request for proposal - chili...mahanagar telephone (mauritius) ltd. (mtml) invites sealed tenders...

32
Page 1 of 32 Request for Proposal For LTE Equipment Installation works Requested By Mahanagar Telephone (Mauritius) Ltd (A subsidiary of Mahanagar Telephone Nigam Ltd-A Govt. of India Enterprise) ‘MTML SQUARE’, 63, Cyber City, Ebene Mauritius Phone + 230 52943333, Fax +230 52940606, Email: - [email protected]

Upload: others

Post on 24-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1 of 32

    Request for Proposal

    For

    LTE Equipment Installation works

    Requested ByMahanagar Telephone (Mauritius) Ltd

    (A subsidiary of Mahanagar Telephone Nigam Ltd-A Govt. of India Enterprise)

    ‘MTML SQUARE’, 63, Cyber City, EbeneMauritius

    Phone + 230 52943333, Fax +230 52940606, Email: - [email protected]

    mailto:[email protected]

  • Page 2 of 32

    TABLE OF CONTENTS

    Section Item Description PageI Notice Inviting Proposals 3II Instructions to Bidders 4-16III General(commercial)

    Conditions of Contract17-23

    IV Special Conditions of Contract 24V Schedule of Requirements with

    Delivery Schedule25

    VI Technical Specifications 26-27VII Part-I Bid Form 28

    Part-II- Price Schedule 29VIII Letter of Authorisation for

    attending Bid Opening30

    Annex- 1 List of Sites 31

  • Page 3 of 32

    SECTION-I

    NOTICE INVITING TENDER

    RFP No.: MTML/01/2018/LTE/Service Dated: 12-11-2018

    Mahanagar Telephone (Mauritius) Ltd. (MTML) invites sealed tenders (RFP) fromeligible bidders as per eligibility conditions of RFP, under two stage bid system forLTE equipment Installation works at our existing BTS sites spread in differentparts of Mauritius.

    The prospective bidder is expected to have extensive experience of RRU & AntennaInstallation works, and execute the works at the tower heights up to 55 meter. Thesuccessful bidder will have to take full responsibility for ensuring quality work withoutaffecting the telecom services already in operation or the people/ properties in thevicinity of these towers. The proposal is required for 100 sites of different structuretype varying in height from 3 meter to 55 meter. The number of sites may bechanged by MTML depending on actual requirement at the time of placing order.

    Interested parties are requested to submit their proposal, as per the terms andconditions of the RFP. The RFP Document can also be downloaded from MTML’swebsite ‘www.chili.mu’.

    Due Dates for submission of the offers are as below:

    1 Date of issue of Request for Proposal (RFP) 12.11.2018

    2 Requests for Clarification from Vendors Upto 17.00 hrs on

    22.11.2018

    3 Issue of Clarifications by MTML 23.11.2018

    4 Last date for Submission of offers Upto 14.00 hrs of

    26.11.2018

    5 Date & Time for opening the offers(Techno-

    Commercial)

    14.30 hrs of 26.11.2018

    Note:All timings given above are Mauritius local time. MTML reserves the right tochange the above dates at its discretion. Reliance by any person or entity onthe schedule set out above shall in no circumstances lead to any liability ofMTML.

  • Page 4 of 32

    SECTION - II

    INSTRUCTIONS TO BIDDERS

    1. INTRODUCTION.

    Mahanagar Telephone (Mauritius) Ltd. (MTML) invites sealed tenders (RFP) fromeligible bidders as per eligibility conditions of RFP, under two stage bid system forLTE equipment Installation works at existing BTS sites spread in different partsof Mauritius. In two stage bid system, the bidder is required to submit its technicaland financial bids in separate envelops. In the first stage, only technical bid would beopened and evaluated. In second stage, the financial bid of only those bidders whoare found technically suitable will be opened and evaluated, after which the bidderquoting the least cost would be selected.

    The prospective bidder is expected to have experience of RRU & AntennaInstallation works, and execute the works at the tower heights up to 55 meter. Thesuccessful bidder will have to take full responsibility for ensuring quality work withoutaffecting the telecom services already in operation or the people/ properties in thevicinity of these towers. The proposal is required for 100 sites of different structuretype varying in height from 3 meter to 55 meter. The number of sites may bechanged by MTML depending on actual requirement at the time of placing order.

    The bidder needs to do the detailed survey of all the sites, as mentioned in theAnnex-1 of this RFP, for accessing the works involved and then quote for theseitems in the prescribed bid format, as per the technical specifications & conditionsmentioned in the RFP.

    2. DEFINITIONS

    “The Purchaser” means the MAHANAGAR TELEPHONE (MAURITIUS) LTD (MTML)

    “The Bidder” means the individual or firm who participates in the RFP and submits itsbid.

    “The Supplier” means the individual or firm supplying the goods & services under thecontract. The words ‘Supplier’, ‘Contractor’ and ‘Vendor’ have the same meaning inthis RFP, unless specified otherwise.

    “The Goods” means all equipment, machinery, and/or other materials which theSupplier is required to supply to the Purchaser under the contract, including theservices delivered in completion of this project.

    “The Letter of Intent” means the intention of the Purchaser to place the Purchaseorder on the bidder.

    “The Purchase Order” means the order placed by the purchaser on the Suppliersigned by the Purchaser including all attachments and appendices thereto and alldocuments incorporated by reference therein. The purchase order shall be deemedas “Contract” appearing in the document.

  • Page 5 of 32

    “The Contract effective date” means the date of Purchase Order.

    “The Contract Price” means the price payable to the Supplier under the purchaseorder for the full and proper performance of its contractual obligations.

    3. Eligibility:

    3.1 The bidder should be a registered civil contractor having experience of BTSinstallation/ maintenance activities in Mauritius.

    3.2 The bidder must have the experience of similar work for at least 20 BTS sites.

    3.3 In support of above eligibility requirement, the bidder must provide certificatein the following format

    a) Name of the organization and country of registration.b) Experience and satisfaction certificate from the authorized signatory of its

    clients.

    4. COST OF BIDDING

    The bidder shall bear all costs associated with the preparation and submission of thebid. The Purchaser will, in no case, be responsible or liable for these costs,regardless of the conduct or outcome of the biding process.

    5. THE BID DOCUMENTS

    5.1 The goods required to be supplied, bidding procedures and contract terms andconditions are prescribed in the Bid Documents. The Bid documents include:

    a) Notice Inviting RFP

    b) Instructions to Bidders

    c) General (Commercial) Conditions of Contract

    d) Special conditions of Contract.

    e) Schedule of Requirements and delivery schedule

    f) Technical Specifications.

    g) Bid Form and Price Schedules

    h) Bid Security Form

    i) Performance Security Bond Form

  • Page 6 of 32

    j) Letter of authorization to attend bid opening.

    5.2 The Bidder is expected to examine all instructions, forms, terms andspecifications in the Bid Documents. Failure to furnish all information requiredas per the Bid Documents or submission of the bids not substantiallyresponsive to the Bid Documents in every respect will be at the bidder’s riskand may result in rejection of the bid.

    6. CLARIFICATION OF BID DOCUMENTS

    6.1 A prospective bidder, requiring any clarification on the Bid Documents shallnotify the Purchaser at the Purchaser’s mailing address in writing or by FAX(on +230 52940606) or by email (at [email protected] ). The Purchaser may,but shall not be obliged to respond in writing to any request for the clarificationof the Bid Documents, which it receives not later than the date mentionedabove. Copies of the query (without identifying the source) and clarificationsby the Purchaser shall be sent to all the prospective bidders who havereceived the bid documents.

    6.2 Any clarification issued by MTML in response to query raised by prospectivebidders shall form an integral part of bid documents and it may amount to anamendment of relevant clauses of the bid documents.

    6.3 The bidders are required to keep a watch on the MTML web site w.r.t. anyamendment to the RFP document or to clarification to the queries raised bythe bidders till a day prior to the opening of the RFP. MTML reserves the rightfor rejection of bids if the bids are submitted without taking into account theseamendments/clarifications. Further bidder will be fully responsible fordownloading of the RFP document and amendments for their completeness.

    7. AMENDMENT OF BID DOCUMENTS:

    7.1 At any time, prior to the date of submission of Bids, the Purchaser may, for anyreason, whether at its own initiative or in response to a clarification requestedby a prospective bidder, modify bid documents by amendments.

    7.2 The amendments shall be notified in writing or by email to all prospectivebidders on the address intimated at the time of purchase of the bid documentfrom the purchaser and these amendments will be binding on them.

    7.3 In order to afford prospective bidders a reasonable time to take the amendmentinto account in preparing their bids, the purchaser may, at its discretion,extend the deadline for the submission of bids suitably.

    8. PREPARATION OF BIDS

    8.1 The Bid prepared by the Bidder and all correspondence and documentsrelating to the bid exchanged by the bidder and the purchaser shall be writtenin ENGLISH language, provided that any printed literature furnished by the

    mailto:[email protected]

  • Page 7 of 32

    bidder may be written in another language but it is to be accompanied by anEnglish translation of its pertinent passage(s) duly signed and verified as trueEnglish translation. The responsibility for the correctness of the translation willbe solely and completely on the bidder and purchaser shall not be responsiblefor any loss/likely loss due to error in translation whatsoever. In such cases,for the purpose of interpretation of the bid, the English translation shall onlygovern.

    8.2 DOCUMENTS COMPRISING THE BID

    The bid prepared by the bidder shall comprise the following components:

    (a) Authorization to the person signing the offer.

    (b) Documentary evidence established in accordance with the clausesthat the bidder is eligible to bid and is qualified to perform the contract ifhis bid is accepted.

    (c) Bid Security furnished in proper format.

    (d) A Clause by Clause compliance of the RFP

    (e) A Bid form and price schedule completed in accordance RFP

    9. BID FORM

    The bidder shall complete the bid form and appropriate Price Schedulefurnished in the Bid Documents, indicating the goods to be supplied, briefdescription of the goods, quantity and prices as per section VII.

    10. BID PRICES

    10.1 The prices quoted shall be all inclusive prices (including taxes, freight,storage, insurance etc.) at Mauritius and shall be in Mauritian Rupees for allitems as per the schedule of requirement (Section-V) and other items, if any,strictly in appropriate price schedule tables attached to these documents asper Section VII.

    10.2 The prices quoted by the Bidder shall remain fixed during the entire period ofcontract and shall not be subject to variation on any account. An offersubmitted with an adjustable price quotation will be treated as non-responsiveand rejected.

    10.3 The unit prices quoted by the Bidder shall be in sufficient detail to enable thePurchaser to arrive at prices of equipment/system as offered.

    10.4 ‘DISCOUNT’, if any, offered by the Bidder shall not be considered unless theyare specifically indicated in the price schedule. Bidder, desiring to offerdiscount, should therefore, quote clearly net price taking all such factors likeDiscount, free supply, etc. into account.

  • Page 8 of 32

    10.5 The quoted price shall be all-inclusive and payment of income tax/any othertaxes by recipient of payments under this clause shall not be the responsibilityof the Purchaser either at the time of supply of equipment or at any timethereafter.

    10.6 Arranging various clearances of goods and services, on behalf of thepurchaser, such as local government clearances, if any, etc. from differentAgencies in Mauritius, and transporting & unloading the goods and supply upto MTML site shall be the responsibility of the Bidder. No separate chargesshall be payable for the same.

    11. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION

    11.1 The bidder shall furnish, as part of the bid documents establishing the bidder’seligibility, the following documents or which ever is required as per terms andconditions of Bid Documents.

    (i) Certificate of incorporation.(ii) Authorization to bid in the RFP.(iii) Eligibility requirement as per RFP.

    11.2 (i) The bidder shall furnish Annual Report and /or a certificate from itsbankers as an evidence that he has financial capability to perform thecontract.

    (ii) The bidder shall furnish documentary evidence about technical andproduction capability necessary to perform the contract.

    12. DOCUMENTS ESTABLISHING GOOD’S CONFORMITY TO BIDDOCUMENTS

    12.1 Pursuant to clause 8, the bidder shall furnish, as part of his bid, documentsestablishing the conformity of his bid to the Bid Documents of all goods andservices which he proposes to supply under the contract.

    12.2 The documentary evidences of the “goods and services” conformity to the BidDocuments, may be, in the form of literature, drawings, data etc. and thebidder shall furnish:

    (a) a detailed description of goods with essential technical and performancecharacteristics and

    (b) a clause - by- clause compliance on the purchaser’s TechnicalSpecifications and Commercial Conditions demonstratingsubstantial responsiveness to the Technical Specifications andCommercial Conditions. In case of deviations, a statement of thedeviations and exception to the provision of the TechnicalSpecifications and Commercial Conditions shall be given by the

  • Page 9 of 32

    bidder. A bid without clause-by-clause compliance of the TechnicalSpecifications (Section VI), General Conditions (Section-II),Commercial Conditions (Section III) and Special Conditions (SectionIV) shall not be considered.

    (c) detailed data/ fact sheet indicating compliance of technical specificationsand quality.

    (d) Site survey report with a list of items all for all sites.

    12.3 For the purpose of compliance to be furnished pursuant to the clause 12.2(c)above, the bidder shall note that the standards for the workmanship, materialand equipment and reference to the brand names or catalogue number,designated by the Purchaser in its Technical specifications are intended to bedescriptive only and not restrictive.

    13. PERIOD OF VALIDITY OF BIDS

    13.1 Bid shall remain valid for 150 days from the date of opening of bids prescribedby the purchaser. A bid valid for a shorter period shall be rejected by thepurchaser being non-responsive.

    13.2 In exceptional circumstances, the purchaser may request the consent of thebidder for an extension to the period of bid validity. The request and theresponse thereto shall be made in writing. The bid security provided underclause 12 shall also be suitably extended. The bidder may refuse the requestwithout forfeiting his bid security. A bidder accepting the request andgranting extension will not be permitted to modify his bid.

    14. FORMATS AND SIGNING OF BID

    14.1 (i) The bidder shall prepare one complete set of original bid and make onecopy of the same clearly marking one as ‘Original Bid’ and other as ‘Copyof Original’. In the event of any discrepancy between the copies, theoriginal shall govern.

    (ii) The copy of quality manual and Article or Memorandum of Association maybe provided in original copy.

    14.2 The original and copy of Bid shall be typed or printed and all the pagesnumbered consecutively and shall be signed by the bidder or a person orpersons duly authorized to bind the bidder to the contract. The letter ofauthorization shall be indicated by written power-of-attorney accompanyingthe bid. All pages of the original bid, except for un-amended printedliteratures, shall be signed by the person or persons signing the bid. The bidssubmitted shall be sealed properly.

  • Page 10 of 32

    14.3 The bid shall contain no interlineations, erasures or overwriting except asnecessary to correct errors made by the bidder in which case such correctionsshall be signed by the person or persons signing the bid.

    SUBMISSION OF BIDS

    15. SEALING AND MARKING OF BIDS

    15.1. Bids shall be submitted in the following manner in separately sealedenvelopes duly superscribed as below: -

    Part “A” – Techno commercial/unpriced bid.Part “B” – Financial/Priced Bid in separate envelops for each item

    15.2 Part “A” shall contain original and one copy of UNPRICED BID complete withall technical and commercial details other than price i.e, identical to part “B”with prices blanked out.

    Each of the unpriced bids shall be completely identical in all respectsincluding enclosures and shall be enclosed in separately sealed envelopesduly superscribed with Bid Document No., item details, bid due date etc., and“Unpriced Bid, - Do not Open before …… (pl mention date & time as given insection I)”. The envelope shall also indicate the name of the Bidder.

    15.3 Part “B” priced bid shall be submitted in original and one copy with FULLPRICE DETAILS duly sealed in separate envelopes for each item dulysuperscribed with Bid document No, item detail, due date etc. and‘Financial/Priced Bid – DO NOT OPEN’

    15.4 The two envelope containing Part “A” and Part “B” should be enclosed in alarger envelope duly wax sealed and bear the name and address of thebidder.

    15.5 At least original copies of Techno commercial Bid and Financial Bid should besigned by the bidder on each page.

    15.6 Sealing & Marking of Bids:

    The Bidder shall seal the original and each copy of the bid in an inner and anouter envelope duly marking both the envelopes as “Original” and “Copy”. Thefinancial bid for each item should be sealed in separate envelops.

    15.7 The inner and outer envelopes shall be:

    a) Addressed to Purchaser as follows at the following address :

    Chief Technical OfficerMahanagar Telephone (Mauritius) Ltd,‘MTML SQUARE’63, Cyber City, Ebene

  • Page 11 of 32

    Mauritius.

    b) Bear the RFP number, and the words “DO NOT OPEN BEFORE.(Plmention date & time as given in Section I)”.

    c) The inner and outer envelopes shall indicate the name and address of thebidder to enable the bid to be returned unopened in case it is declared‘late’ or rejected.

    d) Bids may be sent by Registered Post or delivered in person on the abovementioned address. The responsibility for ensuring the Bids are deliveredin time would vest with the bidder.

    e) Bids delivered in person shall be delivered in person to Chief TechnicalOfficer Mahanagar Telephone (Mauritius) Ltd, on or before the date andtime specified. The Purchaser shall not be responsible if the bids aredelivered elsewhere.

    f) Venue of RFP Opening - RFP will be opened in Conference Room, 2ndFloor MTML Square, Ebene, Mauritius at specified time on the due date. Ifdue to administrative reason, the venue of Bid opening is changed, it willbe displayed prominently on the notice board of MTML.

    16. SUBMISSION OF BIDS

    16.1 Bids must be received by the Purchaser at the address specified under para16.8 not later than the date & time mentioned in section I.

    16.2 The Purchaser may, at its discretion, extend this deadline for the submissionof bids by amending the Bid Documents in accordance with clause 7 in whichcase all rights and obligations of the purchaser and bidders previously subjectto the deadline will thereafter be subjected to the deadline as extended.

    16.3 The bidder shall submit his bid offer against a set of bid documents purchasedby him for all or some of the systems/equipment as per requirement of the BidDocuments.

    17. LATE BIDS

    Any bid received by the purchaser after the deadline for submission of bidsprescribed by the purchaser pursuant to clause 17.1, shall be rejected andreturned unopened to the bidder.

    18. MODIFICATIONS AND WITHDRAWAL OF BIDS

    18.1 The bidder may modify or withdraw his bid after submission provided that thewritten notice of the modification or withdrawal is received by the purchaserprior to the deadline prescribed for submission of bids.

    18.2 The bidder’s modification or withdrawal notice shall be prepared, sealed,marked and dispatched as required in the case of bid submission in

  • Page 12 of 32

    accordance with the provision of clause 16. A withdrawal notice may also besent by FAX but followed by a signed confirmation copy by post not later thanthe deadline for submission of bids.

    18.3 No bid shall be modified subsequent to the deadline for submission of bids.

    BID OPENING AND EVALUATION

    19. OPENING OF BIDS BY PURCHASER

    19.1 The purchaser shall open bids in the presence of bidders or their authorizedrepresentatives who choose to attend, at the due date & time. The bidder’srepresentatives, who are present, shall sign in an attendance register.Authority letter to this effect shall be submitted by the bidders before they areallowed to participate in bid opening (A Format is given in section X).

    19.2 A maximum of two representatives of any bidder shall be authorized andpermitted to attend the bid opening.

    19.3 The bidder’s names, Bid prices, modifications, bid withdrawals and such otherdetails as the purchaser, at its discretion, may consider appropriate will beannounced at the time of opening.

    19.4 The date fixed for opening of bids, if subsequently declared as holiday by theMTML, the revised date of schedule will be notified. However, in absence ofsuch notification, the bids will be opened on next working day, time and venueremaining unaltered.

    20. CLARIFICATION OF BIDS

    To assist in the examination, evaluation and comparison of bids, thepurchaser may, at its discretion ask the bidder for the clarification of its bid.The request for the clarification and the response shall be in writing and maybe sent to email at [email protected] , before the date mentioned. However,no post bid clarification at the initiative of the bidder shall beentertained.

    21. PRELIMINARY EVALUATION

    21.1 The Purchaser shall evaluate the Techno Commercial/unpriced bids todetermine whether they are complete, whether any computational errors havebeen made, whether required sureties has been furnished, whether thedocuments have been properly signed and whether the bids are generally inorder.

    21.2 Bids without proper authorization from the bidder/manufacturers shall betreated as non-responsive.

    mailto:[email protected]

  • Page 13 of 32

    21.3 The purchaser may waive any minor infirmity or non-conformity or irregularityin a bid which does not constitute a material deviation, provided that suchwaiver does not prejudice or affect the relative ranking of any bidder.

    22. EVALUATION OF TECHNO-COMMERCIAL BIDS:

    22.1 The details of financial strength and experience of the bidders shall beexamined to determine whether the bidders meet the qualification inaccordance with the criteria specified.

    22.2 During the technical evaluation, MTML at its discretion may call upon thebidders to give their presentation on their offer, to explain their capability toundertake the project and to respond to any question from MTML.

    22.3 The bids that do not meet all the requirements will be rejected.

    22.4 Prior to detailed evaluation, the purchaser will determine the substantialresponsiveness of each bid to the Bidding Documents. A substantiallyresponsive bid is one which conforms to all the terms and conditions of theBidding Documents without material deviation.

    22.5 A bid determined as not substantially responsive will be rejected by thepurchaser and may not subsequently be made responsive by the Bidder bycorrection of the non-conformity.

    22.6 Further examination of only such bids determined to be substantiallyresponsive will be taken up and Techno-commercial clarifications/discussions,if considered necessary, obtained/held with such bidders to determine theacceptability of the bids.

    23. EVALUATIOIN OF PRICE BIDS:

    23.1 The price bid of the technically and commercially acceptable bidders for theaccepted models/ items only will be opened in the presence of bidder’srepresentative(s) who choose to attend on the date and time of opening ofprice Bid.

    23.2 Evaluation of the financial offers and ranking of the Bidders shall be based onthe following criteria:

    The total sum of prices in Bid Form & Price Schedule (Section VII Part-II)will be taken for evaluation.

    Purchaser has the right to negotiate the prices with the overall lowestquote Bidder on total quoted package price on the prices quoted. Thenegotiations may be on total package price and/ or itemized prices. ThePurchaser reserves the right to counter offer price(s) against price(s)quoted by any bidder.

  • Page 14 of 32

    Note: Arithmetic errors will be rectified on the following basis. If there is adiscrepancy between the unit price and the total price that is obtained bymultiplying the unit price and quantity, the unit price shall prevail and totalprice will be corrected. If there is a discrepancy between the total offeramount and the sum of total prices, the sum of total prices shall prevail andthe total offer amount will be corrected. If anywhere, prices are quoted infigures and words and if there were discrepancy between the two, wordswould prevail. Bidder shall accordingly be bound by the terms of theirrespective offers corrected in accordance with this paragraph.

    MTML reserves the right to award the work of all sites to one bidder ordistribute it among 2 or 3 bidders, at the lowest bid price.

    24 CONTACTING THE PURCHASER

    24.1 Subject to Clause 21, no bidder shall try to influence the Purchaser on anymatter relating to its bid, from the time of the bid opening till the time thecontract is awarded.

    24.2 Any effort by a bidder to modify his bid or influence the purchaser in thepurchaser’s bid evaluation, bid comparison or contract award decisionshall result in the rejection of the bid.

    AWARD OF CONTRACT

    25. PLACEMENT OF ORDER

    Subject to clause 29.2, the purchaser will award the contract to successfulbidder(s) whose bid has been determined to be substantially responsivetechnically and commercially acceptable and has been determined as thelowest evaluated price bid provided further that bidder is determined by thepurchaser to be fully qualified to perform the contract satisfactorily. MTMLreserves the right to award the whole contract to one bidder or split the orderto many, at the lowest bid prices obtained through this RFP.

    26. PURCHASER’S RIGHT TO VARY QUANTITIES

    (a) MTML will have the right to increase or decrease up to 25% of the quantity ofgoods and services specified in the schedule of requirements without anychange in the unit price or other terms and conditions at the time of award ofcontract.

    (b) In exceptional situation where the requirement is of an emergent nature and itis necessary to ensure continued supplies from the existing venders, thepurchaser reserves the right to place repeat order up to 100% of thequantities of goods and services contained in the running RFP /contract withina period of twelve months from the earliest date of acceptance of LOI at thesame rate or a rate negotiated (downwardly) with the existing venders

  • Page 15 of 32

    considering the reasonability of rates based on prevailing market conditionsand the impact of reduction in duties and taxes etc.

    27. PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY ORALL BIDS

    The Purchaser reserves the right to accept or reject any bid, and to annul thebidding process and reject all bids, at any time prior to award of contractwithout assigning any reason whatsoever and without thereby incurring anyliability to the affected bidder or bidders on the grounds of purchaser’s action.

    28. NOTIFICATION OF AWARD & ISSUE OF LETTER OF INTENT

    28.1 The issue of Letter of Intent shall constitute the intention of the Purchaser toenter into contract with the bidder.

    28.2 The bidder shall within 14 days of issue of the Letter of Intent (LOI), give hisunequivocal/unconditional acceptance along with performance security inconformity with section IX provided with the bid document.

    29. SIGNING OF CONTRACT

    29.1 The issue of Purchase order shall constitute the award of contract on thebidder. No Separate specific contract needs to be entered.

    29.2 Upon the successful bidder furnishing performance security pursuant toclause 29.2 the Purchaser shall discharge the bid security in pursuant toclause 13.6.

    30. ANNULMENT OF AWARD

    Failure of the successful bidder to comply with the requirement of clause 28shall constitute sufficient ground for the annulment of the award and theforfeiture of the bid security in which event the Purchaser may make theaward to any other bidder at the discretion of the purchaser or call for newbids.

    31. QUALITY ASSURANCE REQUIREMENTS:

    The supplier shall have Quality Management System supported andevidenced by the following:

    - A Quality Policy.- A management representative with authority and responsibility for fulfilling

    QA requirements and for interfacing with purchaser in the matters of Quality.- Procedure for controlling design/production Technical Officering, materials,

    choice of components/Bidders, manufacturing and packaging process forsupplying quality products.

    - System of Inward Good Inspection.- System to calibrate and maintain required measuring and test equipment.

  • Page 16 of 32

    - System for tracing the cause for non-conformance (traceability) andsegregating product which don’t conform to specifications.

    - Configuration management and change-control mechanism.- A quality plan for the product.- Periodical internal quality audits.- A ‘Quality Manual’ detailing the above Or infrastructure assessment

    certificate shall be furnished.

  • Page 17 of 32

    SECTION III:

    GENERAL (COMMERCIAL) CONDITIONS OF CONTRACT

    1. APPLICATION

    The general condition shall apply in contracts made by the purchaser for theprocurement of goods.

    2. STANDARDS

    The goods supplied under this contract shall conform to the standardsprescribed in the Technical Specifications mentioned in section VI.

    3. PATENT RIGHTS

    The supplier shall indemnify the purchaser against all third-party claims ofinfringement of patent, trademark or industrial design rights arising from useof the goods/ services or any part thereof.

    4. INSPECTION AND TESTS

    4.1 The Purchaser or his representative shall have the right to inspect and testthe goods/ services as per prescribed test schedules for their conformity tothe specifications. Where the Purchaser decides to conduct such tests on thepremises of the supplier or its subcontractor(s), all reasonable facilities andassistance like Testing instruments and other testing Gadgets includingaccess to drawings and production data shall be furnished to the inspectors atno charge to the purchaser. Number of personnel to be deputed for thepurpose of inspection, testing etc. shall be decided by Purchaser and thecosts such as air ticket, lodging and local transportation, daily allowances etc.shall borne by the Purchaser. Any other expenses relating to such inspectiontesting shall be borne by the Contractor.

    4.2 Should any inspected or tested goods fail to conform to the specifications thepurchaser may reject them and the supplier shall either replace the rejectedgoods or make all alterations necessary to meet Specification requirementsfree of cost to the purchaser at site.

    4.3 Notwithstanding the pre-supply tests and inspections prescribed in clause 5.1& 5.2 above, the equipment and accessories on receipt in the Purchaser’spremises will also be tested during and after installation before “take over”and if any equipment or part thereof is found defective, the same shall bereplaced free of all cost to the purchaser at site as laid down in clause 5.4below.

    4.4 If any material/ equipment or any part thereof, before it is taken over underclause 5.5, is found defective or fails to fulfill the requirements of the contract,the inspector shall give the Supplier notice setting forth details of such defectsor failure and the supplier shall make the defective equipment good, or alterthe same to make it comply with the requirements of the contract forthwith

  • Page 18 of 32

    and in any case within a period not exceeding three months of the initialreport. These replacements shall be made by the supplier free of all chargesat site. Should it fail to do so within this time, the purchaser reserves thediscretion to reject and replace at the cost of the supplier the whole or anyportion of equipment as the case may be, which is defective or fails to fulfillthe requirements of the contract. The cost of any such replacement made bythe purchaser shall be deducted from the amount payable to the supplier.

    4.5 Nothing in clause 5 shall in any way release the Supplier from any warranty orother obligations under this contract.

    5. DELIVERY AND DOCUMENTS

    5.1 Delivery of the goods and documents shall be made by the supplier inaccordance with the terms specified by the purchaser in its ‘Schedule ofRequirements’ and special conditions of contracts, and the goods shall remainat the risk of the supplier until delivery has been completed. The delivery ofthe material shall be to the ultimate consignee as given in the purchase order.

    5.2 The delivery of the goods and documents shall be completed as per theschedule of requirement. The actual delivery schedule will be given inpurchase order/ work-order.

    6. WARRANTY

    6.1 The warranty period for all works done will be of One year as from thedate of completion of the project. The supplier shall warrant that the goodsand services provided shall be of the highest quality standards and free fromall defects and faults in materials used, workmanship and manufacture andshall be of the highest grade and consistent with the established andgenerally accepted standards for materials of the type ordered and shallperform in full conformity with the specifications. The supplier shall beresponsible for any defect that may develop under the conditions provided bythe contract and under proper use, arising from faulty material, design orworkmanship such as corrosion of the equipment, inadequate quantity ofmaterial to meet requirements, inadequate contact protection, deficiencies indesign and/or otherwise and shall remedy such defects at his own cost whencalled upon to do so by the Purchaser who shall state in writing in whatrespect the stores are faulty.

    6.2 If it becomes necessary for the Supplier to replace or renew any defectiveportion(s) of the material under this clause, the provisions of the clause 9.1shall apply to the portion(s) so replaced or renewed or until the end of theabove mentioned period of three years, whichever may be later. If any defectis not remedied by the supplier within a reasonable time, the Purchaser mayproceed to get the defects remedied from other supplier etc., at the supplier’srisk and expenses, but without prejudice to any other rights which thepurchaser may have against the supplier in respect of such defects.

  • Page 19 of 32

    7. PAYMENT TERMS:

    The following payment terms shall be applicable, for the works completed at each ofthe sites:

    (i) 80% of the total payment will be made after the successful installation,Acceptance testing and commissioning of the system and issuance of“Taking Over Certificate” and balance 20% will be made after thewarrantee period of one year, if the quality of work done remainssatisfactory.

    (ii) The supplier may claim all 100% payment after successful completion ofthe work by providing the bank guarantee worth 20% of the project valuevalid for 1 year, to protect the purchaser for any deficiency during thewarranty period.

    (iii) The purchaser may give upto 20% of total project value as advancepayment, subject to submission of advance payment guarantee by thesupplier of the equivalent amount.

    8. CHANGES IN PURCHASE ORDERS

    8.1 The purchaser may, at any time, by a written order given to a supplier, makechanges within the general scope of the contract in any one or more of thefollowing:

    (a) drawings, designs or specifications;

    (b) the method of transportation or packing;

    (c) the place of delivery; or

    (d) the services to be provided by the supplier.

    8.2 If any such change causes an increase or decrease in the cost of, or the timerequired for the execution of the contract an equitable adjustment shall bemade in the contract price or delivery schedule, or both, and the contractshall accordingly be amended. Any proposal by the supplier for adjustmentunder this clause must be made within thirty days from the date of the receiptof the change in order.

    9. SUBCONTRACTS

    The Supplier shall notify the Purchaser in writing of all subcontracts awardedunder this contract if not already specified in his bid. Such notification, in hisoriginal bid or later shall not relieve the supplier from any liability or obligationunder the Contract.

  • Page 20 of 32

    10. DELAYS IN THE SUPPLIER’S PERFORMANCE

    10.1 Delivery of the Goods and performance of the services shall be made by theSupplier in accordance with the time schedule specified by the purchaser inits purchase order. In case the supply is not completed in the stipulateddelivery period, as indicated in the Purchase Order, purchaser reserves theright either to short close /cancel this purchase order and/or recover liquidateddamage charges. The cancellation/short closing of the order shall be at therisk and responsibility of the supplier and purchaser reserves the right topurchase balance unsupplied item at the risk and cost of the defaultingSuppliers.

    10.2 Delay by the Supplier in the performance of its delivery obligations shallrender the Supplier liable to any or all of the following sanctions: forfeiture ofits performance security, imposition of liquidated damages and/or terminationof the contract for default.

    10.3 If at any time during the performance of the contract, the supplier encounterscondition impending timely delivery of the goods and performance of service,the Supplier shall promptly notify to the Purchaser in writing the fact of thedelay, its likely duration and its cause(s). As soon as practicable after receiptof the supplier’s notice, the Purchaser shall evaluate the situation and may atits discretion extend the period for performance of the contract.

    10.4 If the supplies are not completed in the extended delivery period, the purchaseorder shall be short-closed and both the Performance securities shall beforfeited.

    11 Liquidated Damage

    11.1 The date of delivery of the goods/ services stipulated in the purchase ordershould be deemed to be the essence of the contract and delivery must becompleted not later than the dates specified therein. Extension will not begiven, save in exceptional circumstances and within the entire discretion of thePurchaser.

    .2 Should the Contractor fails to deliver the services or any consignment thereofwithin the period prescribed for delivery, the Purchaser shall be entitled torecover 2% (two percent) of the value of the delayed supply for each week ofdelay or part thereof up to a maximum deduction of 12% of the contract value.Quantum of Liquidated Damages assessed and levied by the Purchaser shallbe final and not challenge-able by the supplier. Once the maximum is reached,or delay exceeds a period of 10 weeks, the Purchaser may consider terminationof the Contract.

    .3 This clause will not come under the provisions of Arbitration Clause.

  • Page 21 of 32

    12. Insurance

    Insurance should cover Supplier’s/ Contractor’s all risks valid up to installationof equipmets at MTML sites in Mauritius. It should cover Third PartyInsurance, accident or injury to workmen.

    Any item/part damage / lost shall be responsibility of the contractor.

    13 Force Majeure

    13.1 If at anytime, during the continuance of this contract, the performance in wholeor in part by either party of any obligations under this contract shall beprevented or delayed by reason of any war, or hostility, acts of the publicenemy, civil commotion, sabotage, fires, floods, explosions, epidemics,quarantine restriction, strikes, lockouts or act of God (Hereinafter referred to asevents) provided notice of happenings, of any such eventuality is given by theeither party to the other within 21 days from the date of occurrence thereof,neither party shall by reason of such event be entitled to terminate this andcontract shall be resumed as soon as practicable after such event may come toan end or cease to exist, and the decision of the Purchaser as to whether thedeliveries have been so resumed or not shall be final and conclusive, providedfurther that if the performance in whole or part of any obligation under thiscontract is prevented or delayed by reason of any such event for a periodexceeding 60 days either party may, at its option terminate the contract.

    13.2 Provided also that if the contract is terminated under this clause, the Purchasershall be at liberty to take over from the Contractor at a price to be fixed by thePurchaser, which shall be final, all unused, undamaged and acceptablematerials, bought out components and stores in course of manufacturer inpossession of the Contractor at the time of such termination of such portionsthereof as the Purchaser may deem fit excepting such materials / bought outcomponents and stores as the Contractor may with concurrence of thePurchaser elect to retain.

    14. Termination for Default

    a. The Purchaser may, without prejudice to any other remedy for breachof contract, by written notice of default, sent to the Contractor,terminate this contract in whole or in part,

    a) if the Contractor fails to deliver any or all of the goods/services withinthe time period(s) specified in the Contract, or any extension thereofgranted by the Purchaser pursuant to Clause 13.3.

    b) if the Contractor fails to perform any obligation(s) under the Contract;and

    c) if the Contractor, in either of the above circumstances, does notremedy his failure within a period of 30 days (or such longer period asthe Purchaser may authorize in writing) after receipt of the defaultnotice from the Purchaser.

  • Page 22 of 32

    b. In the event that the Purchaser terminates the contract in whole or inpart, the Purchaser may procure, upon such terms and in such manneras it deems appropriate, goods/ services similar to those undeliveredand the Contractor shall be liable to the Purchaser for any excess costfor such similar goods/ services. This liability shall be without prejudiceto any other claim which the Purchaser shall be entitled to makeagainst the Contractor. However, the Contractor shall continueperformance of the contract to the extent not terminated. ThePurchaser may, without prejudice, on the happening of any ofcircumstances, to its other rights under law or the contract providedelsewhere, purchase the balance quantity of the goods/ services at therisk and cost of the Contractor and look to him for the payments thereofand can also claim a set off of any dues payable under the contract tothe Contractor against his any dues under the contract or any previouscontract.

    15 Termination for Insolvency

    The Purchaser may at any time terminate the contract by giving written noticeto the Contractor, without compensation, if the Contractor becomes unwilling,bankrupt or otherwise insolvent, provided that such termination will notprejudice or affect any right of action or remedy which has accrued or willaccrue thereafter to the Purchaser.

    16 Arbitration & Conciliation

    Any dispute, which remains to be resolved through amicable and good faithdiscussions between the parties within 180 days of the beginning of suchdiscussion, shall be resolved in accordance with the Rules of United NationsCommission for International Trade Law (UNCTRIAL). The venue ofarbitration shall be Mauritius. The laws of the Republic of Mauritius shall beapplicable in arbitration. The language used in arbitration proceedings shallbe in English. Each party shall bear its own cost for making submission to theArbitration. The Arbitrator shall be appointed by the common consent of bothparties, failing which by the Judge in Chambers of the Supreme Court ofMauritius on the application of either or both parties.

    17 Subject Laws and Jurisdiction

    The contract shall be governed by Laws and the Courts at Mauritius will havejurisdiction to entertain any dispute or claim arising on the contract.

    18 Set Off

    Any sum of money due and payable to the Contractor (including securitydeposit refundable to him) under this contract may be appropriated by thePurchaser or the Govt. or any other person or persons contracting through thePurchaser and set off the same against any claim of the Purchaser or Govt. orsuch other person or persons for payment of a sum of money arising out ofthis contract or under any other contract made by the Contractor with the

  • Page 23 of 32

    Purchaser i.e. the Purchaser or Govt. or such other person or personscontracting through the Purchaser or Govt.

    It is an agreed term of the contract that the sum of money so appropriatedunder this clause by the Purchaser or Government will be kept withheld assuch by the Purchaser or Government till his claim arising out of the samecontract or any other contract is either mutually settled or determined by thecompetent court and that the Contractor shall have no claim for interest ordamages whatsoever on this account or on any other ground in respect of anysum of money withheld under this clause and duly notified as such to theContractor.

    19 NOTICES

    19.1 Any notice given by one party to the other pursuant to the contract shall besent in writing or by FAX and confirmed in writing, by registered post. For thepurposes of this Clause, the contact details of the Purchaser shall be asfollows:Chief Technical OfficerMahanagar Telephone (Mauritius) Ltd.‘MTML Square’63, Cyber City, EbeneMauritiusTel No. + 230 5294 3333 Fax +230 5294 0606

    19.2 The Purchaser shall notify the Contractor in accordance with Clause 20.1above in case of any amendment of the contact details specified in the saidClause 20.1.

    19.3 The Contractor shall similarly notify the Purchaser of its contact details andany subsequent amendment thereto in accordance with Clauses 20.1 and20.2.

    19.4 A notice shall be effective when delivered or on the notice’s effective date,whichever is later.

    20 Confidentiality

    The Contractor agrees that the terms of the contract shall remain confidential.The Contractor and its agents, employees and/or representatives may notdisclose any term or condition of the agreement, or any information providedby Purchaser or gathered by Contractor during the course of execution of thisbid/ project, without the prior written authorisation of the Purchaser.

    *****

  • Page 24 of 32

    SECTION IV

    SPECIAL CONDITIONS OF CONTRACT

    1. Provisions spelt out in this section shall prevail over the conditions specifiedanywhere else in this RFP document, in case of conflict.

    2. Purchaser reserves the right to blacklist a supplier for a suitable period incase he fails to honor his offer without sufficient grounds.

    3. Quality Standards: The services supplied shall be in accordance with theInternational Quality Standards and upto the satisfaction of MTML. ..

    4. If the date fixed for opening of bids is, subsequently, declared as holiday bythe MTML, the revised schedule will be notified. However, in absence of suchnotification, the bids will be opened on next working day, time and venueremaining unaltered.

    5. The bidder should furnish the name of his collaborator and provide the list ofall the riggers/ worksman involve in this project along with NID/ Address andcharacter certificate issued from competent authority.

    6. The supply of services will be accepted only after Testing/inspection is carriedout by MTML’s authorized personnel as per prescribed schedule and materialpassing the test successfully.

    7. The bidder shall furnish all inclusive itemized prices as per priceschedule Section VII.

    8. For the purpose of interpretation of all clauses of the terms and conditions ofthis RFP, the decision of the CEO, MTML shall be final.

    9. The bidder will be fully responsible for its work force and must comply with alllabour laws and safety standards while working at MTML sites. All insurancesincluding the 3rd party liability and safety of working equipments & premiseswill be with the bidder.

  • Page 25 of 32

    SECTION VSCHEDULE OF REQUIREMENT

    SPECIFICATIONS Quantity Delivery Period forcompletion of work

    LTE Equipment installationworks at 100 sites mentioned atAnnex-1, and as per the termsmentioned of this RFP

    100 Within 1 month ofplacement of PO

    Note: MTML reserves the right to award the work of all sites to one bidder ordistribute it among 2 or 3 bidders, at the lowest bid price.

  • Page 26 of 32

    SECTION VI

    TECHNICAL SPECIFICATIONS

    Mahanagar Telephone (Mauritius) Ltd. (MTML) invites offers for the LTE equipmentinstallation works and accessory items to be installed at various BTS sites asmentioned in Annexure-I. The detailed scope of work involved is as given below:

    Scope of Work:

    1. The project comprises of the complete survey for assessing the work andpreparing report, before submitting the bid.

    2. Equipment pick up from MTML warehouse and delivery to the respectivesites. MTML shall issue all the site materials in batches. The bidder shouldmake all necessary arrangement to store them in a secured location. Thebidder shall be responsible for the custody of the equipment issued until thesite acceptance and commissioning of the equipment.

    3. Installation works to be performed, according to relevant industry equipmentmanufacturer (Huawei) standards.

    4. Preparation and EHS check, to ensure the quality of the work.

    5. Unpack the material and adding UBBP card to the existing BBU slot.

    6. Install RRU’s. (default 3 per site)

    7. Install RRU cables and ½ inch jumpers

    8. Route RRU power cables

    9. Install DCDU and air damper & EPC4/EPC5 connectors, Power cable to tapfrom the existing rectifier

    10. Grounding of RRU’s

    11. Install single/Dual/Triband antenna

    12. Jumper connection and water proofing.

    13. Sealing of cable entries

    14. Attach cable labels

    15.Most of the sites, the existing antennas to be replaced with Dual/Tri band, sothe existing antenna mounts may be reused. Wherever new antennainstallation is involved and no existing spare mounts are available onsite, thesupplier shall supply new antenna mounts, which should be galvanized by thehot dip process after fabrication. The thickness of galvanization shall be morethan 500 gms per sq. meter (around 70 microns). The galvanization reportsfrom MSB should be submitted.

  • Page 27 of 32

    16. The installation of the equipment and antennas should be done as per theengineering parameters provided by MTML.

    17.Spare antenna/ equipments and cables on tower, if any, are to be removed, inconsultation with MTML.

    18. It is to be noted that all these sites are functional and work needs to be carriedout with full precaution so as to avoid any disruption in service. The contractorwill be fully responsible for any disruption.

    19. The people working on the towers should be trained to do similar job andmust wear all protective gears to avoid any mis-happening. The contractorshall be fully responsible for any eventuality.

    20. Proper insurance cover needs to be taken by contractor for any third partyliability and disruption of MTML services.

  • Page 28 of 32

    SECTION VIIPART- I

    BID FORM

    RFP No.: MTML/01/2018/LTE/Service Dated: 12-11-2018

    ToChief Technical OfficerMAHANAGAR TELEPHONE (MAURITIUS) LTD,Mauritius

    Dear Sir,

    1. Having examined the conditions of contract and specifications includingaddenda Nos......................the receipt of which is hereby duly acknowledged,we, undersigned, offer to supply and deliver the required services inconformity with the conditions of RFP specifications for the sum shown in theschedule of prices attached herewith and made part of this Bid.

    2. We undertake, if our Bid is accepted, to commence deliveries within ( )month and to complete delivery of all the items/ services specified in thecontract within ( ) months calculated from the date of issue of your PO.

    3. We agree to abide by this Bid for a period of 150 days from the date fixed forBid opening and it shall remain binding upon us and may be accepted at anytime before the expiration of that period.

    4. Until a formal Purchase Order of Contract is prepared and executed, this Bidtogether with your written acceptance thereof in your notification of awardshall constitute a binding contract between us.

    5. Bid submitted by us is properly sealed and prepared so as to prevent anysubsequent alteration and replacement.

    6. We understand that you are not bound to accept the lowest or any bid, youmay receive.

    Dated this .............................. day of ........................ 2018

    Name and Signature ------------------------In the capacity of ----------------------Duly authorized to sign the bid for and on behalf of ..............................................witness .........................................Address ......................................Signature

  • Page 29 of 32

    SECTION VII

    PART-II

    Price Schedule for LTE Equipment Installation Works

    (Prices in Mauritian Rupees Only)

    Site Details Quoted Price for the works (including material, labour etc.) for Total Price

    S.No SiteId

    SiteName

    Installation of UBBP,RRUs, DCDU, Power/CPRI/Ground cable etc

    Installation ofAntennas and Jumperetc.

    Supply andInstallation ofAntenna mounts andaccessories

    Total Price(All inclusive)For each site

    (at each site separately) (for each siteseparately)

    (each site, whereverrequired)

    1

    2

    3

    100

    Total (in Rs.)

    Note:1. The bidder has to fill the above price schedule for all the sites, mentioning

    site ID and site name as given in the Annexure –I of this RFP.2. The bidder is expected to get the sites thoroughly inspected for required

    works to be carried out, before submitting the bid.3. The price quoted should be the all inclusive total price (including VAT,

    duties, service & labour charges, transport, storage, insurance and chargesfor taking necessary permission from the authorities, if any, etc.).

    4. The evaluation will be done on the total price quoted for all the sites.5. MTML may negotiate the price for any item.6. MTML may decide to remove some of the items for any site, in which case,

    payment for that work will not be made.7. MTML reserves the right to award the work of all sites to one bidder or

    distribute it among 2 or 3 bidders, at the lowest bid price.

  • Page 30 of 32

    SECTION VIII

    LETTER OF AUTHORISATION FOR ATTENDING BID OPENING[To reach CTO, MTML before time of bid opening]

    To

    The Chief Technical OfficerMAHANAGAR TELEPHONE (MAURITIUS) LTD,

    ‘MTML SQUARE’, 63, Cyber City Ebene, Mauritius

    Subject: Authorization for attending bid opening on________________________________ (date) in the RFP of______________________________________________________

    Following persons are hereby authorized to attend the bid openingfor the RFP mentioned above on behalf of______________________________________________ (Bidder) inorder of preference given below.

    Order of Preference Name SpecimenSignatures

    I.

    II.

    AlternateRepresentative

    Signatures of bidder OrOfficer authorized to sign the bidDocuments on behalf of the bidder.

    Note : 1.Maximum of two representatives will be permitted to attend bid opening. In cases where it isrestricted to one, first preference will be allowed. Alternate representative will bepermitted when regular representatives are not able to attend.

    2.Permission for entry to the hall where bids are opened, may be refused in case authorizationas prescribed above is not recovered.

  • Page 31 of 32

    ANNEXURE-I

    S.No Site ID. Site Name Tower Tower Height1 N53 ABBEDEROULEDE_STREET_N53 RTT 102 N45 ALLE_BRILLANT_VACOAS_N45 RTT 103 P13 AMAURY_P13 GBT 454 L51 ARGY_L51 GBT 355 P11 ARSENAL_P11 Pole 86 K46 ARYA_SABHA_PL_K46 Pole 47 L82 BALFOUR_L82 PTT 308 S25 BAMBOUS_S25 GBT 559 N30 BARKLEY_BB_N30 RTT 15

    10 L50 BARLOW_L50 GBT 4511 L28 BEAU_SONGE_L28 PTT 3512 N04 BEAU_VALLON_N04 RTT 613 K61 BELLE_ROSE_CRAFT_BLDG_K61 Pole 614 L58 CALEBASSES_L58 GBT 3515 L40 CAMP_BESTEL_L40 GBT 4016 S38 CAMP_DE_MASQUE_PAVE_S38 GBT 5517 K20 CAMP_DIABLE_K20 RTT 1518 L22 CANDOS_L22 RTT 419 L75 CASSIS_L75 RTT 1020 N36 CASTLE_N36 RTT 621 N37 CHARLES_CP_N37 RTT 1022 N48 CUBIC_COURT_N48 Pole 423 K22 DAGOTIERE_K22 RTT 1024 K59 DR_LALLAH_ROAD_FLOREAL_K59 Pole 425 K67 EX_AIRPORT_K67 Pole 426 N17 FD_COMPLEX_N17 Pole 427 N43 GLENPARK_N43 RTT 1528 L100 GRIS_GRIS_L100 RTT 1529 L80 GROS_CAILLLOUX_L80 RTT 1030 N59 GRSE_II_N59 GBT 3531 L62 GRSE_L62 PTT MT (30)32 K57 HOLLYROOD_VACOAS_K57 PTT 3533 N34 ICERY_ROAD_N34 RTT 1034 N39 KABIR_AVE_VACOAS_N39 RTT 1535 K29 KHOYRATTY_K29 RTT 1536 N27 LA_CAVERNE_N27 RTT 1037 K50 LALLMATIE_K50 RTT 1038 K12 LAVENTURE_K12 GBT MT (40)39 S44 LESCALIER_S44 GBT 4540 N25 LOUVETTE_AVE_N25 RTT 641 N09 MARCHAND_RD_TERRE_ROUGE_N09 RTT 1042 L08 MARE_D_ALBERT_L08 Pole 443 K11 MEDINE_CAMPDEMASQUE_K11 GBT 3544 K13 MEL_ROSE_K13 RTT 1045 P25 MIDLANDS_P25 GBT 4546 L73 MOKA_HELVETIA_L73 PTT 3547 N24 MON_DESIR_VACOAS_N24 RTT 1048 P22 MONT_IDA_P22 RTT 1049 S37 MONT_SONGES_S37 GBT 55

  • Page 32 of 32

    50 S39 MONTAGNE_BLANCHE_S39 GBT 5551 L86 MONTAGNE_LONGUE_L86 RTP 1252 N40 MONTREAL_CORMANDEL_N40 Pole 653 P31 NEW_GROVE_P31 Pole 854 S30 NOUVELLE_FRANCE_S30 GBT 2555 N26 OLLIER_AVENUE_N26 Pole 456 S52 PALMA_S52 RTT 757 P12 PAMPLEMOUSSES_P12 RTT 1058 P09 PITON_P09 GBT 4559 S36 PLAINE_DES_ROCHES_S36 GBT 5560 L95 PLAINE_MAGNIEN_L95 RTP 661 L106 PONT_COLVILLE_L106 RTP 662 N20 POPE_HENNESSY_BB_N20 RTT 1063 K07 POSTE_LAFAYETTE_K07 PTT 4064 K05 POUDRE DOR_K05 GBT 3565 L55 POUDRE_DOR_HAMLET_L55 RTT 1566 L47 PROVIDENCE_L47 RTT 1567 P21 QUARTIER_MILITAIRE_P21 RTT 1568 N12 RICHE_TERRE_N12 Pole 469 P40 RIV_DU_REMPART_P40 Pole 670 S46 RIVIERE_DU_POSTE_S46 GBT 5571 L03 ROCHE_TERRE_L03 RTT 1072 K31 ROCHES_NOIRES_K31 GBT 4573 N47 ROUTE_MILITAIRE_N47 Pole 474 S17 RUISSEAU_COPEAU_S17 GBT 3075 K32 SAINT_CROIX_K32 RTT 1576 L68 SCHOENFELD_L68 PTT 3577 N55 SHEHNAZ_TOWER_N55 Pole 478 S54 SODNAC_S54 RTT 679 L18 SOLFERINO_L18 RTT 1080 L107 SOLITUDE_L107 Pole 2081 L21 ST_JULIEN_L21 GBT 3582 L99 SURINAM_L99 GBT 3583 N07 TAMIL_LEAGUE_N07 RTT 1084 N52 TRANQUEBAR_N52 Pole 485 N31 TREFFLE_RH_N31 Pole 486 K40 UNION_PARK_K40 Pole 487 K21 VALLEE_DES_COULEURS_K21 GBT 4588 L94 VICTORIA_LA_CAVERNE_L94 RTT 1289 L23 VICTORIA_QB_L23 RTT 690 N41 VINGTA_RD_VACOAS_N41 Pole 491 L113 METRO_DEPO_RICHELIEU_L113 Pole 492 L34 DIOLE_L34 RPT 1093 L26 MONT_ROCHES_L26 RTT 1094 L115 RAJMAHAL_L115 Pole 395 L87 BON_AIR_L87 GBT 3096 L24 BOUNDARY_RD_L24 GBT 2597 L114 PORT_FRANC_L114 PTT 2098 L116 PHEONIX_CENTRAL_L116 Pole 499 K27 LAVENIR_K27 RTT 10

    100 L70 CAROLINE_L70 RTT 10

    Note: RTT – Roof Top Tower; GBT – Ground Based Tower; PTT – Palm Tree Tower