchive.aspx) Rate of USD used Rs. ______________ as on __________________.

S.No

Item description – having technical specifications as

indicated in Annexure-I

Basic (Unit) Price * in Rs.

(Please indicate custom

duties as percentage

of basic price in

brackets)

Excise Duty, if

applicable

Sales / VAT /

Service Tax as

applicable(indicat

e % in bracket)

Total Unit cost in Rs.

Quantity

Total Cost in Rs.

Percentage of Dollar

($) Compon

ent of Col (3)

Nature of Service

1 2 3 4 5 6=3+4+5 7 8=6x7 9 10

1 VSAT with ON SITE comprehensive maintenance warranty of four years

1.1

1.2m Ku-Band Antenna (excluding feedhorn)

Rs …… Rs …… Rs …… Rs …… 100 Rs ……

Delivery and 4 Year ON SITE comprehensive maintenance from the date of commissioning / acceptance

1.2

1.8m Ku-Band Antenna (excluding feedhorn)

Rs …… Rs …… Rs …… Rs …… 100 Rs ……

1.3

2.4m Ku-Band Antenna (excluding feedhorn)

Rs …… Rs …… Rs …… Rs …… 50 Rs ……

1.4

Feedhorn (for 1.2m/1.8 m antenna) with clamps

Rs …… Rs …… Rs …… Rs …… 200 Rs ……

1.5 Feedhorn (for 2.4m antenna) with clamps

Rs …… Rs …… Rs …… Rs …… 50 Rs ……

1.6 2W ODU complete set ( RFT/BUC,LNB,OMT)

Rs …… Rs …… Rs …… Rs …… 200 Rs ……

1.7 4W ODU complete set ( RFT/BUC,LNB,OMT)

Rs …… Rs …… Rs …… Rs …… 50 Rs ……

1.8 IDU(DVB S-2) Rs …… Rs …… Rs …… Rs …… 250 Rs ……

1.9 Pair of IFL Cable up to 70 mtr with F type connectors

Rs …… Rs …… Rs …… Rs …… 250 Rs ……

Tender No. NICSI/DVB/2017## Page 45 of 49

1.10

Antenna base and Supporting rods, Az& El rods (1.2m/1.8m), ODU mounting brackets along with necessary nuts and bolts

Rs …… Rs …… Rs …… Rs …… 10 Rs ……

2 Services

2.1

Installation & Commissioning complete VSAT system with 1.2m / 1.8m antenna or only antenna

Rs …… Rs …… Rs …… Rs …… 200 Rs ……

Servicesrequir

ed

2.2

Installation & Commissioning complete VSAT system with 2.4m antenna or only antenna

Rs …… Rs …… Rs …… Rs …… 50 Rs ……

2.3

Installation and commissioning of single or multiple items which are out of warranty at user location for items mentioned in 1.4 to 1.10

Rs …… Rs …… Rs …… Rs …… 50 Rs ……

2.4 Conduiting of pair of IFL cable upto 70 Meter

Rs …… Rs …… Rs …… Rs …… 250 Rs ……

2.5 Earthing at remote location (E/N < 2 Volts)

Rs …… Rs …… Rs …… Rs …… 250 Rs ……

2.6 Manpower- Level 1 (L-1) engineer (One No) for VSAT Hub operation & Maintenance (during working hours i.e.

9am to 5.30 pm on week days or 42 working hours per week) at VSAT HUB Location

2.6.1

L-1 engineer for VSAT Hub operation & maintenance 1st year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12(m

onths) Rs ……

2.6.2

L-1 engineer for VSAT Hub operation & maintenance 2nd year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

month Rs ……

2.6.3

L-1 engineer for VSAT Hub operation & maintenance 3rd year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(mont

hs) Rs ……

2.6.4

L-1 engineer for VSAT Hub operation & maintenance 4th year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(mont

hs) Rs ……

Tender No. NICSI/DVB/2017## Page 46 of 49

2.7 Manpower : Engineers for round the clock VSAT Hub operation & maintenance (One no of Level 2 (L- 2) engineer during working hours and atleast 4 number of L-1 Engineers for round the clock VSAT Hub operation at VSAT HUB Location)

2.7.1

Engineers for round the clock VSAT Hub operation & maintenance, 1st year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(months)

Rs ……

2.7.2

Engineers for round the clock VSAT Hub operation & maintenance, 2nd year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(months)

Rs ……

2.7.3

Engineers for round the clock VSAT Hub operation & maintenance, 3rd year (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(months)

Rs ……

2.7.4

Engineers for round the clock VSAT Hub operation & maintenance, 4thyear (from date of empanelment), per month

Rs …… Rs …… Rs …… Rs …… 12

(months)

Rs ……

2.8 AMC of DVB S-2 VSAT Hub (Gilat’s SkyEdge- II DVB S-2 ACM VSAT Hub or Hughes (HN NoC) DVB-S2 ACM VSAT Hub)

2.8.1

AMC of DVB S-2 VSAT Hub, 1st year (from date of

empanelment), Per annum

Rs …… Rs …… Rs …… Rs …… 1 Rs ……

2.8.2

AMC of DVB S-2 VSAT Hub, 2nd year, (from date of

empanelment) Per annum

Rs …… Rs …… Rs …… Rs …… 1 Rs ……

2.8.3

AMC of DVB S-2 VSAT Hub, 3rd year, (from date of

empanelment) Per annum

Rs …… Rs …… Rs …… Rs …… 1 Rs ……

2.8.4

AMC of DVB S-2 VSAT Hub, 4th year, (from date of

empanelment) Per annum

Rs …… Rs …… Rs …… Rs …… 1 Rs ……

2.9 AMC of Remote VSAT ( complete VSAT system including Antenna,ODU,IDU,IFL Cable etc. belonging to Gilat’s SkyEdge- II DVB S-2 ACM VSAT Technology or Hughes (HN NoC) DVB-S2 ACM VSAT Technology)

Tender No. NICSI/DVB/2017## Page 47 of 49

2.9.1

AMC of Remote VSAT, 1st year (from date of expiry

of warranty ), Per annum

Rs …… Rs …… Rs …… Rs …… 1 Rs ……

2.9.2

AMC of Remote VSAT, 2nd year (from date of expiry

of warranty), Per annum

2.9.3

AMC of Remote VSAT, 3rdyear (from date of expiry

of warranty), Per annum

2.10 Shifting of one VSAT 1.2/1.8 m (complete system with 1.2m/ 1.8 m antenna, Includes dismantling, packing, transportation, reinstallation & commissioning at new location)

Servicesrequir

ed

2.10.1 within City Rs …… Rs …… Rs …… Rs …… 10 Rs …… 2.10.2 Outside City Rs …… Rs …… Rs …… Rs …… 10 Rs ……

2.11 Shifting of one VSAT 2.4 m (complete system with 2.4m antenna, includes dismantling, packing, transportation, reinstallation and commissioning at new location)

2.11.1 within City Rs …… Rs …… Rs …… Rs …… 10 Rs …… 2.11.2 Outside City Rs …… Rs …… Rs …… Rs …… 10 Rs ……

2.12

Dismantling of VSAT system with Antenna size 1.2m/1.8m, including packing and keeping at user desired place (same location)

Rs …… Rs …… Rs …… Rs …… 10 Rs ……

2.13

Dismantling of VSAT system with Antenna size 2.4m, packing and keeping at user desired place (same location)

Rs …… Rs …… Rs …… Rs …… 10 Rs ……

2.14

Reorientation / Reconfiguration of VSAT from one satellite / transponder to another by visiting remote VSAT site.

Rs …… Rs …… Rs …… Rs …… 500 Rs ……

3 Grand TOTAL Value (GTV) of 1.1 to 2.13 Rs …….

Note: The basic prices in Indian rupees should be quoted separately for each item mentioned

at Sl. No. 1.1 to 2.13 as mentioned above. The prices quoted should be inclusive of interface cables, Power Cables, related

accessories, Documentations and Operating Manuals of the systems, packing, forwarding, freight and insurance (wherever applicable) at any of the locations as specified by NICSI all over India.

The empanelment mayalso be utilized by NIC or any Central / State Government department.

Tender No. NICSI/DVB/2017## Page 48 of 49

NICSI/ NIC/Central / State Government departments may order single or multiple VSATs or VSAT modules as per requirement.

Any additional local levies such as Entry tax, Octroi etc. will be reimbursed on production of original receipt along with bills for payment against delivery.

The vendor will bear all expenses towards getting import licenses, if required to import the quoted items.

Excise duty, Sales tax and Service Tax as applicable should be quoted separately, failing which these are not payable extra.

Unpriced BoM should be submitted with the technical bid

Date: Authorized Signatory Place: Name: SEAL


Recommended