Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Tele : 0522-2482521 Headquarters Central Command GS Branch (Intelligence) Lucknow - 226002 PC-140219/2/A/GSI (Adm)/ASC/15-16 31 Dec 2015
E-PROCUREMENT - TENDER NOTICE FOR OPEN TENDER ENQUIRY
1. Online tenders on the www.eprocure.gov.in are invited by GOC-in-C, Headquarter Central Command, Lucknow-226002 for Supply of the following stores :-
Tender No PC-140219/2/A/GSI (Adm)/BACS/2015-16
As per BOQ Documents
Description of stores with Specification No. and Drg No
Automated Security Centre (as per specifications in RFP)
Quantity (In Nos) Single project
Overall cost of project Rs 3.5 Cr
Period and terms of delivery (i) 60 (Sixty) days from the date of placement of S/O. (ii) As per RFP.
Addressed of Website from where the tender documents could be downloaded
www.eprocure.gov.in
Amount for Bid Security / Earnest Money Deposit
Rs 14,00,000.00 (Rupees Fourteen Lakhs only).
Eligibility Criteria Reputed bidders, OEMs and their authorized distributors/dealers.
Address from where the Drgs & Specns to be obtained
As per RFP.
2. The tender reference number of the subject tender is PC-140219/2/A/GSI (Adm)/ASC /15-16 dt 30 Dec 2015 amount of Rs 500/- (Rupees five hundred only) will be paid as tender fee in the form of Demand Draft payable in favour of PCDA Central Command payable at Lucknow. 3. Interested bidders may download the tender documents/form the http//eprocure.gov.in. The critical dates with respect to the Tender Ref No PC-140219/2/A/GSI (Adm)/ASC/15-16 dated 31 Dec 2015 are as follows:-
CRITICAL DATE SHEET
Ser No
Item Date Time
(a) Date of Publication 01 Jan 2016 1800hrs
(b) Bid Document Download 02 Jan 2016 1200hrs
(c) Clarification Start 02 Jan 2016 1600hrs
(d) Bid Submission Start 02 Jan 2016 1800hrs
(e) Clarification End 20 Jan 2016 1800hrs
(f) Bid Submission End 21 Jan 2016 1800hrs
(g) Bid Opening start 22 Jan 2016 1100hrs
4. Interested Bidders may kindly note :-
(a) Bidders are required to spell out the rates of Custom duty, Excise duty, sales tax, in unambiguous terms, otherwise their offers will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices.
(b) Bidders should furnish details about the deviation, if any, from the tender specification failing which the offer will be treated as incomplete.
(c) This RFP is being issued with no financial commitment and purchaser reserves the right to change or vary any part thereof at any stage. Purchaser also reserves the right to withdraw the RFP should it be so necessary at any stage.
HEADQUARTERS CENTRAL COMMAND {GS (INTELLIGENCE)}
INVITATION OF ONLINE BIDS FOR SUPPLY OF
AUTOMATED SECURITY CENTRE
(QUANTITY – SINGLE PROJECT)
REQUEST FOR PROPOSAL (RFP) NO PC-140219/2/A/GSI (Adm)/ASC/15-16
DATED 31 DEC 2015
Mukhyalaya Madhya Kaman Headquarters Central Command Lucknow (UP) -226002
PC-140219/2/A/GSI (Adm)/ASC/15-16 31 Dec 2015 Dear Sir(s) / Madam, 1. On behalf of the President of India, online bids on Open Tender Enquiry (Two bid system) are invited from bidders (Reputed bidders, OEMs and their authorized distributors/dealers registered on Central Procurement Portal only) for supply of Automated Security Centre (Quantity – Single Project) as per details given in Part II of this RFP. The Bids will be received upto 1800 hours on 21 Jan 2016 (Date). The bids will be opened online at HQ Central Command (Intelligence Branch) at 1100 hours on 22Jan 2016. The Tender reference No PC-140219/2/A/GSI (Adm)/ASC/15-16 dated 31 Dec 2015 and can be viewed at www.eprocure.gov.in. 2. The address and contact numbers for sending bids or seeking clarifications regarding this RFP are given below:- (a) Bids / queries to be addressed to : GS, Intelligence Branch Headquarter Central Command
(b) Postal address for sending the bids : HQ Central Command (Intelligence Branch),
PO-Dilkusha,Lucknow Cantonment, Lucknow (UP), PIN-226002 (c) Name/designation of the contact : BGS (Intelligence), HQ Central
personnel Command. (d) Telephone/FAX numbers/E-mail ID : 0522-2482228 {BGS (Int)} of the contact personnel
5
PART I OF RFP – GENERAL INFORMATION
1. Last Date and Time for Depositing the Bids. Only online Bids will be submitted in single stage two cover by 21 Jan 2016 (due date) by 1800 hours on Central Public Procurement Portal. 2. Critical Dates. The critical dates with respect to the Tender ref PC-140219/2/A/GSI (Adm)/ASC/15-16 are as follows :-
CRITICAL DATE SHEET Ser No
Item Date Time
(a) Date of Publication 01 Jan 2016 1800hrs
(b) Bid Document Download 02 Jan 2016 1200hrs
(c) Clarification Start 02 Jan 2016 1600hrs
(d) Bid Submission Start 02 Jan 2016 1800hrs
(e) Clarification End 20 Jan 2016 1800hrs
(f) Bid Submission End 21 Jan 2016 1800hrs
(g) Bid Opening start 22 Jan 2016 1100hrs
3. Manner of depositing the Bids. The details of manner of depositing the bids are as follows:- (a) Online Submission. The Online Bids will be submitted in two covers as follows:-
(i) First Cover (Scanned / Digital copies of following documents) :-
(aa) Compliance certificate as per Appendix ‘A’. Model quoted to be clearly specified. (ab) Duly signed copy of downloaded certificate regarding Acceptance of Terms and Conditions of RFP and acceptance of warranty condition as per Appendix ‘B’.
(ac) Brochures and technical specifications (only equipment which are compliant as per Appendix ‘A’). Model Name and number to be mentioned.
(ad) Authorised dealer / OEM certificate (To be Scanned & uploaded).
(ae) Instrument for payment of Tender fee (To be Scanned & uploaded). (af) Instrument for payment of EMD (To be Scanned & uploaded).
6
(ag) PAN No,CST/VAT/TIN registration (To be Scanned & uploaded). (ah) Proof of valid registration with DGQA/DGS&D/NSIC any other central purchase organization for the item/range of item if claiming exemption of EMD (Scanned & uploaded). (ii) Second Cover.
(aa) It will contain filled Bills of Quantities (BoQ) as per format available on www.eprocure.gov.in and fill all the details in the fields shown and upload the same. No modification to any field of the BoQ or file name is permissible. Any violation will render the bid invalid. Vendors may refer to the ‘Instructions to Bidders for Online Submission of Bids’ uploaded along with RFP for any clarification and query (Appendix ‘D’).
(ab) Scanned copy of certificate regarding “Additional Charges/Discounts” if any with Financial implications on the bid. The format of the same is att as Appendix ‘E’.
(b) Submission of Financial Instrument and Certificates (Manual
Submission). (i) Physical copies of following documents enclosed in sealed envelope should be deposited in the Tender Box marked as “GS (Intelligence) Branch (Automated Security Centre) or send by registered post at the address given above so as to reach by the due date and time (before and of submission of bids).
(aa) Compliance certificate as per Appendix ‘A’. Model quoted to be clearly specified.
(ab) Duly signed copy of downloaded certificate regarding Acceptance of Terms and Conditions of RFP and acceptance of Warranty Conditons as per Appendix ‘B’.
(ac) Brochures and technical specifications.
(ad) Original instrument for payment of EMD.
(ae) Proof of exemption and valid registration with DGQA/DGS&D/NSIC any other central purchase organization for the item/range of item if claiming exemption of EMD (maximum limit of supply to be more than the cost of item). (af) Original instrument for payment of Tender fee. (ag) PAN No, CST/VAT/TIN registration. (ah) VAT/CST/IT returns.
7
(aj) Enclose copy of order(s) of same item and model number recently secured from Army Establishment / other government agencies, if any
(ak) Authorised Dealer / OEM certificate.
4. Forwarding of Bids. Online bids should be uploaded by reputed bidders, OEMs and their authorized distributors/dealers as per the instructions given in Para 3(a) above. (a) The documents specified in para 3 (b) to be deposited physically will be dropped in the sealed tender box. The physical receipt of these documents is mandatory. The bids shall not be accepted if these documents are not received prior to bid opening. (b) The COMMERCIAL bid will be submitted “Online Only.” (c) The COMMERCIAL BID should be submitted by the bidder duly digitally signed by the legal owner of the firm or the person auth by him to do so. Instructions for Online Bid Submission Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app are attached as Appendix ‘C’. 5. Place of opening of the Bids. The physical verification of tender documents will be done at Headquarters Central Command (Contractor’s Room), Lucknow (UP), PIN- 226002. 6. Location of the Tender Box. Headquarters Central Command (Reception), Lucknow (UP), PIN- 226002. The documents to be physically deposited must be put in envelope, marked and put inside the tender box. No commercial repeat no commercial bid will be dropped in the tender Box.
(a) The physical receipt of specified documents shall be mandatory prior to bid opening.
(b) The non receipt of the physical doc shall render non acceptance of the bid.
(c) Only those documents specified in the tender documents and are found in the
tender box will be opened as per para 3 (b). (d) No post-bid clarification on the initiative of the bidder will be entertained. 7. Time and date for opening of Bids. Time for bid opening will be 1100 hrs on 22 Jan 2016. If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the authority inviting RFP. 8. Clarification Regarding Contents of the RFP. A prospective bidder who requires clarification regarding the contents of the RFP documents shall be able to get the clarification between the Clarification start time / date and clarification end time / date by BGS (Intelligence) HQ Central Command as per Para 3 of the Tender Notice for Open Tender Enquiry. Copies of the query and clarification by the purchaser will be uploaded as corrigendum for all the prospective bidders/ registered vendors.
8
9. Modification and Withdrawal of Bids. A bidder may modify or withdraw his online bid after submission as per the facility provided in the CPP Portal, only prior to the date and time prescribed for end of submission of Bid. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the buyer not later than the deadline for end of submission of bids. No bid shall be modified after the date and time for end of submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidders forfeiture of Earnest Money Deposit (EMD). 10. Clarification regarding contents of the Bids. During evaluation and comparison of bids, the BGS (Intelligence), Headquarters Central Command or Chairman Technical Evaluation Committee (TEC) may, at their discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained. In case of any doubt, the Online Bid will be considered as Final and Correct. Detailed instructions for bidders are given at Appendix ‘C’. 11. Technical Evaluation. Bidders are requested to be present on 23 Jan 2016 at 1000hrs at Contractors Room, HQ Central Command, Lucknow Cantt, Lucknow- 226002. 12. Rejection of Bids. Canvassing by the contractor in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. 13. Validity of Bids. The Bids should remain valid for 120 days from the last date of submission of the Bids (21 Jan 2016).
14. Earnest Money Deposit (EMD). Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 14,00,000/- (Rupees Fourteen Lakhs only) along with their bids. The (EMD) may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee drawn in favour of PCDA (CC) payable at Lucknow (UP) from any of the public sector banks or a private sector bank authorized to conduct government business (viz ICICI Bank Ltd, Axis Bank Ltd/HDFC Bank Ltd only) as per Form DPM-13. EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. The EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g.DGS&D), National Small Industries Corporation (NSIC), DGQA or similar procurement organization of Ministries of the Government of India for the same item/range of products, goods or services for which the tenders have been issued. Firms registered with Units/Establishments of Army, Air Force, Navy or DRDO Labs which do not qualify to be part of Central Purchase Organisations will not be exempted from EMD. The bidder is required to attach the copy of proof for exemption of EMD with their technical offer. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.
9
15. Cost of Tender Documents. The vendor can download the tender documents from the Central Public Procurement Portal (CPPP) of NIC at web site https://eprocure.gov.in. The amount of Rs 500/- (Rupees five hundred only) cost of tender will be paid in the form of Demand Draft payable in favour of PCDA Central Command payable at Lucknow. A scanned copy of tender fee will be uploaded online along with the First cover of the Bid. The physical proof of payment of cost of tender will be deposited by 1800h on 21 Jan 2016. Bids NOT accompanied with Tender Cost will be rendered invalid. 16.Tenders that do not comply with the above conditions are likely to be rejected. 17.The approval or rejection of tender(s) rests with Competent Financial Authority (CFA) as applicable, who reserves to himself the right of rejecting any tender in whole or in part or any item in whole or in part in respect of any or all the delivery points shown in the Schedule of requirements in Part-II of RFP without cause assigned. 18. Any further information required on application can be obtained on any working day between 0900hrs to 1400hrs addressed to BGS (Intelligence)/MGGS, Headquarter Central Command. 19. GOC-in- C will be the Executive Officer for conclusion of this contract.
20. 100% payment of bills of successful tenders will be made through PCDA (Central Command) Lucknow through E-payments upon generation of bill from the firm and physical receipt and acceptance of stores in the consignee unit. The installation will be considered complete only after inspection team of ‘Acceptance Test Procedure’ inspects the equipment and certifies the same.
10
PART II OF RFP– ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED 1. Schedule of Requirements. List of items / services required is as follows:
Name of item: AUTOMATED SECURITY CENTRE – SINGLE PROJECT. 2. Technical Details. As per QR/Technical Specifications attached as Appendix ‘A’ Specifications and Technical details with technical parameters and brochures as applicable to be attached with Technical bid. 3. Technical Compliance. Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement as per format attached as Appendix ‘A’ along with Technical Bid. 4. Trials. The bidders will confirm about the installation of the equipment in Lucknow or nearest location. The inspection team alongwith technical representative will inspect the equipment alongwith functionality as ground if required. 5. Delivery Period. Delivery period for supply of items would be 60 (Sixty) days from the effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. 6. Terms for Delivery. Delivery should be made at the place mentioned in Para 6 below for Acceptance Testing Board. 7. Consignee Details. The stores will be delivered to Headquarters Central Command (Lucknow) for inspection and acceptance.
11
PART III – STANDARD CONDITIONS OF REQUEST FOR PROPOSAL (RFP)
THE BIDDER IS REQUIRED TO GIVE CONFIRMATION OF THEIR ACCEPTANCE OF THE STANDARD CONDITIONS OF THE RFP MENTIONED BELOW WHICH WILL AUTOMATICALLY BE CONSIDERED AS PART OF THE CONTRACT CONCLUDED WITH THE SUCCESSFUL BIDDER (I.E. SELLER IN THE CONTRACT) AS SELECTED BY THE MGGS, HEADQUARTER CENTRAL COMMAND (INTELLIGENCE). FAILURE TO DO SO MAY RESULT IN REJECTION OF THE BID SUBMITTED BY THE BIDDER. 1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract. The contract shall come into effect on the date of issue of Supply Order and shall remain valid until the completion of the obligations of the parties under the contract. 3. Arbitration. All disputes or differences arising out of or in connection with the contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request). 4. Penalty for Use of Undue Influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.
12
5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the Seller is the original manufacturer/ Authorised dealer of the stores referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.
6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/ information. 7. Non-disclosure of Contract Documents. Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores. 9. Termination of Contract. The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases :-
(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than one month (30 days) after the scheduled date of delivery.
(b) The Seller is declared bankrupt or becomes insolvent.
(c) The Buyer has noticed that the Seller has utilised the services of any Indian / Foreign agent in getting this contract and paid any commission to such individual / company etc.
(d) As per decision of the Arbitration Tribunal.
13
10. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent. 11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.
12. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above. 13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 14. Taxes and Duties. If Bidder desires to ask for excise duty or Sales Tax / VAT extra or reimbursement of any Duty/Tax is intended as extra over the quoted prices; the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained. 15. If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily. 16. If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders. 17. Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.
14
18. Customs Duty : For imported stores offered against forward delivery, the Bidder shall quote prices thereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry. (ii) Copy of bill of lading. (iii) Copy of foreign principal’s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number……….. dated………….. 19. Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him. 20. In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer. 21. Excise Duty. Where the excise duty is payable on advalorem basis, the Bidder should submit along with the tender, the relevant form and the Manufacturer’s price list showing the actual assessable value of the stores as approved by the Excise authorities. 22. Bidders should note that in case any refund of excise duty is granted to them by Excise authorities in respect of Stores supplied under the contract, they will pass on the credit to the Buyer immediately along with a certificate that the credit so passed on relates to the Excise Duty, originally paid for the stores supplied under the contract. In case of their failure to do so, within 10 days of the issue of the excise duty refund orders to them by the Excise Authorities the Buyer would be empowered to deduct a sum equivalent to the amount refunded by the Excise Authorities without any further reference to them from any of their outstanding bills against the contract or any other pending Government Contract and that no disputes on this account would be raised by them.
15
23. The Seller is also required to furnish to the Paying Authority the following certificates:
(a) Certificate with each bill to the effect that no refund has been obtained in respect of the reimbursement of excise duty made to the Seller during three months immediately preceding the date of the claim covered by the relevant bill.
(b) Certificate as to whether refunds have been obtained or applied for by them or not in the preceding financial year after the annual Audit of their accounts also indicating details of such refunds/applications, if any.
(c) A certificate along with the final payment bills of the Seller to the effect whether or not they have any pending appeal/protest for refund or partial refund of excise duties already reimbursed to the Seller by the Government pending with the Excise authorities and if so, the nature, the amount involved, and the position of such appeals.
(d) An undertaking to the effect that in case it is detected by the Government that any refund from Excise Authority was obtained by the Seller after obtaining reimbursement from the Paying Authority, and if the same is not immediately refunded by the Seller to the Paying Authority giving details and particulars of the transactions, Paying Authority will have full authority to recover such amounts from the Seller’s outstanding bills against that particular contract or any other pending Government contracts and that no dispute on this account would be raised by the Seller.
24. Unless otherwise specifically agreed to in terms of the contract, the Buyer shall not be liable for any claim on account of fresh imposition and/or increase of Excise Duty on raw materials and/or components used directly in the manufacture of the contracted stores taking place during the pendency of the contract. 25. Sales Tax / VAT. If it is desired by the Bidder to ask for Sales tax / VAT to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of sales tax and no liability of sales tax will be developed upon the Buyer. 26. On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable at the time of supply should be shown separately. Sales tax will be paid to the Seller at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the contract. 27. Octroi Duty & Local Taxes. Normally, materials to be supplied to Government Departments against Government Contracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authorised officer. Seller should ensure that stores ordered against contracts placed by this office are exempted from levy of Town Duty/ Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties.
16
28. In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or by-laws/notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules. 29. Pre-Integrity Pact Clause. An “Integrity Pact” would be signed between the Buyer and the Bidder for purchases exceeding Rs.100 crores. The format of Pre-Integrity Clause as per Form DPM-10.
PART IV – SPECIAL CONDITIONS OF RFP
The Bidder is required to give confirmation of their acceptance of Special Conditions of the Tender Enquiry mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. The bidder will provide details delivery note and supply note of same equipment (same model No) in Lucknow /nearest location. The supply must correspond to the date after 31Dec 2014. 2. The inspection team alongwith technical requirements will check the functionality and effectiveness of the model on ground.
3. The prospective suppliers will furnish the details of such nature of supplies executed by them with any agency in India/abroad. 4. Performance Guarantee. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd, Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 5% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid upto 60 days beyond the date of warranty. The Performance Guarantee will be in favour of PCDA (CC), Lucknow. The specimen of PBG is given in Form DPM-15 and will be attach with supply order. 5. Option Clause. The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not.
6. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract Buyer reserves the right to increase or decrease the quantity of the required goods upto 10% without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract the quantity ordered can be increased or decreased by the Buyer within this tolerance limit.
17
7. Payment Terms for Sellers. 100% payment of bills of successful tenders will be made through PCDA Lucknow through E-payments upon generation of bill from the firm and physical receipt and acceptance of stores in the consignee unit. The installation will be considered complete only after inspection team of ‘Acceptance Test Procedure’ inspects the equipment and certifies the same.
It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill :-
(a) Ink-signed copy of contingent bill / Seller’s bill.
(b) Ink-signed copy of Commercial invoice / Seller’s bill.
(c) Copy of Supply Order/Contract with U.O.number and date of IFA’s concurrence, where required under delegation of powers.
(d) CRVs in duplicate.
(e) Inspection note.
(f) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.
(f) Exemption certificate for Excise duty / Customs duty, if applicable.
(g) Guarantee / Warranty certificate.
(h) Performance Bank guarantee / Indemnity bond where applicable.
(j) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD.
(k) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract).
(l) Any other document/certificate that may be provided for in the Supply Order/ Contract.
(m) User Acceptance.
(n) Performance Bank Guarantee.
9. Advance Payments. No advance payment (s) will be made. 10. Paying Authority. Principal Controller of Defence Accounts (Central Command), Lucknow.
18
11. Fall Clause. The following Fall Clause will form part of the contract placed on successful Bidder :-
(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed.
(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organisation including the Buyer or any Deptt of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the Buyer and Paying Authority and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-
(i) Exports by the Seller.
(ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement.
(iii) Sale of goods such as drugs which have expiry dates.
(iv) Sale of goods at lower price on or after the date of completion of sale/ placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contract entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.
(c) The Seller shall furnish the following certificate to the Paying Authority
along with each bill for payment for supplies made against the contract - “We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person/ organisation including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the contract at price lower than the price charged to the government under the contract except stores categories under sub-clauses (a),(b) and (c) of sub-para (ii) above details of which are given below –“
19
12. Risk & Expense Clause. Should the stores or any instalment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any instalment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default. 13. In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:- (a) Such default. (b) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.
14. Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. Such recoveries shall not exceed 50% of the value of the contract. 15. Force Majeure Clause. (a) Neither party shall bear responsibility for the complete or partial
non-performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.
(b) In such circumstances the time stipulated for the performance of an obligation
under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.
(c) The party for which it becomes impossible to meet obligations under this
contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning.
(d) Certificate of a Chamber of Commerce (Commerce and Industry) or other
competent authority or organisation of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances.
(e) If the impossibility of complete or partial performance of an obligation lasts for
more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.
20
16. Specification. The Seller guarantees to meet the specifications as per Part-II of Tender Enquiry. 17. OEM Certificate. In case the Bidder is not the OEM, Authorised dealer Certificate/ the agreement certificate with the OEM for sourcing the spares shall be mandatory. 18. Inspection Authority. The Inspection will be carried out by Acceptance Testing Board. The mode of Inspection will be Acceptance Testing Procedure. 19. Franking Clause. The following Franking clause will form part of the contract placed on successful Bidder :-
(a) Franking Clause in the Case of Acceptance of Goods. “The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract. (b) Franking Clause in the Case of Rejection of Goods. “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract”.
20. Claims. The following Claims clause will form part of the contract placed on successful Bidder :-
(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality does not correspond to the quality mentioned in the contract.
(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of ATB and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request). (c) The quality claims for defects or deficiencies in quality noticed during the ATB shall be presented within 45 days of completion of ATB and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request).
(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller’s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.
21
(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller’s arrangement.
(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller of Defence Accounts, (Central Command) Lucknow. (g) The quality claims will be raised solely by the Buyer and without any certification/ countersignature by the Seller’s representative stationed in India.
21. Warranty. The following Warranty will form part of the contract placed on successful Bidder :-
(a) The Seller warrants that the goods supplied under the contract conform to technical specifications prescribed and shall perform according to the said technical specifications.
(b) The Seller warrants for a period of 12 (twelve) months from the date of acceptance of stores or date of installation and commissioning, whichever is later, that the goods/stores supplied under the contract and each component used in the manufacture thereof shall be free from all types of defects/failures.
(c) If within the period of warranty, the goods are reported by the Buyer/ consignee to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, within a maximum period of 45 days of notification of such defect received by the Seller, provided that the goods are used and maintained by the Buyer/consignee as per instructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration of downtime. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairs shall be provided free of cost by the Seller. The Seller also undertakes to diagnose, test, adjust, calibrate and repair/replace the goods/equipment arising due to accidents by neglect or misuse by the operator or damage due to transportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and the Seller.
(d) The Seller also warrants that necessary service and repair back up during the warranty period of the equipment shall be provided by the Seller and he will ensure that the downtime is within 5% of the warranty period.
(e) The Seller shall associate technical personnel of the Maintenance agency and Quality Assurance Agency of the Buyer during warranty repair and shall also provide the details of complete defects, reasons and remedial actions for defects.
22
(f) If a particular equipment/goods fails frequently and/or, the cumulative down time exceeds 30% of the warranty period, the complete equipment shall be replaced free of cost by the Seller within a stipulated period of 60 days of receipt of the notification from the Buyer. Warranty of the replaced equipment would start from the date of acceptance after User Inspection by the Buyer/date of installation and commissioning. (g) In case the complete delivery of Engineering Support Package is delayed beyond the period stipulated in this contract, the Seller undertakes that the warranty period for the goods/stores shall be extended to that extent.
(h) The Seller will guarantee the shelf life of 07 years under the Indian tropical condition as given below:
(i) Minimum temperature : 0o C (ii) Maximum temperature : (Plus) 45o C (iii) Average Humidity : 90%
PART V OF RFP – EVALUATION CRITERIA & PRICE BID ISSUES
1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as follows:-
(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the Tender Enquiry, both technically and commercially.
(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the Tender Enquiry. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Enquiry. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation. (c) The bidder will provide details delivery note and supply note of same equipment (same model No) in Lucknow/nearest location. The supply must correspond to the date after Dec 2014.
(d) The inspection team alongwith technical requirements will check the functionality and effectiveness of the model on ground.
(e) The Lowest Bid will be decided upon the overall lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The consideration of taxes and duties in evaluation process will be as follows:-
(i) All taxes and duties (including those for which exemption certificates are issued) quoted by the Bidders will be considered. The ultimate cost to the Buyer would be the deciding factor for ranking of Bids.
23
(ii) The Bidders are required to spell out the rates of Customs duty, Excise duty, VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices. If reimbursement of Customs duty / Excise Duty / VAT is intended as extra, over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duties will be entrained after the opening of tenders. If a Bidder chooses to quote a price inclusive of any duty and does not confirm inclusive of such duty so included is firm and final, he should clearly indicate the rate of such duty and quantum of excise duty included in the price. Failure to do so may result in ignoring of such offers summarily. If a Bidder is exempted from payment of Customs duty / Excise Duty /VAT duty upto any value of supplies from them, they should clearly state that no excise duty will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of Customs duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that excise duty will not be charged by him even if the same becomes applicable later on. In respect of the Bidders who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of excise duty which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders. The same logic applies to Customs duty and VAT also.
(f) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.
2. Price Bid Format. The under mentioned commercial bid format is provided as BoQ_XXXX.xls alongwith this tender document at https://eprocure.gov.in/eprocure/app. Bidders are advised to download this BoQ_XXXX.xls as it is and quote their offer in the permitted column.
Note (i) Please confirm that the store offered by you is exactly as required under tender enquiry description specification/drawing. (ii) In case there is any deviation the same shall be specifically stated. (iii) No addition cost will be considered for richer specification.
24
Appendix A
CALCULATION SHEET FOR PROCUREMENT OF
.AUTOMATED SECURITY CENTRE
Ser No
Descriptions Qty A/U Compliance (Yes/No)
Deviation (If any)
1
36 x Optical &12 x Digital PTZ Network Camera with 1.3 MP.
19
No
2 Fixed box network PoE camera with 8-50mm
3 MP IR Corrected OEM Recommended Lens and IP 66 Housing.
55
No
3 Bullet network PoE camera of 1.3 MP resolution with 3.1- 10 mm lens and equipped with infrared LED.
22
No
4 Indoor Dome network camera with 2.8-10mm varifocal lens & 1.3 MP resolution.
17
No
5 Indoor Mini Dome network camera 1.3MP resolution
1 No
6 Infra-Red LED illuminators : Max Distance : upto 100m (394 ft) in 0LUX with
adjustable 50 - 180degrees.
9
No
7 Infra-Red LED illuminators : Max Distance : upto 80m (262 ft) in 0LUX with adjustable
30 – 60 Degrees.
28
No
8 Security & Surveillance Analytical Software suitable for 114 cameras.
1
No
9 Rack Server 2.4 GHz/4-core/ 10 MB/ 80
Wprocessor with 8 GB RAM, 16 TBHDD,
2GBGTX dual display Graphic Card, 2012 Standard Windows OS, 1 GB
Ethernet ports.
4
No
10 40" LED Monitor. 8 No
11 10/100/100024Port PoE Network Switch with Dual Fiber Port & Fiber Modules.
2
No
12
10/100/10008 Port PoE Network Switch
with Dual Fiber Port & Fiber Modules.
22
No
25
Ser No
Descriptions Qty A/U Compliance (Yes/No)
Deviation (If any)
13 10/100/10008 Port PoE Network Switch.
19 No
14 CAT 6 & Conduit/Batton. 10620 Mtr
15
24 Core Single Mode FoC, LIU, Pigtails, Fiber Patch Cord, Couplers, Fiber Splicing, etc.
5200
Mtr
16 HDPE Pipe. 4500 Mtr
17 3 Core 4mm Power Cable with Conduit & Batton.
6000 Mtr
18 2.5" GI Pipe for underground wiring..
100 Mtr
19 6U RACK. 10 No
20 27U Rack. 2 No
21 IP 66 Box at Boundary. 10 No
22 IP 66 Box at Santary Post (Boundary) for UPS.
12 No
23 5 KVA On-Line UPS + Batteries with Rack.
1 No
26
Ser No Descriptions Qty A/U Compliance
(Yes/No)
Deviation
(If any)
24 3 KVA On – Line UPS + Batteries with Rack.
18 No
25 10 KVA Generator. 01 No
26
6 Mtr Pole swith Base Plate & Foundation sand Camera Fixtures.
52
No
27 2 Mtr Poles with Base Plate and Camera Fixtures.
11 No
28. 2 Ton Split AC. 02 No
29. Gigbit Midia Convertor. 114 No
30. CAT 6 Surge Protections. 228 No
31. Training by Technical Representative for one week.
LOT LOT
32. Total installation and configuration of Automated Security Centre alongwith set up of Control Centre (Building structure will be provided by user).
LOT LOT
33. Suitable Joystick Panel for control movement of PTZ cameras alongwith key board.
LOT LOT
Note : Please refer detailed specifications for above quantities being demanded for compliance.
27
TENDER ENQUIRY NO PC-140219/2/A/GSI (ADM)/ASC/15-16
DATED 31 DEC 2015 Appendix A (Refer to Para 2 of Part II of Tender Enquiry No
PC-140219/2/A/GSI (Adm)/ASC/15-16 dated 31Dec 2015)
COMPLIANCE CERTIFICATE
TECHNICAL SPECIFICATIONS OF AUTOMATED SECURITY CENTRE :
HQ CENTRAL COMMAND
1. High Speed Dome/PTZ Camera(Day/Night)(Qty-19)
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Resolution 1.3 Mega Pixel or better
(b) Image Sensor
The camera shall incorporate a 1/3” or ¼” progressive scan or better mega pixel,
high sensitivity CMOS or CCD sensor.
(c)
Compression
Capacity and
Frame rate
The camera shall be capable of
generating and transmitting images to
meet the following specifications.
H.264 (High Profile): 1,280x960/ 720p
HD
(d) Sensitivity/ Min
Illumination
Color: 0.5 lux or better at F1.4
B/W: 0.06 lux or better at F1.6. lR cut
filter switches on/off to enhance the
sensitivity in B/W mode.
(e) Video Motion
Detection In built digital motion detector
(f) Electronic Shutter Fixed electronic shutter 1~1/10,000
selectable
(g) Auto Gain
Control
The camera shall provide automatic gain
control (AGC)
(h) Backlight
compensation
The camera shall feature intelligent
digital back light compensation.
(j) White balance
mode
Auto, Indoor, Outdoor, One-push WB,
ATW, Manual
28
(k) Lens Type Auto focus zoom lens.
(l) Zoom Ratio 30x or better Optical Zoom, 12x digital or
better
(m) Viewing angle
Horizontal: 1.7deg (Tele) to 60.0deg
(wide) or better
Vertical: 1.3 deg (Tele) to 46.0deg (wide)
or better
(n) Focal length 4.3mm ~ 129.0mm or better
(o) PTZ, Pan angle
The unitized camera/dome assembly
shall be a self contained unit that
incorporates an integral color camera,
Pan and tilt motor, zoom lens, receiver
and driver.
The pan-and –tilt motor shall be a high
speed unit allowing continuous 360deg
panning with a tilt range of -15deg to
+180deg or better.
The camera shall feature a direct drive
motor assembly.
(p) Pan/Tilt speed Manual pan up to 120deg or better
Preset 400 deg/s or better
(q) Preset Minimum 150 preset positions or better.
(r) Day/Night
The camera shall feature a Black & White
mode that may be automatically engaged
on low light level, but also permits the
use of an external infrared illuminator,
when manually selected.
The camera shall incorporate
independent automatic color to B/W
switching modes for switchover on light
threshold and sensitivity to IR illumination
in the 850 nm wavelength.
(s) Digital Noise
Reduction
The camera should support digital noise
reduction in various conditions.
(t) Codec Image
Size 1280 x 720, 640 x 360, 320 x 180
29
(u) Alarm action
Terminal input, VMD and alarm
command should trigger actions such as
SD memory recording, FTP image
transfer, indication on browser and alarm
command output.
(v) Camera housing
The integrated housing shall have a
polycarbonate dome cover, cast
aluminum body and use temper resistant
hardware. The housing shall have a built
in sunshield. The housing shall be robust
for all weather conditions. Housing
should be IP66 and from the same
camera OEM.
(w) Protocols
The camera shall support the following
protocols:-
IPv4: TCP/IP, UDP/IP, HTTP, HTTPS,
RTSP, RTP, RTP/RTCP, FTP, SMTP,
DHCP, DNS, DDNS, NTP SNMP, UPnP.
IPv6: TCP/IP, UDP/IP, HTTP, HTTPS,
RTP, FTP, SMTP, DNS, NTP, SNMP,
DHCPv6.
(x) Onvif
The camera shall support Onvif standard
ver 1.0 with capability to be upgraded to
Onvif standard Ver 2.0
(y) Codec streaming
capability Dual
(z) Ethernet 10BASE-T/100 BASE-TX (RJ-45)
(aa) Local storage
To support SD/ SDHC memory card slot
of 32 GB or better.
Facility of Cache in case of power failure.
(ab) Alarm Output
The camera shall have external I/O
Terminals which can support alarm
output.
(ac) Operating
temperature -20 to 50 degree C or Better
30
2. Super Dynamic Full HD Fixed Box Network Camera (Qty-55)
Ser
No Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
The fixed box network camera assembly must offer an
advanced 1/3" or ¼” Progressive Scan Megapixel Super Dynamic Image sensor, 3 megapixels effective or better,
with a micro lens on each pixel for superior picture detail and
clarity. Superior color reproduction by primary (RGB) color
filter. With compatible to 3 megapixel lens of 8 to 50mm IR
Corrected focal length from the camera OEM or OEM
Recommended Lens Supplier. Camera should be in a OEM
or OEM recommended IP66 Housing.
(b)
The Network Camera shall offer a Black/White mode that
may be automatically activated in low-light conditions. It
shall permit the use of an external infrared illuminator in the
850nm or 940nm wavelength.
(c)
Each Color-to-Black/White switching mode shall incorporate
two preset light thresholds, high and low. Each Color-to-
Black/White switching mode shall incorporate two duration
settings for automated switchover.
(ad) Operating
Humidity Up to 95 % non condensing
(ae) Safety regulatory The camera must be UL,CE (EN60065,
EN55022 Class B, EN55024) certified
(af) Power
Requirement
The power source for the camera shall
be PoE plus approx 24W or 24V AC.
(ag) OEM Certification
& Compliance
1. The Camera should be manufactured in
OEM own Factory (Ink Signed &
Stamped Documentary Proof Required)
2. Require OEM Certificate with Ink Signed
& Stamped confirming.
a. The product Compliance.
b. Datasheet Highlighting the above
specification
c. Warranty Period.
d. Above Certification
3. Copy of UL, CE Certificate with OEM Ink
Sign & Stamped
4. 5.
31
(d)
The Network Camera shall be equipped with digital signal
processing (DSP) to produce a high quality picture with a
minimum illumination of 0.08 lux in color mode or 0.007 lux
in B/W mode keeping Megapixel resolution.
(e)
The Network Camera shall offer hardware-based Back
Focus mechanism for adjustment through web browser or
Video Management System (VMS) software. The feature
shall optimally adjust delicate lens focusing automatically or
manually.
(f)
The Network Camera shall be equipped with a Backlight
Compensation feature, mask settings and level adjustment
capabilities.
(g)
The Network Camera shall offer feature to transform
shadows and dark areas into natural and crisp images in
real time.
(h)
The Network Camera shall also offer wide dynamic range
circuit and Digital Noise Reduction (DNR) features for real
surveillance purposes under severe conditions.
(j)
The Network Camera shall offer White Balance Adjustment
feature and manual white balance configurations shall be
settable.
(k)
The Network Camera shall also be equipped with an
electronic sensitivity-up feature to enhance camera
performance in extreme low light conditions.
(l)
The Network Camera shall use a dual Streaming Codec
capable of simultaneously generating and transmitting
MJPEG/MXPEG and two independent H.264 (High Profile)
video streams which are different in resolutions and frame
rates.
(m)
The Network Camera shall be capable of generating and
transmitting images to meet the following specifications:
a. MJPEG: max 2048 x 1536 @ 15 fps or better, max
1920X1080 @ 25fps or better and 25fps at all other
resolution below 1080P H.264 (High Profile): max
1920X1080 @ 25fps or better and 25fps at all other
resolution below 1080P i.e., Min 15 fps at 3 Megapixels and
Min 25 fps at 2 Megapixels in any of the video steam or
better.
(n) The Network Camera shall be able to support text overlay of
an alphanumeric title.
32
(o)
The Network Camera shall offer a built-in digital motion
detection feature with four areas and fifteen levels of
adjustment capabilities.
(p) The camera shall have function and natural image without
distortion can be monitored though using wide angle lens.
(q)
The camera shall have Privacy Zone masking function. It
can mask up to 2 private areas, such as house windows and
entrances/exits.
(r) The camera shall have feature of Onvif compliant.
(s)
The Network Camera shall have a built-in web server so that
access to the IP video stream can be obtained using Internet
Explorer Version 6.0 SP3 or better. The web browser shall
permit the user to make adjustments and settings to the
camera.
(t) The Network Camera shall have the capability of password
protecting all menu settings.
(u)
The Network Camera's video image may be manually
changed to upside-down mode to facilitate certain mounting
methods and other applications.
(v)
The Network Camera shall be enclosed in a camera
housing. It shall be weatherproof with IP66 ingress
protection rating. The camera housing shall provide at least
2 cable glands for the video and power cables to enter.
(w) The Network Camera shall generate a VBS 1V p-p/75Ohm
PAL composite signal.
(x)
The Network Camera shall have built-in Audio input and
output jacks and be capable of transmitting and receiving
the full duplex audio stream through the same Ethernet
connection as the video. The audio shall be encoded using
the G.726(ADPCM) or G.711 standard.
(y)
The Network Camera shall have external I/O Terminals
which can support alarm outputs or external Day/Night
controls or Aux output.
(z)
The Network Camera shall provide bandwidth controls with
at least the following throughput levels. The Bandwidth Limit
for a video stream shall be adjustable to
512/768/1024/1536/2048/3072/4096/8192/10240/12288/143
36 kbps or frame priority mode.
33
(aa) The Network Camera shall support IPv4/IPv6 network
addressing.
(ab)
Supported protocols:
IPv4: TCP/IP, UDP/IP, HTTP, HTTPS, RTSP, FTP, SMTP,
DHCP, DNS, DDNS, NTP, SNMP, UPnP, IGMP, ICMP, and
ARP
IPv6: TCP/IP, UDP/IP, HTTP, RTP, FTP, SMTP, DNS, NTP,
and SNMP, DHCPv6, ICMP, and ARP
(ac) The power source for the Network Camera shall be PoE
powered (IEEE802.3 complaint)
(ad)
All units must be certified with the following Safety/EMC
standards:
UL/FCC/CE
(ae) Local storage: Should support SD/ SDHC memory card slot
of 32 GB or better. Facility of Cache in case of power failure.
(af)
1. The Camera should be manufactured in OEM own Factory
(Ink Signed & Stamped Documentary Proof Required)
2. Require OEM Certificate with Ink Signed & Stamped
confirming
a. The product Compliance
b. Datasheet Highlighting the above specification
c. Warranty Period
d. Above Certification
3. Copy of UL, CE Certificate with OEM Ink Sign & Stamped
34
3. Bullet Network Camera with IR (Qty-22)
Ser No
Specification Compliance
(Yes/No)
Deviation
(If any)
(a)
The Bullet network camera assembly must offer an advanced 1/3" or ¼” Progressive Scan Megapixel Super Dynamic Image sensor, 1.3 megapixels effective or better, with a micro lens one a ch pixel for superior picture detail and clarity.
58. (b)
The camera shall be equipped with variable focal lens with a focal length of 3.3mm -10mm or better. The camera shall have an angular field-of-view of 30 degree stele photo and 100 degrees wide (horizontal) and 25 degrees telephoto and 75 degrees wide (vertical) or better.
59. (c)
Superior color reproduction by primary (RGB) color filter. The camera shall in corporate built in IR Illuminator sand be capable of producing an image inlux lighting for a distance of atleast 15 meters from the lens when the IR illuminators are on.
60. (d)
The camera shall compliant to IP 66 Weather and Dust resistance with IEC 60529 measurement standard. The camera shall be a box style camera and lens integrated in to a single weather proof package with built in heater and blower and sunshield. The camera shall come with an integrated weather proof mount that can be adjusted+/-100 degree horizontal and from -30 deg to +90 deg vertical.
61. (e)
The camera shall be a box style camera and lens integrated into a single weather proof package with built in heater and blower and sunshield.
62. (f)
The camera shall come with an integrated weather proof mount that can be adjusted +/- 100 degree horizontal and from-30 deg to +90 deg vertical.
63. (g)
The camera shall feature a Black & White mode that may be automatically engaged on low light level and permit the use of an external infrared illuminator.
64. (h)
The camera shall incorporate independent automatic or manual Color-to-Black & White switching modes for switchover on light thre should and sensitivity to IR illumination in the 850nm wave length.
35
4. Indoor Dome Network Camera (Qty-17)
Ser
No Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
The Dome network camera assembly Must offer an
advanced 1/3" Progressive Scan Megapixel Super
Dynamic Image sensor, 3.1 megapixels effective,
with a micro lens on each pixel for superior picture
detail and clarity. Superior color reproduction by
primary (RGB) color filter.
(b)
The Network Camera shall offer a Black/White mode
that may be manually activated or automatically
activated in low-light conditions. It shall permit the use
of an external infrared illuminator in the 850nm
wavelength. The camera shall incorporate
independent automatic Color-to-Black/White
switching modes depending on the preset light
thresholds.
(c)
Each Color-to-Black/White switching mode shall
incorporate two preset light thresholds, high and low.
Each Color-to-Black/White switching mode shall
incorporate three duration settings for automated
switchover.
(d)
The Network Camera shall be equipped with digital
signal processing (DSP) to produce a high quality
picture with a minimum illumination of 0.03 lux in
color mode or 0.004 lux in B/W mode at F1.3
(Shutter: 16/30s) keeping Megapixel resolution.
65. (j) The camera shall feature a lens focus mechanism for automatic and remote back focus adjustment.
66. (k) The Camera shall be equipped with digital signal processing (DSP) to produce a high quality picture.
67. (l)
The Camera shall be equipped with a Back light Compensation feature, mask settings and level adjustment capabilities.
(m) The Camera shall offer feature to trans form shadow sand dark areas in to natural and crisp images in real time.
36
(e)
The Network Camera's Megapixel Super Dynamic
image sensor shall be charged with long and short
charges, creating both standard shutter speeds and
fast shutter speeds simultaneously, on a single image
field. The Megapixel Super Dynamic image sensor
shall automatically apply each exposure pattern to
bright and dark areas. The Megapixel Super Dynamic
image sensor shall feature images with a dynamic
range of up to128 times.
(f)
The Network Camera shall offer hardware-based
Automatic Back Focus (ABF) mechanism for
automatic and remote back focus adjustment through
web browser or Video Management System (VMS)
software. The ABF feature shall optimally adjust
delicate lens focusing automatically or manually.
(g)
The Network Camera shall be equipped with an
intelligent digital Backlight Compensation feature,
mask settings and level adjustment capabilities.
(h)
The Network Camera shall offer Adaptive Black
Stretch (ABS) feature to transform shadows and dark
areas into natural and crisp images in real time.
(j)
The Network Camera shall also offer intelligent digital
wide dynamic range circuit and adaptive Digital Noise
Reduction (DNR) features for real surveillance
purposes under severe conditions.
(k)
The Network Camera shall offer digital white
detective Automatic Tracing White Balance
Adjustment feature for two specific applications: Night
time through Daylight with color temperatures
between 2200°K ~ 6000°K and manual white balance
configurations shall be settable in the range of
2000°K ~ 10,000°K.
(l)
The Network Camera shall also offer a user-
configurable AWC setting for manual white balance
adjustments.
(m)
The Network Camera shall also be equipped with an
electronic sensitivity-up feature to enhance camera
performance in extreme low light conditions.
37
(n)
The Network Camera shall offer on-device
intelligence, Face Detection, feature (with XML
notification) to enhance details of human faces for
better identification.
(o)
The Network Camera shall use a Triple Streaming
Codec capable of simultaneously generating and
transmitting MJPEG and two independent H.264
(High Profile) video streams which are different in
resolutions and frame rates.
(p)
The Network Camera shall be capable of generating
and transmitting images to meet the following
specifications:
MJPE: max. 2,048 x 1,536 @ max. 15 fps, max.
1,920 x 1,080 @ max. 30 fps
H.264: max. 1,920 x 1,080 @ max. 30 fps
(q) The Network Camera shall be able to support uni-
cast and multi-cast transmissions.
(r) The Network Camera shall be able to support text
overlay of an alphanumeric title of 20 characters.
(s)
The Network Camera shall have
a. Focal Length: 2.8 mm - 10 mm, 3.6x (8.4 mm - 30
mm 10.8x with Extra optical zoom (at 360P))
b. Angular Field of View:H: 24.2 °(TELE) ~ 80.6 °(WIDE)
(t)
The Network Camera shall offer a built-in shutter
adjustable from 1/30(OFF), 3/100, 3/120, 2/100,
2/120, 1/100, 1/120, 1/250, 1/500, 1/1,000, 1/2,000,
1/4,000, and 1/10,000 second. A web browser menu
shall allow fine adjustment of chrominance, pedestal
and aperture level.
(u)
The Network Camera shall offer a built-in digital
motion detection feature with four areas and fifteen
levels of adjustment capabilities.
(v)
2 areas VIQS (Variable Image Quality on Specified
area) function can decrease maximum 50%*1
network bandwidth.
(w)
Cropping function enables to provide whole image
(1,920 x 1,080) and the part image (640 x 360)
simultaneously. Up to 4 image capture areas can be
specified, and it is also possible to control the
sequence.
38
(x)
The Network Camera shall have 3x Extra optical
zoom at 360p resolution. (Picture Mode : 2 Mega
pixel [16:9].
(y)
The Network camera shall have Face detection
function detects the position of human face and the
information is sent by video stream.
(z)
The Network camera shall have VMD (Video Motion
Detection) with 4 programmable detection areas, 15
steps sensitivity level and 10 steps detection size.
(aa)
The Network camera shall have LDC (Lens Distortion
Compensation) function and natural image without
distortion can be monitored though using wide angle
lens.
(ab)
The Network camera shall have Privacy Zone
masking function. It can mask up to 2 private areas,
such as house windows and entrances/exits.
(ac)
The Network camera shall have Prioritized stream
control function. One of the video streams can be
prioritized when multiple recorders or client PCs are
accessing the camera so that the recorder or the
client PC can maintain the frame rate.
(ad)
SDXC/SDHC/SD Memory card slot for manual
recording, alarm recording and backup upon network
failure.
(ae) The Network camera shall be Onvif compliant model.
(af)
The Network Camera shall have a built-in web server
so that access to the IP video stream can be obtained
using Internet Explorer Version 6.0 SP3 or better.
The web browser shall permit the user to make
adjustments and settings to the camera.
(ag) The Network Camera shall have the capability of
password protecting all menu settings.
(ah) The web browser shall include the ability to
electronically zoom the picture at 1x, 2x, and 4x.
(aj)
Up to 16 other network cameras shall be viewable
simultaneously by the user, when connected to the
Internet Explorer of the Network Camera without any
additional software required.
39
(ak)
The Network Camera's video image may be manually
changed to upside-down mode to facilitate certain
mounting methods and other applications.
(al)
The Network Camera shall be enclosed in a camera
housing which is made of die-cast and extruded
aluminum body. It shall be weatherproof with IP66
ingress protection rating. The camera housing shall
provide at least 2 cable glands for the video and
power cables to enter.
(am)
The Network Camera shall generate a VBS 1V p-
p/75Ohm PAL composite signal through a 3.5mm
mini jack.
(an)
The Network Camera shall have built-in Audio input
and output jacks and be capable of transmitting and
receiving the full duplex audio stream through the
same Ethernet connection as the video. The audio
shall be encoded using the G.726(ADPCM) or G.711
standard.
(ao)
The Network Camera shall have 3 external I/O
Terminals which can support alarm outputs or
external Day/Night controls or Aux output.
(ap)
The Network Camera shall provide a SDXC Memory
Card slot which can support a maximum of 64GB
SDXC memory card that can cache images in the
event of a network failure. The camera shall also
support manual/alarm recording to the optional SDXC
Memory Card.
(aq)
The Network Camera shall provide bandwidth
controls with at least the following throughput levels.
The Bandwidth Limit for a video stream shall be
adjustable to
64/128/256/384/512/768/1024/1536/2048/3072/4096/
8192/10240/12288/14336 kbps or frame priority
mode.
(ar)
The Network Camera shall be capable of being
configured to automatically transmit alarm images
transfer via FTP file transfer and/or e-mail. In
addition the Network Camera shall support the
scheduled transfer of image data via FTP to an FTP
server.
40
(as) The Network Camera shall support IPv4 and IPv6
network addressing.
(at)
Supported protocols:
IPv4: TCP/IP, UDP/IP, HTTP, HTTPS, RTSP, RTP,
RTP/RTCP, FTP, SMTP, DHCP, DNS, DDNS, NTP,
SNMP, UPnP, IGMP, ICMP, and ARP
IPv6 : TCP/IP, UDP/IP, HTTP, RTP, FTP, SMTP,
DNS, NTP, and SNMP, DHCPv6, ICMP, and ARP
(au)
The power source for the Network Camera shall be
IEEE802.3af compliant PoE 48V @120mA or 12VDC
@ 530mA.
(av)
All units must be certified with the following
Safety/EMC standards:
c. UL (UL60950-1)
d. FCC (Part15 Class A)
e. C-UL (CAN/CSA C22.2 No.60950-1)
f. DOC (ICES003 Class A)
g. CE (EN55022 Class B, EN55022
(aw)
4. The Camera should be manufactured in OEM own
Factory (Ink Signed & Stamped Documentary Proof
Required).
5. Require OEM Certificate with Ink Signed & Stamped
confirming
a. The product Compliance.
b. Datasheet Highlighting the above specification.
c. Warranty Period.
d. Above Certification.
6. Copy of UL, CE Certificate with OEM Ink Sign &
Stamped.
41
5. Mini Dome Network Camera (Qty-01).
Ser
No Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
1.3 megapixel high sensitivity MOS sensor. The camera
shall incorporate a 1/3" or 1/4" progressive scan
megapixel. The camera shall have a minimum
illumination of 0.5 lux color mode and 0.3 lux B/W mode
or Better.
(b)
The camera shall have multiple H.264 high profile
streams, real time high definition video processing. The
camera shall keep 2.3mbps bandwidth or less at 1,280 x
960 resolution.
(c)
The camera shall be capable of generating and
transmitting images to meet the following specifications.
4:3 Mode
JPEG: 1,280 x 960 / VGA (640 x 480) / QVGA (320 x
240) , up to 30 fps
H.264: 1,280 x 960 / VGA (640 x 480) / QVGA (320 x
240) , up to 30 fps
16:9 Mode
JPEG: 1,280 x 720 / 640 x 360 / 320 x 180 , up to 30 fps
H.264: 1,280 x 720 / 640 x 360 / 320 x 180 , up to 30
fps
(d) The camera feature Adaptive Black Stretch
(e)
The camera shall incorporate 1/3" lens with a focal
length of 1.95mm or better. The unit shall have an
angular field-of-view of 100 degrees (horizontal) and 80
degrees (vertical) or better.
(f)
The camera's imager and lens assembly shall rotate for
optimal camera positioning.
Ceiling installation: Horizontal: +/- 20 deg, Vertical: -
20deg to +90 deg.
Wall installation : Horizontal: +/- 80 deg, Vertical: -
90deg to +20 deg
(g) The camera shall support Video Motion Detector.
(h) The camera shall have alphanumeric characters as on-
screen camera title display.
(j) The camera shall have a built-in web server.
(k) The camera shall be able to support uni-cast and multi-
cast transmitting.
42
(l)
The camera shall support IPV4 and IPV6 network
addressing.
Supported protocols:
IPv4:TCP/IP, UDP/IP, HTTP, HTTPS, RTSP, RTP,
RTP/RTCP, FTP, SMTP, DHCP, DNS, DDNS, NTP,
SNMP and UPnP.
IPv6: TCP/IP, UDP/IP, HTTP, RTP, FTP, SMTP, DNS,
NTP, SNMP and DHCPv6.
(m)
The camera shall be capable of being configured to
automatically transmit alarm images transfer via FTP file
transfer and/or e-mail. In addition the camera shall
support the scheduled transfer of image data via FTP to
an FTP server.
(n) The camera shall have capability to support Onvif
standard.
(o) The power source for the camera shall be PoE (IEEE
802.3af) , PoE 48 V: 54 mA (Class 1 device)
(p) All units must be certified with the following Safety/EMC
standards: UL/CE
(q)
Local storage: Should support SD/ SDHC memory
card slot of 32 GB or better. Facility of Cache in case of
power failure.
(r)
1. The Camera should be manufactured in OEM own
Factory (Ink Signed & Stamped Documentary Proof
Required).
2. Require OEM Certificate with Ink Signed & Stamped
confirming
a. The product Compliance.
b. Datasheet Highlighting the above specification.
c. Warranty Period.
d. Above Certification.
3. Copy of UL, CE Certificate with OEM Ink Sign &
Stamped.
4. 5.
43
6. Box Camera Lens Technical Specification (Qty-55)
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) General
3MP, IR Corrected, CS
Mount Megapixel Vari-
Focal Lens
(b) Imager size 1/2.7", 1/2.8", 1/3", 1/4"
(c) Mount type CS Mount
(d) Focal length 8-50mm
(e) Aperture range F/1.6 - 360
(f) Angle of
View 1/3"
Wide 33.5deg x 25.1deg
(g) (Horizontal
x Vertical) Tele 5.6deg x 4.2deg
(h) Focus range 0.3m - infinity(wide)
(j)
Operation
Focus Manual
Zoom Manual
Iris DC Auto iris
(k) Back Focus 8.08mm
(l) Wave length Visible light to Near
infrared light
(m) Operating voltage Open 4.0V/Close 0.5V
(n) Operation temperature -05deg to 50deg
(o) OEM Certification &
Compliance
1. Require OEM Certificate
with Ink Signed & Stamped
confirming
a. The product Compliance
b. Datasheet Highlighting the
above specification
c. Warranty Period
2. 3.
44
7. Software Specification (Qty.–Suitable for 114 Cameras)
Ser
No
Description Compliance
(Yes/No)
Deviation
(If any)
General
(a) The proposed solution shall be based on latest Windows
Server & Windows8 Operating System.
(b) Provide exceptionably reliable detection using software
algorithms.
(c) Enable an immediate response through real-time alerts.
(d) Runs on computer networks using industry-standard
equipment.
(e) Software should not be from the same OEM as the
Camera.
Operational Environment.
(f)
The VIS shall have the capability of operating in an
environment that requires multi-tasking, when using
multiple cameras spread over a wide area. It shall also be
capable of counting object within a frame. The cameras
should support multiple analytic rules.
Video Standards and Formats
(g)
VIS shall have the capability of accepting a range of digital
video compression video stream including MPEG4, H264
(High Profile)/MPEG4AVC, MJPEG.
(h)
VIS shall have the capability of providing video processing
for CIF frame sizes (320x240 for NTSC, 352x288 for PAL),
with the capability for high resolutions, including 4CIF
frames, when suitable hardware is made available. If
required, megapixel and high-definition (HD) cameras can
be connected to the system on request.
(j) The NVMS software should be able to integrate with
various makes.
(k)
The NVMS software should not be from the same OEM as
the Camera OEM.
45
Video Motion Detection (VMD) Capabilities.
Ser
No
Description Compliance
(Yes/No)
Deviation
(If any)
(l) Motion Detection should allow the following a. b.
(m) c. Image to control the quality at which the video is saved d. e.
(n) f. Update Rate g. h.
(o) i. Load balance - dynamically control the update rate j. k.
(p) l. Sensitivity m. n.
(q) o. Light condition – should allow to ignore sudden change in
lighting
p. q.
(r) r. Alarm trigger level – should be automatically tune itself to
changing light and ambient movement conditions
s. t.
(s)
Area Masking - VIS shall have the capability to enable the
end-user to define areas for each camera view, to include
or exclude from analytic processing. There are two types of
Masking Regions: No detection Type and No tracking
Type.
(t)
Intelligent masks – VIS shall have the capability to have a
feature of the intelligent masking which allows full motion
detection and tracking of objects passing through a
masked area, but will ignore any motion that appears
inside the area unless it moves into the non-masked area.
46
(u)
Advance motion should be highly configurable and be
tuned to more accurately match the kind of objects you are
interested in detecting. The following settings should be
applied to the advance motion detection :-
(i) The masks feature shall allow to make the software
ignore motion that occurs in specific areas in the camera's
field of view. This feature will be used in an area that is
likely to generate a lot of unimportant motion, such as a
window looking out on to a road, or an area not to be
monitored or recorded for privacy reasons. The masks
window is accessible by pressing the multi-coloured masks
button on the video window.
(ii) Intelligent Masking should be a feature of the
motion detection system, and shall allow full motion
detection and tracking of objects passing through a
masked area, but will ignore any motion that appears
inside the area unless it moves into the non masked area.
(iii) The software should provide an advanced form of
motion detection based around the tracking of moving
objects, and allows video analysis such as object counting.
(iv) The software should be highly configurable and can
be tuned to more accurately match the kind of objects of
interest for detection.
(v) The software should allow the type of object of
interest in tracking.
(vi) Object Tracking - VIS shall have the capability to
track a specific object as it moves into and through a
detection region and/or crosses a virtual line. For example,
track moving vehicles, people or vessels (containers).
(vii) Wrong Direction Detection - VIS shall have the
capability to detect objects moving in the wrong direction
from a predefined direction marked as a Virtual Line on the
screen.
47
NVMS Software should have Compliance
(Yes/No)
Deviation
(If any)
(v) Perimeter Intrusion Detection
(w) Pre and Post Event Recording
(x) Heartbeat images
(y) Latest Motion Detection technology
(z)
Image Enhancement feature to enhances the images
taken from CCTV cameras in poor conditions (like fog, rain
etc.)
(aa) Provides auto-tracking - the camera can move to follow
movement through a monitored area
(ab)
Software provides remote interface with a full live feed
view, with digital zoom options, control of PTZ cameras,
multiple simultaneous feeds, and image quality settings to
improve performance through bandwidth reduction
(ac) Each camera setting can be adjusted individually
according to client's requirement
(ad) Schedule operation - All cameras can be fully scheduled
individually
(ae) View and record multiple cameras
(af) As many playback sessions as are required can be
displayed at once
(ag) Automatic control of supported PTZ cameras
(ah) Alerting by audio alert, email (with images)
(aj) Built around a modular system of components
(ak) Because of its modular design, system not limited to one
type of device can mix devices as required
(al) Software uses a wide range of camera devices including
analogue cameras with encoder
(am)
PTZ (Pan, Tilt & Zoom) cameras provides auto-tracking -
the camera can move to follow movement through a
monitored area
(an)
Archiving automatically ensures you retain the right
amount footage, image integrity checking ensures your
footage isn't tampered with, and feed management allows
you to precisely control the storage of images per camera
feed
(ao)
Software has built in feature to bring camera observation to
mobile devices (require a software on a mobile device to
view)
(ap) Software has image integrity checking to ensure the
footage isn't tampered with
(aq) Full PTZ Priority Queues - Prioritize PTZ control from
events, tours, local and remote users.
(ar) Mouse scroll wheel PTZ Zoom control.
48
8. Monitor (Qty-08.)
(as) PTZ Control via client machine
(at)
Tripwire allows the following function :-
a. (i) Send an alert message b. c.
d. (ii) Send a tweet e. f.
g. (iii) Play an audio file h. i.
(iv) Record all activity on a camera j. k.
l. (v) Move a PTZ Camera m. n.
o. (vi) Set the state of an output device p. q.
r. (vii) Run an external application s. t.
u. (viii) Send an event to a remote client software v. w.
x. (ix) Switch to a saved layout y.
z. (x) Write an entry to the log
Ser No
Description Specification Compliance
(Yes/No) Deviation
(If any)
(a) Type LED (b) Screen Size 40”or better (c) Mounting Table top or Wall mounted (d) Resolution 1024x768 or better (e) Contrast Ratio 20million:1 (f) Aspect Ratio 16:9 (g) Inputs 1AV,4Audio,1Component
Video,1RGB,1VGA,1DVI HDCP,1HDMI,1RS-232
(h) Availability Commercially available of the shelf item(COTS)
(j) Image To be able to show image simultaneously from 16cameras and above.
49
9. Net work Video Recorder (Qty-04)
Ser
No
Description Specification Compliance
(Yes/No) Deviation
(If any)
(a) CPU Two Intel ® Xeon ® E5-2603 v 2 (1.8GHz/4-core/10MB/6.4GT-sQPI/ 80W). Server should provide an intelligent socket that would ease the installation of CPU to avoid errors caused by mis-inserting processors during install or upgrade.
(b) Mother board Intel ® C 600 Series Chipset (c) Slots Min 6 PCIE x press Slots
(d) Memory 16 GBDDR 3 RAM with Advanced ECC, Online Spare & Locks upgradable to 768GB
(e) Hard Disk Drive 4 x 4 TB 7200 rpm Hot Plug 6 GSATA 3.5" HDD expandable upto 8 HDDs.
(f) RAID Controller SAS controller with minimum 512 MBFBWC capable of supporting 8 hard disk drives.
(g) (h)
Graphics Card Bays
NVIDIA Quadro K5000PCI-E Graphics Adapter
8 Hots wap Bays
(j) Ports 7 USB Port, 1 Serial Port
(k) Cabinet 2U RACK (l) Certifications Microsoft Windows Server
Canonical Ubuntu Red Hat Enterprise Linux (RHEL) SUSE Linux Enterprise Server (SLES) Oracle Solaris Mware Citrix Xen Server
(m) Optical Drive DVD ROM Drive
Power Supply & Fans
Hot-Plug Redundant Power Supply & Hot-Plug Fans
(n) Ethernet 4x10/100/1000 Network Ports.
(o) Power Management
Power-on password Serial inter face control Administrator's password.
50
(p) Warranty 5 Year 24 x 7 On site OEM Support with DMR
(q) Server Management
Software should support dashboard view to quickly scan.
(r) Software The managed resources to assess the overall health of the data center. It should provide at glance visual health summary of their sources user is authorized to view.
Software should support feature to visualize the relationships between data center devices, upto the highest levels of data center infrastructure.
Must have the ability to map the remote media to the server. Also must have the ability to transfer files from the user’s desktop/laptop folders to the remote server with only the Lights-Out network connectivity.
Must have the capability of deploying Operating Systems on multiple servers simultaneously and also be able to schedule deployment as and when needed.
Software should support dashboard view to quickly scan the managed resources to assess the overall health of the data center. It should provide an at-a-glance visual health summary of the resources user is authorized to view.
(s)
Server Management Software
Software should support feature to visualize the relationships between data center devices, up to the highest levels of data center infrastructure.
Must have the ability to map the remote media to the server. Also must have the ability to transfer files from the user’s desktop/laptop folders to the remote server with only the Lights-Out network connectivity.
Must have the capability of deploying Operating Systems on multiple servers simultaneously and also be able to schedule deployment as and when needed.
51
10. IR Illuminators - Lighting distance and Angle of Illumination: Adjustable from
53m to 80m (173ft to 262ft) and Adjustable from 30 degrees to 60 degrees (Qty -28)
Ser
No. Description
Compliance
(Yes/No)
Deviation
(If any)
General
(a)
The Infra-Red illuminator shall be a solid state LED
device utilizing SMT (Surface Mount Technology) with
current controlled LED’s providing at least 10 years illumination life (44,000hrs night time use).
(b)
The illuminator shall provide an adjustable beam angle
allowing the illumination to be adapted to the
appropriate scene.
(c)
The illuminator and the power supply shall be
manufactured by the same manufacturer and shall
have a 100-240V AC auto-sensing input with an
adjustable output to the illuminator of up to 50W
maximum.
(d) Power supply must include an adjustable photocell and
a telemetry control input.
(e)
The LED illuminator shall be vandal resistant and
manufactured using high impact polycarbonate lensing
and shall incorporate an aluminum extruded heat sink
to aid LED life expectancy.
(f) Both the illuminator and PSU shall have an IP66 rating
as a minimum
(g) Illuminator shall have operational temperature range
between -50 to 50˚C (-58 to 122°F).
Technical Specifications
(a)
The illuminator shall meet or exceed the following
specifications:
Lighting distance: Adjustable from 53m to 80m (173ft to
262ft)
Angle of Illumination: Adjustable from 30 degrees to 60
degrees
Optics: Surface mount technology LED’s
Maximum consumption: 50 watts
Power Supply: input : 100-240V AC, auto-sensing;
output : 13.5V current controlled
Ingress Protection Rating: IP66
Operating Temperature: -50°C to + 50⁰C (-58 to 122˚F) Wavelength: 850nm (940nm as an option)
(b) The illuminator shall be covered by a manufacturer’s warranty of 3 years from the date of purchase.
52
(c)
Certification:
Product should be CE certified and should meet the
following technical standards: EN 61000
6-3:2001, EN 61000-3-3:1995, EN 61000-3-2:2000, EN
50130-4:1995, EN 60950:2000, EN
55022:1998, EN 60825-1:1994 & BS EN 60529:1992 +
Amd1 & 2
(d)
1. The IR Illuminator shall be covered by a manufacturer’s warranty of 3 years from the date of purchase.
a. Require OEM Certificate with Ink Signed & Stamped
confirming. The product Compliance Datasheet
Highlighting the above specification Warranty Period
Above Certification duly Ink Signed & Stamped by the
OEM Copy of CE Certificate with OEM Ink Sign &
Stamped
2. 3.
11. IR Illuminators - Lighting distance and Angle of Illumination: Adjustable from
100m to 140m (328ft to 460ft) and Adjustable from 50 degrees to 180 degrees (Qty-09)
Ser
No. Description
Compliance
(Yes/No)
Deviation
(If any)
General
(a)
The Infra-Red illuminator shall be a solid state LED
device utilizing SMT (Surface Mount Technology) with
current controlled LED’s providing at least 10 years illumination life (44,000hrs night time use).
(b)
The illuminator shall provide an adjustable beam angle
allowing the illumination to be adapted to the
appropriate scene.
(c)
The illuminator and the power supply shall be
manufactured by the same manufacturer and shall have
a 100-230VAC auto-sensing input with an adjustable
output to the illuminator of up to 120W maximum.
(d) Power supply must include an adjustable photocell and
a telemetry control input.
(e)
The LED illuminator shall be vandal resistant and
manufactured using high impact polycarbonate lensing
and shall incorporate an aluminum extruded heat sink
to aid LED life expectancy.
(f) Both the illuminator and PSU shall have an IP66 rating
as a minimum
(g) Illuminator shall have operational temperature range
between -50 to 50˚C (-58 to 122°F).
53
Technical Specifications
(a)
The illuminator shall meet or exceed the following
specifications:
Lighting distance : Adjustable from 100m to 140m (328ft
to 460ft)
Angle of Illumination: Adjustable from 50 degrees to 180
degrees
Optics: Surface mount technology LED’s
Maximum consumption: 120 watts
Power Supply: input : 100-230VAC, auto-sensing; output :
13.5V current controlled
Ingress Protection Rating: IP66
Operating Temperature: -50°C to + 50⁰C (-58 to 122˚F) Wavelength: 850nm (940nm as an option)
(b) The illuminator shall be covered by a manufacturer’s warranty of 3 years from the date of purchase.
(c)
Certification:
Product should be CE certified and should meet the
following technical standards: EN 61000
6-3:2001, EN 61000-3-3:1995, EN 61000-3-2:2000, EN
50130-4:1995, EN 60950:2000, EN
55022:1998, EN 60825-1:1994 & BS EN 60529:1992 +
Amd1 & 2
(d)
4. The IR Illuminator shall be covered by a manufacturer’s warranty of 3 years from the date of purchase.
5. Require OEM Certificate with Ink Signed & Stamped
confirming
a. The product Compliance
b. Datasheet Highlighting the above specification
c. Warranty Period
d. Above Certification duly Ink Signed & Stamped by the
OEM
6. Copy of CE Certificate with OEM Ink Sign & Stamped
7. 8.
54
12. PoE Network Switch (Qty– 24 for Port 02, for 8 Port with dual fiber ports- 22 &
for 8 Port - 19)
Ser
No. Description
Compliance
(Yes/No)
Deviation
(If any)
(a)
Minimum 8 & 24 port PoE Ethernet Switch required in
control centre and camera sites for network. The
parameters should be as follows:
(b) Supports Simple Network Management Protocol (SNMP)
(c)
Supports following IEEE standards: IEEE 802.3 10BASE-T
Ethernet, IEEE 802.3u 100BASE-TX Fast Ethernet, IEEE
802.3ab 1000BASE-T Gigabit Ethernet, IEEE 802.3ad
LACP, IEEE 802.3z Gigabit Ethernet, IEEE 802.3x Flow
Control, IEEE 802.1D (STP, GARP, and GVRP),IEEE
802.1Q/p VLAN, IEEE 802.1w RSTP, IEEE 802.1s Multiple
STP, IEEE 802.1X Port Access Authentication IEEE
802.3af, IEEE 802.3at
Connectivity:
(a) 1000 Base-FX and 10/100/1000 Base-T
(b) Copper Ethernet supports 10/100/1000 Base-T EIA/TIA 568
Cat3, 4, 5, 5e, 6, 6e UTP/STP
(c) 8 Port PoE Ethernet Ports and 2 SFP Gigabit Uplink for
Network connectivity
QoS
(a) Priority levels - 4 hardware queues
(b)
Scheduling - Strict priority and weighted round-robin (WRR)
& Queue assignment based on DSCP and class of service
(802.1p/CoS)
(c)
Class of service - Port based; 802.1p VLAN priority based;
IPv4/v6 IP precedence/type of service (ToS)/DSCP based;
Differentiated Services (DiffServ); classification and re-
marking ACLs, trusted QoS
(d) Rate limiting - Ingress policer; egress shaping and rate
control; per VLAN, per port, and flow based.
(e)
Congestion avoidance - A TCP congestion avoidance
algorithm is required to minimize and prevent global TCP
loss synchronization
55
(f) Power Dedicated to each PoE – 62W
(g)
DHCP Options facilitate tighter control from a central point
(DHCP server) to obtain IP address, auto-configuration (with
configuration file download), DHCP relay, and hostname
(h) Operating Temperature: 0 to 45 Degree C
(j) Operating Humidity: 10% to 90% relative, non-condensing
(k) Certification: UL (UL 60950), CSA (CSA 22.2), CE mark,
FCC Part 15 (CFR 47) Class A
(l)
The hardware OEM should be a reputed concern, having
global presence in multiple countries. Vendor should have
ISO certifications.
(m)
Full configuration as listed above should be tested and
integrated at OEM manufacturing plant which includes all
major components, power supply, cooling fan, cabinet etc. A
certificate from the manufacturer should be enclosed with
this effect.
(n)
1. All documents manuals/driver CDs should be provided by
the OEM.
2. Product brochure, clearly indicating make and model no.
etc, should be provided with the offer.
(o)
Local services should be available and OEM (manufacturer)
should have at least two authorized service provider (ASP)
and their address should be available on OEM’s website.
Also, provide name & address of the ASP.
56
13. Network
A Local Area Network (LAN) shall be provided for communication between the system
elements. All interfaces to the LAN shall be a minimum of 1000BaseTX Ethernet and for
workstation 1000/10000BaseTX.
Online UPS (Qty.–5 KVA 01, & 3 KVA - 18)
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
Input:
Input Voltage Range
When load < 50%
Input Voltage when
± 50% load
Frequency
Phase
Input Power Factor
Input Range is
118±5VAC~295±5VAC
Input Range is
160±5VAC~295±5VAC
46~54Hz±0.5Hz
Single Phase
≥0.95
(b)
Output:
Output voltage
Frequency range
THD (liner load)
THD(Non-liner load)
Multiple Ranges 210~240V
50Hz ± 0.2%
<3%
<5%
(c)
Overload Capablity
Crest factor
>110% 30s turn to bypass
mode
3:1 (max)
(d) Short circuit
protection
5 cycles turn off invertor, no
transfer to bypass, provide
alarm (AC mode), 5 Cycles
turn off invertor, provide alarm
(batter mode), input fuse
blown or breaker action
(e) Waveform Pure sine wave
(f) Transfer time from
AC to bypass mode 4ms (typical 2.5ms)
(g) Efficiency ≥85%
(h)
Changing time
Charge current
Maximum 5 Hrs for Full
Charging
Up to 8A
(j) Communication
interface
Any communication interface
must be built-in
57
14. Fiber Optic Cable & Optical Fiber Cable Accessories (FOC Qty.–5200Mtrs)
Ser
No. Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Cable Type Armored Loose Tube Jelly Filled
(Multi-Tube), rodent resistant.
(b) Fiber Type Single Mode, 9 / 125, 250
micron primary coated buffers
(c) Fiber Core
As per Telecordia GR20, ITUT
G652D, IEC- 60793-2-50,
TIA/EIA 492-CAAB
(d) No of Cores 24
(e) Armoring Corrugated Steel Tape Armor
(f) Cable Construction
Type
BELLCORE GR 20 / IEC 794-1
- Loose tube Corrugated steel
tape (0.155mm Min)CSTA
provided with FRP Rod as
strength members
(k)
Minimum Total
Ampere of batteries
for 5 & 3 KVA UPS
As required for 1 hour back-up
with full load
(l) OEM Certification &
Compliance
1. The On-Line UPS shall be
covered by a manufacturer’s warranty of 3 years from the
date of purchase.
2. Require OEM Certificate with
Ink Signed & Stamped
confirming
a. The product Compliance
b. Datasheet Highlighting the
above specification
c. Warranty Period
3. Confirmation from the UPS
OEM/Battery supplier
confirming that the batteries
supplied is under warrantee
for two years and will be
replaced after two years.
58
(g) Outer Jacket
Construction
High density polyethylene, anti -
termite, anti - rodent suitable for
direct burial application
(h) @1310nm < = 0.35 dB/Km
(j) @1500nm < = 0.20 dB/Km
(k) Maximum Tensile
Load >= 2670 N
(l) Maximum Crush
Strength >= 2670 N
(m) Operating
Temperature -20° to +70° C
(n) Certifications UL
(o) LIU
LIU should be provided for
terminating the optic fiber
cables. It shall provide minimum
bending radius and the splice
trays shall function as a splice
cover for pigtail splicing. It shall
be made of aluminium with
power coating in compliance
with latest industry standards.
Cable glands shall be provided
at the cable entry point for tight
sealing. The splice tray shall be
made of ABS materials.24 Port.
It shall be fitted with SC
couplers and all accessories for
termination.
(p) Pigtails
SC Type; 1M; Insertion
Loss<0.5 db; Return Loss>40
db; Bend Radius>30 mm
(q) Optical Fiber
Connectors
Optical Fiber connectors should
be single mode SC/ST Type
with push pull mechanism and
fully in compliance with latest
industry standard. Optic fiber
connectors should be of
standard make.
59
(r) Optic Fiber Adapters
Optical Fiber adaptors should
be suitable for single mode
SC/ST Type fiber cable
connectors and shall be fully in
compliance with latest industry
standard. It shall be with
snap/latch mechanism. Optic
fiber adapters should be of
standard make
(s) Optic Fiber Patch
Cords
Optical Fiber patch cords should
be suitable for single mode
SC/ST Type fiber cable
connectors and plastic moulded
plug type connectors and shall
be fully in compliance with latest
industry standard. It shall be of
should be of known standard
make. Min Return Loss >50 db
(t) Rack 6U 19inch Network Rack with cable
Managers and 1 fan.
60
15. Gigabit Media Converter. (Qty- 114) required for installation of 114 Cameras and
Monitoring station (Control Room).
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Type Ethernet Data to Fiber & Vice-
Versa
(b) Ports 2 (Two). One Ethernet Port &
One Fiber Port
(c) Multiplexing Integrated Wavelength Division
Multiplexing
(d) Auto negotiation
Yes (Between 10Mbps,
100Mbps & 1000Mbps Data
rates)
(e) Range Selection 10Mbps, 100Mbps & 1000Mbps
(f) Communication
selection Full & Half Duplex
(g) Link Down Detection Yes
(h) Multimode & Single
Mode Support Yes
(j) Transmission
Device Laser Diode
(k) Outdoor Application Yes
(l) Switching Method Store & Forward
(m) Compliance IEEE 802.3, 802.u, 802.3x
(n) Interface AutoMDI / MDI-X
(o) LED Indicators Yes
(p) Shock & Vibration
Resistant Yes
(q) Enclosure
- Media converter used for
outdoor application at Camera
and layer 2 switch end shall be
housed in IP65 enclosure at the
bottom of the pole.
- Media converter used for
indoor application at layer 3
switch end shall be housed in
proper enclosure.
(r) Certifications CE, FCC & UL
(s) Operating
Temperature 0° to 70°C
(t) Operating Voltage 12V DC / 24V AC
61
16. Shielded CAT6 Cable (Qty 10620Mtr).
S.
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
General Features
High ACR Values
(b) Low Bit Error Rates
(c) Electromagnetic
Compatibility
(d) Minimum Radiations effect
(e) Maximum Noise Immunity
(f) 4 Twisted Pairs
(g)
Compliant with standards
ISO/IEC 11801 2nd Ed., EN
50173-1: May 2007 (DIN EN
50173-1), DIN 44332-5, IEC
61156-5 2nd Ed., EN 50288
x-1, 10Gbase T in acc. With
IEEE 802.3an: June 2006,
tested and certified by
independent laboratory.
(h)
Low-smoke in acc. With IEC
61034, flame-retardant in
acc.
With IEC 60332-1 and
halogen-free in acc. With
IEC 60754-2.
(j) Outer Diameter 7.5 mm or lesser (Nominal)
(k) Conductor Diameter 0.573 mm (AWG)
(l) Conductor Type 23 AWG bare annealed
Copper
(m) Color Blue / Red / Grey
(n) Overall Shield Tined Copper Braiding
(o) Electrical
Impedance
100 +- 6 Ohms @1 - 300
MHz
(p) DC Resistance 74 Ohms/km (Max)
(q) Voltage Rating 70 V DC
(r) Dielectric Strength 1500V/minute
(s) Insulation
Resistance
500M Ohms / Km
(min)@500VDC
(t) Velocity of
Propagation 69%
(u) Certifications UL
62
17. CAT6 Surge Protection (Qty- 228 required for 114 Cameras).
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Data cable protection devices for network
technology up to 10G Bit/s
(b) Support Power over Ethernet (PoE)
(c) U max AC 41 V
(d) U max DC 58 V
(e) LPZ 1 – 3
(f)
Channel
performance
ISO/IEC
Class EA
(g)
Channel
performance
Ansi/EA
CAT6A
(h)
Rated arresting
surge current In to
C2 (total)
7 kA
(j)
Rated arresting
surge current In to
C2 (wire-wire)
0.15 kA
(k) Protection level
wire/earth <700 V
(l) Protection level
wire/wire <120 V
(m) Nominal load
current 1 A
(n)
Serial impedance
per wire
Transmission
frequency
500 MHz f
(o) Protection rating IP10
(p) Plug-in system RJ45
(q) Testing standard IEC 61643-21
63
18. Power Cable (Qty – 6000 Mtr)
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Cable Type Copper
(b) Voltage Rating Up to 1100V
(c) Size 3 Core 4 Sq mm
(d) Construction
Annealed Bare
Electrolytic Grade
Copper Conductor
(Solid Conductor or
Multi stranded) as per
IS:8130/84.
(e) Primary Insulation
Extruded PVC
Compound as per IS:
5831 Type A 0.9 mm
nominal thickness
(f) Inner Sheath
Extruded PVC
Compound Type ST1,
Minimum thickness as
per Table 4 of IS: 1554
Part-1
(g) Armor
Galvanized Steel Wire
armored dimensions as
per table-5 of IS:1554
Part-1
(h) Outer Sheath
Extruded PVC
Compound Type ST1,
Minimum thickness as
per Table 7 of IS: 1554
Part-1
(j) Application Outdoor
(k) Core Identification Red, Yellow & Blue
64
19. Mounting Pole (Qty for 6mtrs Height –52 & for 2 mtrs Height – 11.)
Ser
No Description Specification
Compliance
(Yes/No)
Deviation
(If any)
(a) Type Self Support Octagonal
(b) Material
Hot Galvanized – Sheet
Thickness - 3mm, Base
Plate Thickness –
16mm, Bottom Diameter
– 150mm, Top Diameter
– 75mm
(c) Height 6 mtrs or as per site
requirements
(d) Wind Speed 150 Kmph
(e) Stress Within acceptable limit
(f) Foundation Foundation with 16mm
Bolts X4
20. Cable Laying
Ser
No Specification
Compliance
(Yes/No)
Deviation
(If any)
(a)
The cable has to be laid along the walls
or underground through HDPE pipe as
per the site conditions at minimum 300
mm depth. Job excludes excavation,
back filling & restoration in any kind of
soil & backfilling. Job includes laying of
cable, HDPE pipe, supervision of
backfilling etc. to complete the job.
(b)
The bidder shall quote for Supply &
laying of all the cables [(Power-3C-
2.5Sqmm (between Layer3 switch to
Layer-2 Switch), 3C-1.5Sqmm
(Between Layer 2 switch to MC, PTZ
Camera), (Signal cable-Armoured Cat-6
and OFC)].
65
(c)
OFC supplying & laying rates shall
include cost of BIS mark
HDPE pipe of 50 mm diameter.
(d)
CAT-6 cable supplying & laying rates
shall include cost of BIS mark , heavy
duty, PVC pipe of 40 mm diameter.
(e)
Power cables shall be laid above
ground separately in the HDPE pipes
(duly clamped).
(f)
Laying of cable in HDPE pipe trenches
in ISI mark PVC conduits on walls / GI
pipes to be used for Road crossings.
(g)
Pulling of cable through HDPE pipe and
GI Pipe and sealing ends including
unused sleeves, including cleaning of
pipes. All entries shall be sealed with
sealing compound.
(h)
Supplying and providing of MS Clamp of
required sizes to hold the cable firmly to
structure/tray.
(j) All entries shall be sealed with sealing
compound.
(k)
Underground cable laying shall include
termination at both ends, supply of
HDPE pipe for underground cables,
supply of ISI Mark PVC pipe for cables
along the walls, supply of GI pipe for
road crossings etc.
(l)
Cable leads shall be terminated at both
ends by crimped type soldering.
(m)
All equipment’s and fittings used should be of ISI marked confirming to relevant
IS codes.
66
21. 10 KVA Silent Gen Set (Qty – 01)
Ser No Description Specification
Compliance (Yes/No)
Deviation (If any)
(a) Engine Gross Power(100%)
18BHP
(b) Engine Speed 1500rpm
(c)
Engine Cooling System
Liquid Cooled with Radiator
(d) Engine Aspiration Natural
(e) Engine No of Cylinders
2
266. (f) Engine Displacement 1365 cc
(g)
Alternate or Type Brush less, Single/Three Phase, Class H
267. (j) Alternate or Voltage 230/415 Volts
(k) Alternator Speed/Frequency
1500/50rpm/Hz
269. (l)
Control Panel AMF/Manual Control Panel –as per specific requirement/ application
(m) Fuel Tank 100LitersCapacity
Battery As per OEM recommendation
(n)
Acoustic Enclosure in mm
1800x900x1250
(LxWxH)
Weight Approx.≤780kg
67
22. General Points For Compliance.
Ser No.
Description Compliance
(Yes/No) Deviation
(If any)
270. (a) Server and the Network Switches should be of an international reputable makes.
271. (b)
Security & Surveillance Software should be generic in nature and should not be from the same OEM as the Cameras.
272. (c) All the Camera Hardware should be UL listed products with Certifications.
273. (d) UL Certification should be produced.
274. (e) All the cables & conduit should be ISI/ BIS certified
275. (f) All the outdoor equipment should be in IP66 (Weather Proof)Locked Box or as mentioned
(g) All UPS batteries should be replaced after 2 years within maintenance period.
276. (j)
The hardware (Camera, Workstation, Network Switch) OEM should be putted company, having global presence in multiple countries.
277. (k) OEM Cameras should be manufactured in the OEM own Manufacturing Unit.
278. (l) Camera model offered should be a global model and factory certificate.
(m) Factory Acceptance Certificate should be available on demand.
(n)
Camera minimum 20% stock should be available in OEM own ware house in India.
(o)
OEM should submit the following for the offered products :-
(i) Compliance duly stamped & ink signed. (ii) UL Certificate duly stamped & ink signed. (iii) EN Certificate duly stamped & ink signed. (iv) Product Data sheet duly stamped & ink signed. (v) Product Warranty duly stamped & ink signed.
(p) All kind of civil/ wood work/ electrical work for installation of 114 cameras including setting up of control centre to be provided (less building structure which will be provided by the user).
68
Appendix ‘B’
TENDER CONDITIONS ACCEPTANCE LETTER
(To be given on Company Letter Head) Date : To, __________________ __________________
SUB : ACCEPTANCE OF TERMS & CONDITIONS OF TENDER Tender Reference No : ___________________ Name of Tender/Work :- _____________________ _____________________ _____________________ _____________________ Dear Sir, 1. I/We have downloaded / obtained the tender document (s) for the above mentioned ‘Tender / Work’ from the web site (s) namely : _________________________________________________________________________ ____as per your advertisement, given in the above mentioned website(s). 2. I/We hereby certify that I / we have recd entire terms and conditions of the tender documents from Page No. ___________to ________(including all documents like annexure(s), schedule(s), etc.), which from part of the contract agreement and I/we shall abide hereby the terms / conditions / clauses contained therein. 3. The corrigendum(s) issued from time to time by your department / organizations too have also been taken into consideration, while submitting this acceptance letter. 4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totally / entirely. 5. The documents and enclosures as submitted in physical form as mentioned in para 3 (b) of part I of RFP is the true copy of the documents uploaded on the Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app). 6. In case any provisions of this tender are found violated, you department / organization shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this condition.
Your Faithfully, (Signature of the Bidder, with Official Seal)
69
Appendix ‘C’
PRICE BID FORMAT The Price Bid Format is given below and Bidders are required to fill this up correctly with full details:- (a) Basic cost of the item/items.
Ser No
Item Unit Price Qty Total Remarks
(b) Accessories.
(c) Installation / Commissioning charges
(d) Training
(e) Technical literature
(f) Tools
(g) AMC with spares for five years after guarantee
(h) AMC without spares for five years after guarantee
(j) Any other item
(k) Is Excise Duty/GST extra?
70
(k contd)
If yes, mention the following –
(i) Total value of items on which Excise Duty is leviable
(ii) Rate of Excise duty (item-wise if different ED is applicable)
(iii) Surcharge on Excise duty, if applicable?
(iv) Total value of excise duty payable
(l) Is Excise Duty Exemption (EDE) required
(m) If yes, then mention and enclose the following
(i) Excise notification number under which EDE can be given:
(n) Is VAT extra?
(o) If yes, then mention the following :-
(i) Total value on which VAT is leviable
(ii) Rate of VAT
(iii) Total value of VAT leviable
71
(p) Is Service Tax extra?
(q) If yes, then mention the following:-
(i) Total value of Services on which Service Tax is leviable
(ii) Rate of Service Tax leviable
(iii) Total value of Service Tax leviable
(r) Is Custom Duty Exemption (CDE) required
(s) If yes, then mention the following
(i) Custom notification number under which CDE can be given (Enclose a copy)
(ii) CIF value of stores to be imported
(iii) Rate of Customs Duty payable
(iii) Rate of Customs Duty payable
(iv) Total amount of Customs Duty payable
72
(t) Octroi / Entry taxes
(u) Any other Taxes / Duties / Overheads / Other costs
(v) Grand Total
(i) Excluding AMC and spares
(ii) Including AMC with spares
(iii) Including AMC without spares
Note (a) No column to be left blank, endorsement to be done in each column. (b) If not applicable please mention – NA (c) Format not to be changed. (d) Value to be mentioned in Indian Rupees. In case of foreign country then exchange rate to be mentioned.
73
Appendix ‘D’
INSTRUCTIONS TO THE BIDDERS
Instructions for online Bid Submission Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e- Procurement at https://eprocure.gov.in/eprocure/app are as follows.
1. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the contractors/bidders on the e-procurement /e-tender portal is a prerequisite for e-tendering.
2. Bidder should do the enrolment in the e-Procurement site using the “Click here to Enrol” option available on the home page. Portal enrolment is generally free of charge. During enrolment / registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided.
3. Bidder need to login to the site through their user ID/ password chosen during enrolment / registration.
4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on e-Token/ Smart Card, should be registered.
5. The DSC that is registered only should be used by the bidder and should ensure safety of the same.
6. Bidders logs in to the site through the secured log in by giving the user id / password chosen during enrolment/registration and then by giving the password of the e-Token / Smart Card to access DSC.
7. In case of limited tender the registered dealers / the bidders invited to participate in the tender will receive a notification through e-mail with reference to tender and after log in the bidder selects the tender and moves it to “my tenders.” In case of open tender the bidder selects the tender which he/she is interested in by using the search option & then moves it to the “my tenders” folder.
8. From my tender folder, the bidder selects the tender to view all the details indicated.
9. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected.
10. If there are any clarifications, this may be obtained online through the tender site, or through the contact details or during the pre-bid meeting if any or during the per-bid meeting if any.
11. Bidder should take into account the corrigendum published before submitting the bids online.
12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked, otherwise, the bid will be rejected.
74
13. The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My space option and these can be selected as per tender requirement and then sent along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.
14. Bidder, in advance, should get the bid documents ready to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast. 15. Bidder should submit the Tender Fee/EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer. 16. While submitting the bids online, the bidder must read the terms & conditions and accept the same to proceed further to submit the bid packets. 17. The bidder has to select the payment option as offline to pay the Tender FEE/EMD as applicable and enter details of the instruments. 18. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. The submitted bid will not be acceptable if otherwise. 19. The bidder has to digitally sign and upload the required bid documents one by one as indicated, Bidders must note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid documents including General conditions of contract without any exception and have understood the entire document and clear about the requirements of the tender requirements. 20. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. The tech bid acceptance will be subject to physical receipt of specified documents at the time of tech bid opening. Further, The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids physically by the bidders under any circumstances whatsoever. 21. If the price bid format is provided in a spread sheet file like BoQ xxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The Price Bid/BoQ template must not be modified/replaced by the bidder; else the bid submitted is liable to be rejected for this tender.
22. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.
75
23. After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.
24. The time setting fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.
25. All the date being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.
26. Any bid documents that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers or the procurement officer openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.
27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.
28. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser.
29. For any queries regarding e-tendering process, the bidders are requested to contact TIA as provided in the tender document. The bidders for any further queries can also to contact over phone : 1-800-233-7315 or send a mail over to – [email protected].
30. All the pages of Technical Bid and unfilled commercial should have been duly signed by the bidder / auth rep and hard copy will be submitted in the office of TIA.
31. All undertaking to the effect that the terms and conditions stipulated in the tender documents are acceptable by the auth signatory of the bidders Registered firm will have to be submitted. The subject undertaking on a forwarding letter shall be uploaded on CPP portal during bidding by the bidders.
32. All items in BoQ are to be quoted by every bidder. In case a bidder wishes to not quote for any particular item, he/she should leave the basic price of an item blank and press “Validate” button. The BoQ will give error message saying that rate is not filled in the serial No. The bidder should ignore the warning message, save the BoQ and upload the same as “Commercial Bid”. Note :- (Rate to be quoted online by bidder in BoQ Excel Sheet only).
76
Appendix ‘E’
ADDITIONAL CHARGES/DISCOUNTS
It is hereby certified that no Additional Charges Levied OR Any Discounts Offered
from the prices quoted in the enclosed BoQ, which will have financial implication on the bid
value quoted by me.
OR
The following additional Charged Levied / Discounts offered over and above the prices
quoted in the BoQ which will have financial implication on the bid value quoted by me.
(i)
(ii)
(iii)
Signed by:
Date Official Stamp
Notes :-
1. Please strike out whichever is not applicable.
2. The certificate will be signed by the owner of the firm or any person auth to do
so on behalf of the owner.
The certificate will be scanned, digitally signed and uploaded along with the BoQ in
the Cover II containing File.