19
Page 1 of 19 “APPAREL EXPORT PROMOTION COUNCIL” TENDER FOR Supply & installation of CCTV Cameras at Apparel House Date Sheet S.No Description Date 1 Date of advertising the tender 02.01.2020 2 Date of Closing of Tender 24.01.2020 3 Date till any pre bid query 10.01.2020 4 Date for reply of all pre bid queries 17.01.2020 5 Date of opening of Technical Bid 27.01.2020 6 Date of opening of Financial Bid 31.01.2020 Gurugram, Haryana-122003 The Tender Document, complete in all respects, to reach on or before the due date at the following address: Jt. Director (AHM), Apparel Export Promotion Council, Apparel House, Sector-44, Institutional Area Gurugram, Haryana-122003 Venue for opening Technical and Financial Bid: Apparel House, Sector-44 Institutional Area

Apparel Export Promotion Council (AEPC)...Author SRIKANT HARIDASAN Created Date 1/2/2020 10:36:58 AM

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • Page 1 of 19

    “APPAREL EXPORT PROMOTION COUNCIL”

    TENDER FOR

    Supply & installation of CCTV Cameras at Apparel House

    Date Sheet

    S.No Description Date

    1 Date of advertising the tender 02.01.2020

    2 Date of Closing of Tender 24.01.2020

    3 Date till any pre bid query 10.01.2020

    4 Date for reply of all pre bid queries 17.01.2020

    5 Date of opening of Technical Bid 27.01.2020

    6 Date of opening of Financial Bid 31.01.2020

    Gurugram, Haryana-122003

    The Tender Document, complete in all respects, to reach on or before the due date at the

    following address:

    Jt. Director (AHM),

    Apparel Export Promotion Council,

    Apparel House, Sector-44, Institutional Area

    Gurugram, Haryana-122003

    Venue for opening Technical and Financial Bid:

    Apparel House, Sector-44 Institutional Area

  • Page 2 of 19

    F. No. AEPC/HO/AHM/2020/79

    Apparel Export Promotion Council Apparel House, Institutional Area

    Sector-44, Gurugram-122003 H A R Y A N A

    I N D E X

    Sr. No. DESCRIPTION PAGE No.

    1 NOTICE INVITING TENDER 3

    2 SCOPE OF WORK 4

    3 ELIGIBILITY CRITERIA 4

    4 EVALUATION CRITERIA 4

    5 FINAL SELECTION OF AGENCY 4

    6 EARNEST MONEY DEPOSIT 4

    7 PERFORMANCE SECURITY DEPOSIT

    5

    8 ARBITRATION

    6

    9 GENERAL TERMS AND CONDITIONS 7

    10

    TECHNICAL BID FOR SUPPLY & INSTALLATION OF CCTV

    CAMERAS

    9

    11 FORM OF TENDER 10

    12

    FINANCIAL BID FOR SUPPLY & INSTALLATION OF CCTV

    CAMERAS

    11

  • Page 3 of 19

    F. No. AEPC/HO/AHM/2020/79

    Apparel Export Promotion Council (Sponsored by Ministry of Textiles, Govt. of India)

    Apparel House, Sector-44, Institutional Area, Gurgaon-122003, (Haryana)

    NOTICE INVITING TENDER

    Dated the 02nd January,2020

    Name of Work: - Supply and Installation of CCTV Cameras at Apparel House.

    Apparel Export Promotion Council invites sealed Tender from the experienced and qualified contractors

    for Supply and Installation of CCTV Cameras, Apparel House Building, Sector-44, Institutional area,

    Gurugram-122003, Haryana. The Tender documents should be addressed to Shri J.S Rana, Jt.Director

    (AHM), Apparel House, Sector-44, Institutional Area, Gurugram-122003, Haryana so as to reach this

    office latest by 5.00 P.M. on 24th January, 2020 by post / by hand. The interested firm / contractor may

    download the Tender document from the AEPC website www.aepcindia.com. More than one tender from

    same owner shall be summarily rejected.

    1.0 GENERAL

    1.1 Tenderers are advised to acquaint themselves fully with the description of work, scope of services,

    time schedule and terms and conditions including all the provisions of the tender document before

    framing up their tender. The summary of tender is as under:-

    Location of work

    Apparel House Building, Sector-44, Institutional area,

    Gurugram-12203, Haryana

    Date of Commencement of work at site Within 7 days from the date of work order

    Period of Contract 30 days from the date of commencement of work.

    Earnest money with Tender Document Rs.60,000/- (Sixty Thousand only) in the form of DD/PO/

    BC /FDR of any Nationalised Bank drawn in favour of

    Apparel Export Promotion Council, payable at

    Gurugram.

    (Micro and Small Enterprises (MSEs) as defined in MSE

    Procurement Policy issued by Department of Micro,

    Small and Medium Enterprises (MSME) are exempted

    from EMD upon submission of Registration Certificate

    from MSME Department.)

    Final decision The A.E.P.C. has the right to accept any Tender in

    whole or part thereof or reject it entirely without

    assigning any reason thereof.

    In case of any disputes whatsoever, decision of sole

    arbitrator appointed by the AEPC will be final and

    binding. The venue of arbitration will be Head Office.

    Gurgaon.

    2.0 SUBMISSION OF TENDER

    2.1 Tender Documents should be in a proper sealed cover superscripted as “Tender for Supply and

    Installation of CCTV cameras at Apparel House, Gurugram”. The tender complete in all respects shall be

    submitted along with Earnest Money as stipulated in the Notice ONLY. Tenders without Earnest Money

    Deposit will be out rightly rejected. Tenders shall be submitted in Three separate sealed envelopes and

    put into Envelope IV superscripting as following:-

    Envelope-I Envelope- II Envelope- III Envelope-IV

    EMD Technical bid Financial bid Tender

    CCTV Cameras CCTV Cameras CCTV Cameras CCTV Cameras

  • Page 4 of 19

    3.0 SITE PARTICULARS

    3.1 Tenderers are advised to inspect and examine the site and its surroundings between 11 am to 4 pm

    on any working days of the AEPC and satisfy themselves before submitting their tenders as to nature of

    work, site conditions, means of access to the site etc. Non-familiarity with the site conditions will not be

    considered a reason either for extra claims or for not carrying out the work in strict conformity with the

    specifications. For site visit and any clarification / information/Assistance, the intending tenderers may

    contact Joint Director (AHM), Apparel Export Promotion Council (AEPC), Apparel House, Institutional

    Area, Sector-44, Gurugram-122003, Haryana.

    4.0 Scope of Work:

    4.1 Supply of genuine brand and quality items with one year or warranty as per company rules as per

    Financial Bid. The complete location of work to be done is at Annexure-B

    4.2 The contractor is required to complete installation works with complete finishing as per approved

    estimate and guidelines of Sr. Engineer. The Contractor shall depute technically trained and experienced

    manpower for completion of stipulated work without any fault. The firm shall be responsible for supply,

    installation, testing, commissioning of the CCTVs along with all related accessories to the satisfaction of

    the Council. The contractor should have sufficient manpower on its roll specifically trained and technically

    qualified and experienced for stipulated work. .

    4.3 Council reserves the right to modify/relax/withdraw any of the terms and conditions of the contract if it

    is necessary in the interest/benefit of the Council.

    5.0 MINIMUM ELIGIBILITY CRITERIA

    Tenderers having following valid documents will be technically qualified and considered for opening of

    their Price bid. Technically qualified parties have no right to claim for award of the work. AEPC reserves

    the right to cancel or award the work in full or part thereof to any party / tenderer.

    5.1 Details of similar one work of Rs.30 lakhs or two works of Rs 20 lakhs each executed by the bidder

    during last Three years in any government / semi government / government undertaking / reputed private

    sector undertaking. The firm should not have been blacklisted by any organization. Enclose undertaking.

    5.2 Valid GST, PAN card number.

    5.3 ESI and EPF registration certificate

    5.5 Valid Labour License under Contractor Labour Act 1970 or exemption thereof

    5.6 Undertaking certifying that the firm has not been blacklisted by anyone.

    5.7 Copy of Income Tax return for the last three financial years

    5.8 Certificate of similar work executed/Agreement/Work order and detail of running contracts, if any. The

    contractor should have the technical competence, sound financial resources, experience, equipment,

    manpower, and reputation to perform the contract to the satisfaction of AEPC.

    6.0 EVALUATION CRITERIA/FINAL SELECTION

    6.1 At first the Technical bid will be opened and screened. Tenderers having valid documents mentioned

    at 5.0 above will be technically qualified and considered for opening of their Price bid. Technically

    qualified parties have no right to claim for award of the work. AEPC reserves the right to cancel or award

    the work to any party / tenderer.

    6.2 The lowest bidder (L-1) shall be considered for award of work though not binding and the decision of

    the AEPC in this regard will be final and binding.

    7.0 BID/TENDER VALIDITY

    7.1 The prices quoted shall remain valid for 120 days from the date of opening of bid and in respect of

    accepted bid the prices quoted shall remain valid for 180 days.

    8.0 EARNEST MONEY DEPOSIT

    8.1 The tenderer is required to deposit Rs.60,000/- as EMD along with the tender in a separate envelope

    in the form of DD / PO of any Nationalised Bank drawn in favour of Apparel Export Promotion Council

    payable at Gurugram. Tender without EMD will be summarily rejected. EMD of unsuccessful bidder shall

    be refunded without any interest after finalization of award. EMD of successful bidder shall be retained as

    part of performance guarantee for a period of 12 months as defect liability period commencing from the

    date of issuance of actual completion certificate by Engineer in charge.

  • Page 5 of 19

    9.0 TIME FOR COMPLETION

    9.1 The replacement and installation work shall be completed within a period of 45 days and shall start

    within a period of 7 days from the date of issue of the letter of commencement and shall stand terminated

    after the expiry of the period. If it is not completed within the time as specified in the work order then the

    liquidity damage @ 1% of the value of works per week up to a maximum of 10% of contract value will be

    imposed on the contractor.

    10.0 PERFORMANCE SECURITY

    10.1 The contractor shall submit performance security through Bank Guarantee equivalent to 10% of the

    total contract value issued by any nationalized bank in favour of Apparel Export promotion Council. The

    Bank Guarantee should be valid for a minimum period of one year. In case the Bank Guarantee is not

    received within 7 days of issue of award letter, the adequate performance security deposit shall be

    deducted from the bills of successful bidder in case not deposited. The performance security can be

    forfeited to recover any amount which is payable by the contractor on account of any clause arising out of

    the contract. It will be released after successful and satisfactory completion of the contract and defect

    liability period of one year after completion of work.

    11.0 COST DETERMINATION

    11.1 The engineer shall determine the cost of actual work done in accordance with the contract and the

    contractor shall be paid accordingly. No part payment / rate shall be made for any part of BOQ items not

    fully executed. Engineer shall be at liberty to decide the breakup of lump sum items and to decide the part

    rate for any particular item.

    12.0 CONTRACTOR’S LIABILITY AND INSURANCE

    12.1 From commencement to completion of the works, the Contractor shall take full responsibility, care of

    and precautions to prevent loss or damage and shall be liable for any damage or loss that may happen to

    the Works or any part thereof from any cause whatsoever and shall at his own cost repair and make good

    the same so that, at completion, the works shall be in good order and conditions and in conformity in

    every respect with the requirements of the Contract and instructions of the Engineer-in-Charge.

    13.0 DAMAGE TO PROPERTY AND ACCIDENT / INJURY TO WORKMEN

    The contractor shall indemnify the council against all losses and claims in respect of:-

    13.1. Death or injury of any person

    13.2. Loss or damage to any property which may arise out of or in consequences of repair and

    installation works and the remedying of any defects therein and against all claims, proceedings,

    damages, costs, charges or expenses whatsoever in respect thereof

    14.0 SAFETY AND SECURITY OF PERSONS

    14.1 The contractor throughout the execution and completion of the works and remedying of any defects

    therein have full regard for the safety of the persons entitled to be on the site and keep the site in an

    orderly state appropriate to the avoidance of danger to such persons, provide and maintain at his own

    cost all guards, warning signs and watching them where necessary required, take all reasonable steps on

    and off the site and to avoid damage to persons or to the property of the council arising as a

    consequence of his methods or repair.

    15.0 LABOUR SAFETY

    15.1 Contractor shall undertake all safety precautions during the execution of the work. In case of injury to

    any person contractor shall always have arrangement to take him to hospital for treatment at his own

    cost. Contractor will be fully responsible for any repercussions which may arise as a result of violation of

    any safety norms on his part.

    16.0 DEFAULT OF CONTRACTOR

    16.1 If the performance of the contractor is not found satisfactory or if the contractor fails to meet/fulfill

    any terms/conditions/obligations laid down in the tender document, the contractor shall be served a notice

  • Page 6 of 19

    to take a corrective action within 7 days. If the contractor fails to rectify or conform, the employer shall be

    at liberty to terminate the contract and forfeit the performance security amount without any further notice.

    17.0 INSTRUCTIONS TO VARIATIONS

    17.1 Quantities/measurement given in the BOQ / Bid is estimated measurement/quantities. The

    measurement/quantity of any particular work/item may vary to any extent. Variation in

    measurement/quantity in particular work/items or total exclusion of certain work/items of BOQ from the

    work executed or overall cost, does not entitle contractor to claim any extra cost.

    18.0 DEFECT LIABILITY PERIOD / WARRANTY

    18.1 The Contractor shall be responsible to make good and remedy at his own expense within defect

    liability period of Twelve months from the date of completion of the work in all respect. If the contractor do

    not carry out the rectification work during the Defect Liability Period, AEPC shall have the right to get such

    defective work rectified after giving due notice in writing to the contractor and recover the cost of repairs

    from the amount so retained from the performance security deposit. Performance Security Deposit would

    be refunded only upon completion of the successful Defect Liability Period.

    19.0 LIQUIDITY FOR DAMAGE FOR DELAY

    19.1 If the contractor fails to attend any complaint or defect in due course of time and if in the opinion of

    the engineer delay is on the part of the contractor, the Council can impose liquidated damages on the

    contractor. The awarded work should be completed within the period of 45 days, if it is not completed

    within the time as specify in the work order then the liquidity damage @1% of the value of works per week

    up to maximum of 10 % of contract value will be imposed on the contractor

    20.0 ANNULMENT OF AWARD

    20.1 Failure of the contractor to comply with the requirement of tender shall constitute sufficient ground

    for the annulment of the award and forfeiture of security in which event tender shall be cancelled and

    Council may call for new bids.

    21.0 RISK CLAUSE

    21.1 In the event of termination due to default of the contractor, the employer shall be at liberty to get the

    balance work done through other means at the cost, risk and responsibilities of the contractor and excess

    expenditure incurred on account of this will be recovered by the employer from the contractor’s

    performance security deposit or pending bills or by raising a separate recovery claim. In the event of

    loss/damage of building, equipment etc of the employer due to negligence/carelessness of the

    contractor’s staff then the contractor shall compensate loss to the employer.

    22.0 FINAL CERTIFICATE

    22.1 After receipt of the final statement and the written discharge, the engineer shall verify the same and

    issue a Final Certificate stating the amount which in the opinion of the engineer is finally due to the

    contractor. The engineer may make any correction or modification and shall have the authority, if any

    work is not carried out to his satisfaction by the contractor, to omit or reduce the value of any such work

    23.0 ARBITRATION

    23.1 AEPC has the right to accept or reject any tender in whole or part or reject it entirely without

    assigning / specifying any reason thereof. In the event of any dispute or difference arising between the

    AEPC and Contractor out of or relating to or in respect of the contract, the same shall be referred to the

    arbitration of the sole arbitrator to be appointed by the AEPC in accordance with The Arbitration and

    Conciliation Act, 1996, as amended. The arbitrator shall give reason for the award which shall be final

    and binding between the AEPC and Contractor. The venue of such arbitration shall be at Apparel House,

    Gurugram, Haryana.

  • Page 7 of 19

    Further, the Courts at Gurugram, Haryana shall have jurisdiction to try and or entertain any matter of

    disputes arising out of and or relating to and or in connection with the contract and shall be governed by

    Indian Law.

    24. The terms of payment would be as follows:-

    a) 50% of the materials cost will be paid against the delivery of materials at site and producing of

    copies of bills/invoice of material by the contractor.

    b) The balance payment (after deduction of liquidity damages and/ or performance guarantee, if any)

    would be made after completion of the project subject to submission of final Bill/Invoice with all

    supporting documents including individual warranty cards along with work completion certificate

    issued by the Engineer-In-Charge, AEPC.

    c) TDS will be deducted as per the provisions of Income Tax act, as amended from time to time.

    GENERAL TERMS AND CONDITIONS

    1. After expiry of last date, no Tender document will be entertained.

    2. The financial bid shall consist of rates inclusive of all charges, all taxes as applicable including GST. or

    any other tax shall be payable by the contractor. In case the contractor declines the offer of contract, his

    EMD will be forfeited.

    3. The quotation should be given on firm’s letter head giving name of authorized person, address of the

    firm, contact number, Email ID etc.

    4. Financial bids should be submitted in the prescribed formats only. The financial bids submitted in any

    other format will not be accepted.

    5. Rates quoted shall be deemed to be inclusive of manpower, material, machinery, tools and tackles all

    taxes, duties, cartage, insurance etc. No escalation of whatsoever nature shall be payable in future. The

    rate should be mentioned clearly in figures and words inclusive of all taxes as applicable in the financial

    bid. The taxes and other levies, if any, should be indicated separately. In case nothing is mentioned, it will

    be assumed that taxes/other levies are included in the rates quoted.

    6. Unsealed / unsigned Tenders shall not be considered for evaluation. Tenders without EMD shall be

    summarily rejected. There should be no erasing and/or overwriting. The Tenders with erasing and/or

    overwriting shall be summarily rejected.

    7. The contractor or his authorized representative could be present at the time of opening of bids, if they

    so desire.

    8. The items shall be got approved prior to its use from the Engineer in charge of the Council. The items

    shall be in the original packing from the manufacturer clearly indicating manufacturing date, expiry date

    and price etc. Any items found defective will be replaced free of cost to the satisfaction of the Council’s

    authorities.

    9. As the work will have to be carried out in the building and area in use the contractor shall ensure:

    a) that the normal functioning of the Council is not effected as far as possible.

    b) that the work is carried out in an orderly manner without noise and obstruction to anyone.

    c) that all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of

    each day’s work.

    d) The contractor shall ensure that his repair and replacement staff is qualified and licensed for their part

    of work. He shall be responsible for their conduct. The staff should behave in a courteous manner.

    e) Water and electricity (single point) shall be made available free of cost at nearby source of work. The

    contractor has to make his own arrangements for use of the same. Any shortcoming, loss or damages

    due to this regard shall be borne entirely by contractor.

    f) The work shall be undertaken from 9.30 am to 5.30 pm only during the working hours of the Council.

    Prior permission of the Council shall have to be obtained for carrying out any urgent work beyond the

    above timings.

    g) The contractor to whom the work is awarded will execute the work himself. He will not be allowed to

    sublet the work to any other agency or to sub contract it.

    h) Contractor’s supervisor should be available at the site to supervise the work and coordinate with the

    engineer-in charge of the Council. The contractor shall provide the name and contact number of the

    supervisor. All labour/persons engaged in the work shall put their attendance in the register available at

    the security officer at main gate. Smoking, drinking, chewing pan, gutka etc is strictly prohibited inside the

    apparel house premises.

  • Page 8 of 19

    i) All tools & tackles, plants, equipments and materials to carry out work at site shall have to be provided

    by the contractor at his own cost.

    10. In case of any delay in project / late deliverable by the contractor, no escalation will be entertained in

    any circumstances and the rate quoted by the contractor at the time of award will be valid up till the

    completion of the project

    11. In case of any extra items which may rise as per the requirement of work, the same may be executed

    subject to the prior approval of AEPC and the rates for the same shall be considered as per latest DSR

    (Delhi Schedule Rates) available at that time

    12. No labour below the age of 18 years shall be employed on the work and Labour shall be employed as

    per minimum wages act and rates which are applicable at the time of employment of labour.

    13 The contract as a whole or part thereof is NON TRANSFERABLE

  • Page 9 of 19

    F. No. AEPC/HO/AHM/2020/79

    TECHNICAL BID

    S. No. Particulars Self-attested copy

    1

    Earnest Money deposit (EMD) (Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small and Medium Enterprises (MSME) are exempted from EMD upon submission of Registration Certificate from MSME Department.)

    Demand Draft No.________

    dated_______ for Rs. 60,000/-

    (Rupees Sixty Thousand only) drawn

    on (name of the Bank)

    __________________________

    in favour of “Apparel Export

    Promotion Council” payable at

    Gurugram (To be enclosed with

    Technical Bid).

    2 Registration of firm / Partnership deed /

    Memorandum & Articles of Association Yes / No

    3

    i) Name & Designation of Contact Person

    ii) Mobile No (s) of the Contact Person / Firm

    iii) e-mail address of Contact Person / Firm

    4

    Registration number of ESI & PF

    (photocopy of registration to be attached)

    In case, not applicable, an Undertaking on Rs.

    50/- stamp paper duly notarized is to be

    submitted with reason thereof.

    Yes / No

    5 Copy of Income Tax Return of Firm for the last

    3 years

    Yes / No

    7 Self-attested copy of PAN Card Yes / No

    8 Self attested copy of Goods and Service Tax

    Number (GST) Yes / No

    9

    Orders / Satisfactory completion certificate for

    undertaking similar work in Govt. Office / Govt.

    Undertaking Office / Private Office etc. (02

    work orders of not less than Rs. 20 lacs or 01

    work order of not less than 30 lacs)

    Yes / No

    (Signature of Authorized Signatory)

    Name and Designation________________________________________

    Name of Firm & Seal________________________________________

    Contact No.__________________________

  • Page 10 of 19

    F. No. AEPC/HO/AHM/2020/79

    FORM OF TENDER

    The Joint Director-AHM,

    Apparel Export Promotion Council,

    Institutional Area, Apparel House, Sector – 44,

    Gurugram-122003, Haryana

    Sir,

    Ref: Supply and installation of CCTV Cameras at Apparel House.

    Having examined the Works, Specifications and Schedule of quantities (Financial Bid) prepared by your

    office and satisfying ourselves as to the location of the site and working conditions, I / we hereby offer to

    execute the above works at the respective rates which I/we have quoted for the items in the Schedule of

    Quantities.

    I / We herewith deposit Rs.60,000/- (Rupees sixty thousand only) by Demand Draft or Banker’s Cheque

    issued by nationalized bank drawn in favour of Apparel Export Promotion Council as Earnest Money

    Deposit.

    In the event of this tender being accepted, I/we agree to enter into and execute the necessary contract

    required by you. I/We do hereby bind myself/ourselves to forfeit the aforesaid deposit of Rs.60,000/- in

    the event of our refusal or delay in accepting the Work Award Letter. I/we further agree to execute and

    complete the work within the time frame stipulated in the tender documents. I / we agree not to employ

    Sub-Contractors without the prior approval of Apparel Export Promotion Council.

    I / we agree to pay all applicable taxes / charges prevailing and are levied from time to time on such

    applicable items and the rates quoted by me/us are inclusive of the same.

    I / we understand that you are not bound to accept the lowest tender or bound to assign any reasons for

    rejecting our tender.

    I / We agree that in case of my/our failure to execute work in accordance with the specifications and

    instructions received from the AEPC or the Engineer of the AEPC during the course of the work, AEPC

    reserves the right to terminate my contract and forfeit the Earnest Money Deposit paid by me in addition

    to recovery of all the dues to the AEPC from the payment receivable by me. Further I may also be barred

    / blacklisted from tendering in future for the AEPC.

    I / we agree to keep our tender open for 6 months from the date of opening of the Envelope-II i. e.

    (Technical bid).

    I / we enclose herewith the completed tender documents (Envelope-1, II, III) duly signed in Envelope - 4.

    Yours truly,

    (Signature of authorized signatory)

    Name & Designation______________________________________

    [To be signed by the Authorized Representative of Tenderer holding Power of Attorney]

    Place: ___________________

    Date: ____________________

  • Page 11 of 19

    F. No. AEPC/HO/AHM/2020/79

    Financial Bid

    S. No Item Make Unit Qty Unit Rate (Rs.)

    Amount (Rs.)

    1 2MP Bullet IP Dome Camera (As per Annexure-A)

    Hikvision/ Honeywell/ Sparsh

    76 No.s

    2 2MP Bullet IP Bullet Camera (As per Annexure-A)

    Hikvision/ Honeywell/ Sparsh

    11 No.s

    3 32 Port NVR with 2HDD Support (As per

    Annexure-A)

    Hikvision/ Honeywell/ Sparsh

    3 No.s

    4 HDD 6TB Seagate/ Toshiba

    24 No.s

    5 Cat6 Cable with cable laying and Conduit

    Dlink/ Finolex

    8540 Mtr

    6 24 Port POE Switch Cisco/ Honeywell/ Sparsh

    8 No.s

    7 LED TV 32" LG/ VU/ Sparsh

    3 No.s

    8 HDMI Cable Reputed 3 No.s

    9 42U Rack (600x1000) With all Accessories Comrack/ Dynamic

    1 No.s

    10 9U Rack with Accessories Comrack/ Dynamic

    7 No.s

    11 Camera Mounting, Fixing, Configuration & Installation

    NA 87 No.s

    12 Cartage and Transportation NA 1 LS

    Total

    Taxes

    Grand Total

    Total Amount in words: Rupees___________________________________________________________________________

    Note:

    1. The lowest bidder (L-1) will be considered for award of contract though not binding. The decision of the

    AEPC will be final and binding.

    2. There should be no erasing and/or overwriting. The Tenders with erasing and/or overwriting shall be

    summarily rejected.

    3. Qty mentioned in this tender are liable to be changed at the discretion of the Council. Payment would

    be made on the approved unit rate and actual work executed.

    (Signature of Authorized Signatory)

    Name and Designation________________________________________

    Name of Firm & Seal________________________________________

    Contact No.__________________________

  • Page 12 of 19

    Annexure A

    Technical Specifications

    Bullet Camera Sensor 1/2.7", progressive scan, 2.0 megapixel, CMOS

    Len s 4.0mm@ F1.6 6.0mm@ F1.6

    DORI Distance

    Len s Detect(m) Observe(m) Recognize(m) Identify(m)

    4mm 60 24 12 6

    6mm 90 36 18 9

    Angle of View(H) 80.8° 54.9°

    Angle of View (V) 44.1° 30.2°

    Angle of View (O) 99.4° 67.5°

    Adjustment angle Pan: 0°~360° Tilt: 0°~90° Rotate: 0°~360°

    Shutter Auto/Manual, 1~1/100000 s

    Minimum Illumination

    Colour: 0.005 Lux (F1.6, AGC ON)

    0 Lux with IR on

    Day/Night IR-cut filter with auto switch (ICR)

    Digital noise reduction

    2D/3D DNR

    S/N >52dB

    IR Ran g e Up to 30m (98 ft) IR range

    Defog Digital Defog

    WDR 120dB

    Video

    Video Compression Ultra 265, H.265, H.264, MJPEG

    H.264 code profile Baseline profile, Main Profile, High Profile

    Frame Rate

    Main Stream: 2MP(192 0 ×1 0 80 ) Max. 30fp

    s; Sub Stream: 2MP(1920 ×1 08 0) Max.

    30fp s;

    Third Stream: D1(720×576) Max. 30fps

    9:16 Corridor Mode Supported

    HLC Supported

    BLC Supported

    OSD Up to 8 OSDs

    Privacy Mask Up to 8 areas

    ROI Up to 8 areas

    Motion Detection Up to 4 areas

    Smart

    Behavior Detection Intrusion, cross line, motion detection

    Intrusion Enter and loiter in a pre-defined virtual region

    cross line Cross a pre-defined virtual line

    motion detection Moving within a pre-defined virtual region

    Recognition Face detection

    Intelligent Defocus, Scene Change, Object Left, Object Moving

  • Page 13 of 19

    Identification

    Statistical Analysis People counting

    General Function Watermark, IP Ad d ress Filterin g , Tamp erin g Alarm, Access Po licy, ARP Pro tectio n , RTSP Auth en ticatio n , User Auth en ticatio n

    Network

    Protocols IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPo E,RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,UPn P, HTTP,HTTPS, SMTP, 802.1x,

    SNMP

    Compatible Integration

    ONVIF(Profile S), API

    Interface

    Network 1 RJ45 10M/100M Base-TX Ethernet

    General

    Power

    12 V DC±25% , Po E (IEEE802 .3 af)

    Power consumption: Max 6.4 W

    Working Environment

    -35°C ~ +60°C (-31°F ~ 140°F), Humidity :10%~95% RH(non-condensing)

    Ingress Protection IP67

    Vandal Resistant IK10

    Reset Button Supported

  • Page 14 of 19

    Dome Camera Sensor 1/2.8", progressive scan ,2.0 megapixel, CMOS

    Len s 2.8 [email protected] 4.0 [email protected]

    DORI Distance

    Len s

    Detect(m) Observe(m) Recognize(m)

    Identify(m)

    2.8mm 42 16.8

    8.4

    4.2

    4mm 60 24

    12

    6

    Angle of View (H) 112.7° 86.5°

    Angle of View (V) 60.1° 44.1°

    Angle of View (O) 146.5° 106.4°

    Adjustment angle Pan: 0°~360° Tilt: 0°~75° Rotate: 0°~360°

    Shutter Auto/Manual, 1~1/100000 s

    Minimum Illumination

    Colour: 0.003 Lux (F2.0, AGC ON)

    0 Lux with IR

    Day/Night IR-cut filter with auto switch (ICR)

    Digital noise reduction

    2D/3D DNR

    S/N >52 dB

    IR Ran g e Up to 30m (98 ft) IR range

    Defog Digital Defog

    WDR 120dB

    Video

    Video Compression Ultra 265, H.264, MJPEG

    H.264 code profile Baseline profile, Main Profile, High Profile

    Frame Rate

    Main Stream:2MP (1920×1080): Max. 30

    fps; Sub Stream:2MP (1920×1080): Max.

    30 fps;

    Third Stream:D1 (720×576): Max. 30 fps

    9:16 Corridor Mode Supported

    HLC Supported

    BLC Supported

    OSD Up to 8 OSDs

    Privacy Mask Up to 8 areas

    ROI Up to 8 areas

    Motion Detection Up to 4 areas

    Smart

    Behavior Detection Intrusion, cross line, motion detection

    Intrusion Enter and loiter in a pre-defined virtual region

    cross line Cross a pre-defined virtual line

    motion detection Moving within a pre-defined virtual region

    Recognition Face detection、Audio detection

    Intelligent Identification

    Defocus, Scene Change, Object Left, Object Moving

    Statistical Analysis People counting

    mailto:[email protected]:[email protected]

  • Page 15 of 19

    General Function Watermar k, IP Ad d ress Filterin g , Tamp erin g Alarm, Alarm in p ut, Alarm o utp ut, Access Po licy, ARP Pro tectio n , RTSP Authentication, UserAuthentication

    Audio

    Audio Compression G.711

    Two-way audio Supported

    Suppression Supported

    Sampling Rate 8 KHZ

    Storage

    Edge Storage Micro SD, up to 256 GB

    Network Storage ANR

    Network

    Protocols IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPo E,RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,UPn P, HTTP, HTTPS, SMTP, 802.1x,

    SNMP

    Compatible Integration

    ONVIF(Profile S, Profile G, Profile T), API

    Interface

    Audio I/O

    Input: impedance 35 kΩ; amplitude 2 V [p -p]

    Output: impedance 600 Ω; amplitude 2 V [p -p]

    Alarm I/O 1/ 1

    Network 1 RJ45 10M/100M Base-TX Ethernet

    General

    Power

    12 V DC±25% , Po E (IEEE802 .3 af)

    Power consumption: Max 4W

    Working Environment

    -35°C ~ +60°C (-31°F ~ 140°F), Humidity :10%~90% RH(non-condensing)

    Ingress Protection IP67

    Vandal Resistant IK10

  • Page 16 of 19

    Network Video Recorder Video/Audio Input

    IP Video Input 16-ch 32-ch

    Two-way Audio Input 1-ch, RCA

    Network

    Incoming Bandwidth 160Mbps 320Mbps

    Outgoing Bandwidth 320Mbps

    Remote Users 128

    Protocols P2P, UPnP, NTP, DHCP, PPPo E

    Video/Audio Output HDMI1/VGA:

    1920x1080p /60Hz, 1920x1080p /50Hz, 1600x1200 60Hz, 1280x1024 /60Hz, 1280x720

    /60Hz, 1024x768

    HDMI/VGA output /60Hz HDMI2:

    4K (3840x2160) /60Hz, 4K (3840x2160) /30Hz, 1920x1080p

    /60Hz, 920x1080p /50Hz,

    1600x1200 /60Hz,

    1280x1024 /60Hz, 1280x720 /60Hz, 1024x768 /60Hz

    Recording Resolution 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

    Audio Output 1-ch, RCA

    Synchrono u s Playback 16-ch

    Corridor Mode Screen 3/4/5/7/9/10/12/16 3/4/5/7/9/10/12/16/32

    Decoding

    Decoding format Ultra 265, H.265, H.264

    Live view/Playback 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

    Capability 3 x 12MP@25, 4 x 4K@30, 8 x 4MP@30, 16 x 1080p@30, 32 x 960p@25

    Hard Disk

    SATA 4 SATA interfaces

    Capacity up to 10TB for each HDD

    External Interface

    Network Interface 1 RJ45 10M/100M/1000M self -adaptive Ethernet Interface

    Serial Interface 1 x RS485

    USB Interface Front panel: 2 x USB2 .0

    Rear panel: 1 x USB3 .0

    Alarm In 16-ch

    Alarm Out 4-ch

    Power Output 12 VDC

    PoE

    Interface 16 independent 100 Mbps PoE network interfaces

    Max Power Max 30W for single port

    Max 200W in total ( 12.5W for each )

    Supported Standard IEEE 802.3at

    General

    Power Supply 100 ~ 240 VAC

    Power Consumption: ≤ 20 W( without HDD )

    Working Environment -10°C ~ + 55°C ( +14°F ~ +131°F ), Humidity ≤ 90% RH(non -condensing)

  • Page 17 of 19

    Annexure B

    Location list of CCTV to be installed

    S.No Location Type Area

    1 Plaza area Outdoor Out Area

    2 Meter Room Gate 3 Outdoor Out Area

    3 Exhibition Hall back corner near ramp Outdoor Out Area

    4 Exhibition Hall back corner near goods lift Outdoor Out Area

    5 HVAC Room Indoor Basement

    6 DG Room Indoor Basement

    7 Transformer Room Indoor Basement

    8 UPS Room Gallery Indoor Basement

    9 Maintenance staff Room entrance Indoor Basement

    10 Bike Parking near restaurant store Indoor Basement

    11 Parking near Goods lift Indoor Basement

    12 Parking near Housekeeping store Indoor Basement

    13 Parking near Out Ramp Indoor Basement

    14 Parking near In Ramp Indoor Basement

    15 Parking at In Ramp 2 Indoor Basement

    16 Main Gate Inramp entrance Indoor Basement

    17 Housekeeping Store Room Indoor Basement

    18 Bike parking near DG room Indoor Basement

    19 AEPC Reception Indoor Basement

    20 Bank area Indoor Basement

    21 Exhibition Hall C Right Side Indoor Ground Floor

    22 Exhibition Hall C Left Side Indoor Ground Floor

    23 Art Gallery Lobby Indoor Ground Floor

    24 Restaurant Entrance Indoor Ground Floor

    25 Plaza Area near Foundation Stone Indoor Ground Floor

    26 Out Gate No. 2 near Diesel Tank Indoor Ground Floor

  • Page 18 of 19

    27 Out ramp near Exhibition hall Indoor Ground Floor

    28 Passage near Gate NO. 2 near DG exhaust Indoor Ground Floor

    29 Outside amain gate security Indoor Ground Floor

    30 Main Gate Entrance Indoor Ground Floor

    31 AEPC reception entrance Indoor Ground Floor

    32 Auditorium Backside Indoor Ground Floor

    33 Lynx-I near gate to T3 lift Indoor Ground Floor

    34 Auditorium Left Exit gate Indoor Ground Floor

    35 Auditorium Right Exit gate Indoor Ground Floor

    36 Amphitheater Indoor Ground Floor

    37 Exhibition Hall -A Indoor Ground Floor

    38 Exhibition Hall -B stairs Indoor First Floor

    39 T2 lift area exit gate Indoor First Floor

    40 T3 lift area exit gate Indoor First Floor

    41 Out area near SG room Indoor First Floor

    42 Conference Room Hallway Indoor First Floor

    43 Staff Entrance Glass door Indoor First Floor

    44 Outside Chairman Cabin Indoor First Floor

    45 Exit gate near staff canteen(T3) Indoor First Floor

    46 Exit Gate near T2 Indoor Second Floor

    47 Exit gate near T3 Indoor Second Floor

    48 Fire Exit T1 Indoor Second Floor

    49 Fire Exit T3 Indoor Second Floor

    50 Common passage outside showroom T1 Indoor Second Floor

    51 Common passage outside showroom T2 Indoor Second Floor

    52 Common passage outside showroom T3 Indoor Second Floor

    53 Exit Gate near T2 Indoor Third Floor

    54 Exit gate near T3 Indoor Third Floor

    55 Fire Exit T1 Indoor Third Floor

    56 Fire Exit T3 Indoor Third Floor

    57 Common passage outside showroom T1 Indoor Third Floor

  • Page 19 of 19

    58 Common passage outside showroom T2 Indoor Third Floor

    59 Common passage outside showroom T3 Indoor Third Floor

    60 Exit Gate near T2 Indoor Fourth Floor

    61 Exit gate near T3 Indoor Fourth Floor

    62 Fire Exit T1 Indoor Fourth Floor

    63 Fire Exit T3 Indoor Fourth Floor

    64 Common passage outside showroom T1 Indoor Fourth Floor

    65 Common passage outside showroom T2 Indoor Fourth Floor

    66 Common passage outside showroom T3 Indoor Fourth Floor

    67 Exit Gate near T2 Indoor Fifth Floor

    68 Exit gate near T3 Indoor Fifth Floor

    69 Fire Exit T1 Indoor Fifth Floor

    70 Fire Exit T3 Indoor Fifth Floor

    71 Common passage outside showroom T1 Indoor Fifth Floor

    72 Common passage outside showroom T2 Indoor Fifth Floor

    73 Common passage outside showroom T3 Indoor Fifth Floor

    74 Exit Gate near T2 Indoor Sixth Floor

    75 Exit gate near T3 Indoor Sixth Floor

    76 Fire Exit T1 Indoor Sixth Floor

    77 Fire Exit T3 Indoor Sixth Floor

    78 Common passage outside showroom T1 Indoor Sixth Floor

    79 Common passage outside showroom T2 Indoor Sixth Floor

    80 Common passage outside showroom T3 Indoor Sixth Floor

    81 Exit Gate near T2 Indoor Seventh Floor

    82 Exit gate near T3 Indoor Seventh Floor

    83 Fire Exit T1 Indoor Seventh Floor

    84 Fire Exit T3 Indoor Seventh Floor

    85 Common passage outside showroom T1 Indoor Seventh Floor

    86 Common passage outside showroom T2 Indoor Seventh Floor

    87 Common passage outside showroom T3 Indoor Seventh Floor

    Note: The location is liable to be changed as per coverage view or as deemed fit by the Sr. Engineer,

    AEPC during the installation.