Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Seal & Signature of Bidder Page 1 of 43
NOTICE INVITING REQUEST FOR PROPOSAL (RFP)
FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL
MAINTENANCE OF SECURITY EQUIPMENTS (CCTV SYSTEM & HYBRID ALARM SYSTEM) AT DIFFERENT
BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE.
(BANK OF BARODA, ZONAL OFFICE, DR.NO: 3-6-289, KAREEM MANZIL,
HYDERGUDA , HYDERABAD – 500029. TELANGANA STATE)
RFP Reference : ZOH/SD/1028/1/2019 Date 29/10/2019
Seal & Signature of Bidder Page 2 of 43
INDEX
Sr.No PAGE NOTICE INVITING TENDER 3
A IMPORTANT DATES 3
B IMPORTANT DEFINITIONS 4
1. SCOPE OF WORK 5
2. SUBMISSION OF PROPOSAL 6
3. ELIGIBILITY CRITERIA FOR BIDDERS 6-8
4. BID SUBMISSION PROCESS 8-9
5. INSPECTION OF FACILITIES 9
6. EMD 9-10
7. PERFORMANCE BANK GUARANTEE 10
8. NO ERASURES OR ALTERATIONS 10
9. NO PRICE VARIATIONS 10
10. VALIDITY OF OFFER AND PENAL CLAUSE 10
11. EVALUATION PROCESS 11
12. TERMS AND CONDITIONS 11-12
13. CRITERIA FOR APPLICATION REJECTION / CANCELLATION OF REGULATION 12
14. SETTLEMENT OF DISPUTES 12-13
15. GUARANTEES 13
16. AVAILABILITY OF SPARES 13
17. WARRANTY 13
18. MAINTENANCE STANDARD EXPECTED DURING WARRANTY 14
19. AMC 14-15
20. RETRIEVAL OF RECORDING ON CD / DVD 15
21. GUIDELINES FOR OEM 15
22. OPENING OF OFFERS 15
23. SINGLE POINT OF CONTACT & DIRECT SUPPORT 15
24. SETOFF 15
25. COVENANTS OF THE SUCCESSFUL BIDDER 16-17
26. INDEMNITY 17
27. TERMINATION 17-18
28. GOVERNING LAWS 18
ANNEXURE-I (Letter to be given to bank by System Integrator) 19-20
ANNEXURE-II (Format for application form)
(a) PART-I (Supplier’s Profile) 21-22
(b) PART-II (Registration Requirements) 23
ANNEXURE-III (Letter to be given to bank by OEM) 24-25
ANEXURE-IV (Details of engagement in FIs) 26-27
ANNEXURE-V (Compliance CCTV System) 28-34
ANNEXURE-VI (Compliance IP Based Hybrid Alarm System) 35-38
ANNEXURE-VII (Commercial Offer CCTV System) 39-40
ANNEXURE-VIII (Commercial Offer IP Based Hybrid Alarm System) 41-43
Seal & Signature of Bidder Page 3 of 43
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM
INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT
BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE. The General Manager, Bank of Baroda, HYDERABAD Zone, invites request for proposal (RFP) in two parts 1) SITC and Annual Maintenance Contract of CCTV system and 2) SITC Hybrid Alarm System and Annual Maintenance Contract of existing Alarm System - Anti Burglary Alarm System with Integrated Auto Dialer, Fire Alarm System and IP based Hybrid Alarm System at various bank branches / offices located in HYDERABAD Zone from reputed firms / manufacturers / authorized suppliers who have experience in SITC and maintenance of these systems. The empanelment shall be for a period of one year from 01/01/2020 and extendable upto two years complying RBI/Govt. Guidelines based on the performance and it will be at the sole discretion of the Bank, unless terminated by the Bank at its own convenience by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation therefore.
Prospective service provider may download the RFP document from the Bank’s website
www.bankofbaroda.in/zonal-regional-offices-tenders.htm. RFP downloaded from website
shall accompany the Banker’s Cheque / Demand draft of Rs 5,000/- (Non refundable) along with the Technical Bid.
[A] Important Dates: RFP Reference Number RFP No: ZOH/SD/1028/1/2019 dated: 28/10/2019
Estimated Project Cost For CCTV ₹ 240,00,000 For Hybrid IP based Alarm System ₹ 200,00,000
Total Estimated Project Cost = ₹ 440,00,000
Tender Fee Rs. 5,000/- in the form of Bank Draft/Banker’s cheque in favor of Bank of Baroda, payable at Hyderabad.
Earnest Money Deposit Rs.4,40,000/- (Rupees Four Lakh Forty Thousand only) in the form of Bank Draft/Banker’s cheque in favor of Bank of Baroda, payable at Hyderabad.
Availability of RFP document
RFP will be available on our Bank website 15/11/2019 to 09/12/2019. The RFP may be downloaded from the Tender Section by the Bidders. No hard copy of the RFP will be made available by the Bank.
Last date of submission of any query / reporting any error
Before 20/11/2019 ALL QUERIES TO BE SUBMITTED VIDE EMAIL ONLY
Pre Bid Meeting On 20/11/2019 at 1100Hrs IST
Last Date, Time and Place for receipts of bids
09/12/2019 @1600Hrs IST at Zonal Office, Hyderabad
Date and Time of Technical bid Opening 10/12/2019 at 1100 Hrs. IST
Date and Time of Financial bid Opening Date and Time will be intimated by email to the qualified vendor after the Technical Evaluation of the Bids.
Address for Communication Zonal Office Address: BANK OF BARODA, ZONAL OFFICE, DR.NO: 3-6-289,
KAREEM MANZIL, HYDERGUDA , HYDERABAD – 500029. TELANGANA STATE
Contact person Asst. Comdt. K Venkatesh, Zonal Security Officer – 08897642779, 040 - 23287213
Seal & Signature of Bidder Page 4 of 43
[B] Important Definitions: - Following terms are used in the document interchangeably to mean:
1. Bank, BANK means “Bank of Baroda”.
2. ZO means Zonal Office “Hyderabad Zone”
3. RFP means this “Request for Proposal Documents”
4. Recipient, Respondent and Bidder, Vendor, means “Respondent to the RFP Document”.
5. Tender means RFP response documents prepared by the Bidder and submitted to Bank of Baroda
6. SI means System Integrator.
7. Zone means “Hyderabad Zone”
8. POC means “proof of concept”
Service providers fulfilling the specified requirements may submit their Bids as required so as to reach us latest on 09/12/2019 by 16:00 Hrs at the following address-
Bank of Baroda, Hyderabad Zone, BANK OF BARODA, ZONAL OFFICE, DR.NO: 3-6-289, KAREEM MANZIL, HYDERGUDA , HYDERABAD – 500029. TELANGANA STATE. Prospective bidders are requested to submit their points for clarification during pre-bid meeting at under mentioned email address latest by 11AM IST on 20/11/2019. (a) [email protected] (b) [email protected] Further “Addendum” shall be issued on Bank’s website only and bidder has to refer the same before final submission of the Tender. The Bank reserves the right to reject any / all applications without assigning any reason whatsoever.
Confidentiality:
This document is meant for the specific use by the Company / person/s interested to
participate in the current tendering process. This document in its entirety is subject to
Copyright Laws. Bank of Baroda expects the bidders or any person acting on behalf
of the bidders to strictly adhere to the instructions given in the document and
maintain confidentiality of information. The bidders will be held responsible for any
misuse of the information contained in the document and liable to be prosecuted by
the Bank. In the event of such a circumstance is brought to the notice of the Bank.
By downloading the document, the interested party is subject to confidentiality
clauses.
Seal & Signature of Bidder Page 5 of 43
1. Scope of the Work The scope of work is in two parts 1) SITC and Annual Maintenance Contract of CCTV system and 2) SITC for Hybrid Alarm System and Annual Maintenance Contract of existing Alarm System installed at 483 branches / offices & attached ATMs of Bank of Baroda, Hyderabad Zone. Concerned System Integrator will have to enter into an agreement (as per the format decided by the bank) with the Zone. New System Integrator to start the work w.e.f 01/01/2020. The empanelment shall be for a period of one year from 01/01/2020 and extendable upto two years based on the performance and it will be at the sole discretion of the Bank, unless terminated by the Bank at its own convenience by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation therefore.
Engagement of System Integrator should in no way be construed as work order. Zonal Purchase committee of the Zone shall decide the work allocation to the System Integrator. Decision of the committee shall be final and binding to all. No representation will be entertained. Bank has discretion to revise the scope of work upward / downward as per its requirement.
It is highlighted and to be noted by prospective Applicants that they will be required to supply,
install and maintain the Security Equipment (CCTV System and Integrated Hybrid IP based Alarm
System during warranty period at their own cost and thereafter undertake AMC services as per
bank's process.
Further they will also be required to undertake AMC services of existing security equipment
already installed and functional at various branches of the bank. LOCATIONS TO BE COVERED
The services will be required to be provided for our Visakhapatnam, Vijayawada, Tirupathi, Hyderabad and Telanagana Regions in all their offices and branches both existing and opened during the tenancy of this contract. The broad areas presently under the jurisdiction of our above Regions are as detailed below -
Sl. No.
REGION STATE / DISTRICT
1 Visakhapatnam Andhra Pradesh ( Srikakulum, Vizianagaram, Visakhapatnam, East Godavari Districts)
2 Vijayawada Andhra Pradesh ( West Godavari , Krishna, Guntur, Prakasam)
3 Tirupathi Andhra Pradesh(Nellore, Chittoor, Kadapa, Kurnool, Ananthapur )
4 Hyderabad Telangana(Hyderabad, Medchal-Malkajgiri)
5 Telanagana Telangana ( Adilabad, BHADRADRI (KOTHAGUDEM), JAGITIAL , JANGAON , KAMAREDDY , KARIMNAGAR , KHAMMAM , MAHBUBNAGAR , MANCHERIAL , MEDAK , NAGARKURNOOL , NALGONDA , NIRMAL , NIZAMABAD , PEDDAPALLI , RAJANNA , RANGAREDDI , SANGAREDDY , SIDDIPET , SURYAPET , VIKARABAD , WANAPARTHY , WARANGAL URBAN )
Note:- Services are required to cover all the Branches/ATMs/Offices located in AP & Telangana.
Awarding Rate Contract-
L-1 will be decided on package cost of each equipment as given in Commercial Bid
(Annexure VII to Annexure VIII). The selected bidders will have to supply the equipment /
provide the services at L-1 rates. Rates of each equipment including that of Non
Commercial Items as quoted by L-1 will be applicable to all bidders.
Seal & Signature of Bidder Page 6 of 43
Bidder can apply for one or more Security Equipment subject to fulfilling all relevant terms and
conditions. L1 will be decided separately for each items as per Commercial Offer. Bank may split
the work among L1 & L2 in ratio of 60:40 or in ratio of 60:20:20 amongst L1, L2 & L3, if L2 & L3
agree to supply at the rates of L1. 2. Submission of Proposal
The offer will be in two parts; Technical & Commercial separately. Both the parts should be submitted in separate sealed covers duly super-scribed "Technical Offer for Engagement of System Integrator for supply of security equipments (CCTV System / Integrated Hybrid IP based Alarm System)” and "Commercial Offer for Engagement of System Integrator for supply of security equipments (CCTV System / Integrated Hybrid IP based Alarm System)” respectively. The Financial Bid of the Security Equipment, for which the System Integrator is applying to be put in a separate envelope. Both sealed envelopes should be placed in another sealed envelope super-scribed “Engagement of System Integrator for Supply of Security Equipment in Bank of Baroda, Hyderabad Zone” with our Security Department at above given address by 09/12/2019 on or before 1600 Hrs IST along with tender fee payment of Rs 5,000/- (Non –refundable) towards the cost of Tender Document and Earnest Money of Rs 4,40,000/-
( Rs Four Lakh Forty Thousand only ) by way of DD/Pay order in favour of Bank of Baroda payable at Hyderabad in a sealed envelope. MSEs (Micro and Small Enterprise (MSE)/NSIC/KVI etc are exempted from paying the Earnest Money deposit (EMD) amount for which the concerned enterprise needs to provide necessary documentary evidence.
System Integrator must sign each page of document submitted failing which the application is liable to be rejected. The proposal received after the time of submission, or without proposal fee and earnest money or conditional applications would be rejected. Further, the Bank reserves the right to accept or reject any or all applications without assigning any reason. Bank reserves right to cancel or withdraw the RFP without assigning any reason.
The process of engagement and basic criteria which the Applicants should fulfill for engagement
is given in subsequent paragraphs.
3. Eligibility criteria for Bidders
(a). General Instructions & Conditions
i. One system Integrator will offer products of one OEM only i.e the package will have rates and products from one OEM only.
ii. Please read the terms and conditions carefully before filling the proposal.
iii. Please sign all the pages of the RFP including each page of the proposal form.
iv. There should be no cutting / over writing. The cutting / over writing, if any, should be duly attested.
List of Security Equipment under different categories for which engagement is sought i.e (1) CCTV System, (2) Anti Burglary Alarm System with integrated Auto Dialer, (3) Fire Alarm System, (4) IP Based Hybrid Alarm System. Applicants may seek engagement for one or more equipment or all the security equipment items mentioned in the list.
Seal & Signature of Bidder Page 7 of 43
(b) Registration
(i) The prospective applicant should be a registered company / firm including
system integrators, manufacturers (OEMs) and or their authorized suppliers
and dealers, capable of providing integrated solution of supply, installation,
after sale services and maintenance of the system provided.
(ii) The Applicants should have authentic PAN and GST distinguished
registration numbers etc. allotted by competent authorities.
(iii) The Applicants should have requisite trade/manufacturing/factory licence
from appropriate authority.
(iv) Certificate of statutory competent authority regarding Registration and
Incorporation, Memorandum & Article of Association, Partnership Deed etc is
a must.
(c) Turnover and Service Network Criteria:
The Applicants should have following financial turnover and service centre criteria :-
Sr No
Service
Area Average Turnover for past 3 FYs.
Minimum Number of Service/Regional Offices/Head Office Functional
1 Hyderabad
Zone
(i) Rs 240,00,000 for CCTV System (ii) Rs 200,00,000 for Integrated Hybrid IP based Alarm System
One Office at Hyderabad Zone. Establishment of the office shall be at least 1 year old (Proof to be submitted)
(d) Experience and Product Certification
The Applicants should have the following experience, product certification and other
criteria -
(i) Experience-The applicant should have minimum Five (5) years’ experience in the field of supplying and maintaining security equipments- CCTV System and Integrated Hybrid IP based Alarm System, required by the bank and for which engagement is sought, as on 30/10/2019.
(ii) Work Executed. The bidder shall have carried out similar work of supply and maintenance of security equipment having executed cumulative order of following values during one financial year of last -5- years as on 30.11.2019. - For CCTV System
One similar work of 80% of estimated cost i.e. Rs. 19,200,000 OR Two similar works of 50% of estimated cost i.e. Rs.12,000,000 OR Three similar works of 40% of estimated cost i.e. Rs.9,600,000.
Seal & Signature of Bidder Page 8 of 43
- For Integrated Hybrid IP based Alarm System
One similar work of 80% of estimated cost i.e. Rs.16,000,000 OR Two similar works of 50% of estimated cost i.e. Rs.10,000,000 OR Three similar works of 40% of estimated cost i.e. Rs.8,000,000.
(ii) Product Certification. The products of the applicant should have certification, as the case may be, of quality given by the Bureau of Indian Standards BIS / RBI / IBA or UL, EN, FCC, CE and tested at Electronic Regional Test Laboratory or any other industry recognized certification as applicable and acceptable to bank. Preference shall be given to products having security certification. The products should be based on latest technology for the specific requirement.
(iii) OEM Certificate. The applicant should have OEM certificate along with
confirmation that they would supply spare parts for the quoted model for
minimum next 5 years from the date of installation. OEM letter to be in Original
and no photocopy or colored Xerox will be acceptable (In absence of the
original certificate from the OEM the Service provider will be
disqualified).
(e) Installation / Work Experience: The applicant should have supplied to / be on the
panel of at least -3- Financial Institutions during last 03 Financial Years.
(f) Performance Certificate: The applicant should submit a "Satisfactory Performance
Certificate" from at least -3- Financial Institution on whose panel it is conducting
business related to supply of security equipment.
(g) Supply & Installation: The applicant should be able to supply and install the
products for which engagement is sought by themselves. No subletting of the work
is permissible.
(h) Past Record: The applicant should not have been blacklisted by any
PSU/PSB/Financial Institution/Govt. Organization in past 5 years or services
terminated due to poor performance. A certificate be submitted stating that the
company/firm or its owner or any sister concern have not been blacklisted.
(Annexure- I)
(i) If any of our Zone has issued a dissatisfactory letter about any agency the bid of the
company will be rejected in that / those Zone(s). 4. Bid Submission Process
Interested parties shall submit their offers in sealed covers super scribed as "Technical Offer for Engagement of System Integrator for supply of security equipments” for Hyderabad Zone
The offer will be in two parts, Technical Bid and Price Bid. Technical Bid will be opened and after technical evaluation, suitable System Integrator will be short listed.
The Financial Bid / Price bid will be opened of only those System Integrator who qualify technically.
Part 1- Technical Offer- Shall contain the details required to be furnished by Tendering System Integrator, as enumerated under the heading Eligibility Criteria of this document.
Seal & Signature of Bidder Page 9 of 43
The Technical Bid offer (TO) should be complete in all respects and contains all information asked in this document. It should not contain any price information. The Technical Bid offer should comprise of the following:
(a) Covering letter on the prescribed format (Annexure-I).
(b) Earnest Money Deposit of Rs 4,40,000/- in and cost of RFP Document of Rs 5000/-
in the form of a demand draft / pay order issued by a scheduled commercial bank
favouring Bank of Baroda, payable at Hyderabad. Separtae DD/pay order to be
submitted for EMD and cost of Tender.
(c) Supplier’s profile as per (Annexure II)
(d) Certificate from OEM (Original Equipment Manufacturer) (Annexure-III) that they
would supply spare parts for the quoted model for minimum next 05 years. Letter
from OEM will be in original (Hard copy), no Xerox/ mail print is acceptable. In
absence of this your Tender will be rejected.
(e) CE / UL Certificates or any standard certificate in the field.
(f) Documentation (Product Brochures, leaflets, manuals etc. of quoted model should
be highlighted)
(g) Details of reference sites as per Annexure IV including relevant completed work
certificates.
(h) Technical Specifications confirmation with all columns (Annexure-V-IX) (as
applicable)
No bid later than 1600 Hrs IST on 09/12/2019 shall be accepted. (Last date / time of submission of Bids)
Part-2- Price Bid- Price bids of the product(s) offered will be kept together in one Sealed envelope (separately), super scribed "Commercial Offer for Engagement of System Integrator for supply of security equipment (CCTV System & Integrated Hybrid IP based Alarm)”for Hyderabad Zone (Annexure-VII to Annexure VIII) Price Bid will not be included in Technical Bid and any Bid without the Price Bid shall be rejected.
Both Technical and Commercial Bids be kept in the third envelope super scribed “Engagement of System Integrator for Supply of Security Equipment in Hyderabad Zone.
The Commercial Offer (CO) should contain relevant price information and the rates should be quoted in Indian Rupees only.
The offer from the supplier should be for approved make and model only. The DVR and Cameras should be of the same make. The Bank reserves the right to reject any offer with multiple options.
5. Inspection of Facilities: The applicant should not have any objection to bank inspecting
their manufacturing / R&D /other infrastructure or any office to verify documentary/other
claims as per application process. Bank may also hold inquiries from past/existing clients
of the applicant.
6. Earnest Money Deposit
Seal & Signature of Bidder Page 10 of 43
Earnest Money deposit of Rs 4,40,000/-(Rs Four lakh forty Thousand rupees only), in the form of DD/ Pay order favouring Bank of Baroda, payable at Hyderabad, must be submitted along with Tender. Offers not accompanied with EMD will not be accepted. The EMD will be forfeited if, the bidder withdraws his bid during the selection process, or having been selected by the Bank for the job, the System Integrator refuses to accept any contract or having accepted the contract, fails to carry out his obligations mentioned herein. No interest will be payable on the EMD. The EMD will be refunded to the unsuccessful System Integrator on completion of the process of selection. The Earnest Money paid by the successful System Integrator will be released only after furnishing the Performance Bank Guarantee.
7. Performance Bank Guarantee
Successful supplier should produce an unconditional Performance Bank Guarantee (10%
of the estimated contract value of 3 years) from any Schedule Commercial Bank excluding Co-operative Bank and Bank of Baroda. The Performance bank Guarantee will be deposited at the respective Zonal Office at the following rate for a period of 3 years and 03 months from the date of commencement of contract-
(I) CCTV System: Rs 24,00,000/-
(II) Integrated Hybrid IP based Alarm System: Rs20,00,000/-
No Performance Bank Guarantee / deposit will be kept at branches.
The Performance Bank Guarantee shall be adjusted against any loss, theft, damage, expense etc. to the Bank. During the period of contract including AMC period supplier should attend to all repairs / defects / replacement of major/minor spare parts free of cost. In case of failure on the part of the supplier to attend to the defects within a reasonable period, the Bank on its own will get the defects rectified through another System Integrator at the risk and cost of supplier and repairs rectified through another System Integrator in such circumstance will not affect the liabilities of the supplier on the warranty for its remaining period nor will it affect the supplier's liabilities on the stipulated post-warranty Comprehensive Annual Maintenance Contracts.
8. NO ERASURES OR ALTERATIONS
Technical / Commercial details must be completely filled up. Corrections or alterations, if
any should be authenticated. Every page of the submitted tender must have company
seal & signed by the authorized person.
9. NO PRICE VARIATIONS
The commercial offer shall be based on rates to be quoted exclusive of Taxes will be paid as per the prevailing mentioning breakup of taxes along with the item rates. The clause is to be read as: (i) Excise & Sales Taxes, Works Contract Tax, Service Tax for Works
The Contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees or charges in respect of the works including but not limited to sales taxes, tax on works contract, Service Tax, Excise duties and octroi, payable in respect of materials, equipment, plant and other things required for the Contract.
(ii) New Taxes, Duties & Levies, etc.
Seal & Signature of Bidder Page 11 of 43
If a new Tax or Duty or Levy is imposed under as statute or law during the currency of the contract, the same may be reimbursed to the Employer if so deemed fit on documentary evidence.
10. VALIDITY OF OFFER AND PENAL CLAUSE & FALL CLAUSE
The offer should be valid for period of 180 days from the last date for submission of the offer.
New installations shall be done as per directives of RO / ZO of Bank. New installation to be completed
within 15 days of the receipt of the work order failing which 10% penal charges per week from the work
order will be levied and deducted from the bill. AMC to be done within 7 days of due date otherwise
20% penalty will be deducted from entire bill.
Penalty Clause for non-Compliance of AMC: If the vendor fails to provide the AMC service
for either of the quarter, a penalty of Rs.500/- per branch per quarter will be imposed on the
respective service provider.
If at any point of time, vendor is found to be supplying inferior material not confirming the prescribed
technical specification and unsatisfactory services in terms of the provisions of the tender, Bank shall
initiate steps for blacklisting of firm with information to all PSU Banks / RBI / IBA.
FALL CLAUSE – At any point of time if it is observed that the vendor is supplying to other financial institutions / firms similar material / services at lower rates than offered to Bank of Baroda, then the vendor shall have to compensate the Bank of Baroda by paying the difference amount and downward revise the rate of respective item / services at the time of renewal of contract as applicable.
11. EVALUATION PROCESS
Offers will be evaluated in the following stages:
Stage I
Offers will be evaluated by Bank’s committee against the stipulated minimum eligibility
criteria. Offers not complying with the eligibility criteria will be rejected summarily.
Stage II
A technical evaluation of proposals will be carried out. Offers received without fulfilling the
conditions mentioned in Clause No. 3 page 6-8 and the following conditions, shall not be
evaluated.
(a) If offer is incomplete and/or not accompanied by all stipulated document.
(b) If any of the terms and conditions stipulated in this document is not accepted and
letter as per Annexure - I is not submitted.
(c) If Models of DVR and Cameras quoted are not of same Make.
Stage III
Short-listing of supplier(s) based on the technical evaluation.
Stage IV
Seal & Signature of Bidder Page 12 of 43
Product demonstration of the makes and model submitted by the respective System
Integrator will be done by the bidder. In case the product fails to meet laid down technical
specification / feature, the bid of all the System Integrators bidding with that particular make
and model will be rejected at this stage.
Stage V
Opening of commercial Bids of only those System Integrators whose product have qualified
after product demonstration. Intimation to this effect would be given by emails to shortlisted
bidders.
The total charges stated for Annexure VII & VIII respectively will be considered for
financial evaluation of the Commercial Bid.
No Commitment to accept lowest or any tender – The bank shall be under no
obligation to accept the lowest or any other offer received in response to this notice
and shall be entitled to reject any or all offers without assigning any reason
whatsoever.
12. TERMS & CONDITIONS
(a) Bank of Baroda’s Right to Accept/Reject any/or all Application
BANK reserves the right to accept/reject any or all application and to annul the
engagement process and accept/reject all applications at any time prior to
registration or any time after registration, without thereby incurring any liability to the
affected applicants or any obligation to inform the affected applicants of the grounds
for BANK's action.
(b) BANK's Right to Issue Clarifications, Addendums, Corrigendum etc
BANK can at any time issue clarifications, addendums or corrigendum. The same
will be published in the BANK's website. The applicants are requested to regularly
visit the Bank's website.
(c) Purchase through GEMS Portal (Government E-Market) Bank reserves the right to purchase the system through GeM portal of Govt. of India and provide the same to you for installation and commissioning in the required branch. However, cost of any material / component provided by you for installation and commissioning of the system would be paid to you as per approved rates, including installation charges.
13. Criteria For Application Rejection/ Cancellation Of Registration
a) Any effort by an applicant/ registered applicant to influence BANK's decisions on
Evaluation and registration process may result in rejection of application or
cancellation of registration.
b) Applications submitted without cost of Application Documents (Rs 5,000/-) or which
do not confirm unconditional validity of the application as prescribed or submission
of false/fake Application Documents or if the information provided by the applicant is
found to be incorrect /misleading at any stage / time during the engagement process
or thereafter.
c) Applications received by BANK after the last date and time prescribed for receipt of
Seal & Signature of Bidder Page 13 of 43
application or applications without signature of person (s) duly authorized on
required pages of the application or applications without power of authorization
and any other document consisting of adequate proof of the ability of the
Signatory to bind the applicant shall be rejected.
d) Malpractice / attempt to influence / Manipulation of rates i.e quoting lower rates as
Compared to the market / OEM rates, shall be viewed very seriously. If such a
Situation comes to the notice and/or there are reasons / circumstances for BANK
to believe so, the concerned applicant will be called in to give justification of rates
quoted by them to the committee. If they are not able to give a proper /
Satisfactory justification of their quoted rates, their engagement will be cancelled.
If the System Integrator is found, subsequent to their registration and
engagement , not complying with, any of the eligibility criteria.
e) If continuous poor performance has been observed from an applicant.
f) Any other grounds as decided by BANK management after due diligence.
14. Settlement Of Disputes by Arbitration
In the event of there being any dispute or difference arising between the parties the same shall be referred to the Zonal Manager, Bank of Baroda, Hyderabad Zone, whose decision shall be final and binding on both the parties. However, if the parties are still not satisfied, the matter shall be referred to the sole arbitrator mutually agreed by the parties. The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliations Act, 1996 (26 of 1996) or any statutory modifications or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause. The award of the arbitrator shall be final and binding on the parties. The venue of the arbitration shall be Zonal Office, Hyderabad Zone. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.
15. GUARANTEES
The Security Systems including all components delivered to the Bank should be brand new. The supplier should also guarantee that all the software / components supplied by the supplier is licensed and legally obtained.
16. AVAILABILITY OF SPARES
Spares for the product offered should be available for at least 03 years.
17. WARRANTY
The offer must include comprehensive on-site warranty of -3- years for CCTV System and -2- Years for Alarm Systems from the date of installation and commissioning of the equipment.
Supplier shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of all equipments, accessories, etc., covered by the offer. The supplier must warrant all equipments, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the warranty period the supplier shall maintain the equipment and repair / replace all the defective components at the
Seal & Signature of Bidder Page 14 of 43
installed site at no additional charge of whatsoever nature to the Bank except for annual visit charges during warranty period as agreed.
18. MAINTENANCE STANDARD EXPECTED DURING WARRANTY
The supplier should ensure that the defects in the CCTV System and Alarm system reported on any working day is set right on the same day and in no case later than the next working day. In case, the system or any equipment cannot be repaired within the stipulated period, the supplier should provide a replacement till the system/equipment is returned duly repaired.
19. ANNUAL MAINTENANCE CONTRACT (AMC)
The AMC is of following type-
(a) AMC of new SITC during warranty period-
1) The supplier shall maintain the Security System including all accessories /
components and software supplied for at least -3- years for CCTV System and
-2- Years for Alarm Systems.
2) No charges will be payable for repair / replacement of the system, component
during this warranty period
3) Only visit charges shall be payable during warranty period as quoted in price bid
and agreed by both the parties.
4) During the warranty period, the supplier will mandatorily visit the concerned
branches at least once in a quarter for preventive maintenance/servicing and on
call by the Bank any number of times in case of defects, if any, in the system
without any additional cost to the Bank except visit charges. The supplier shall
maintain the equipment and repair/replace all defective components, major or
minor and may use for this purpose spares or consumables at no additional
charge other than the AMC contract charges. The AMC charges will be released
by the RO at the end of every -6- months on satisfactory performance of the
system and against submission of a service report. System Integrator will submit
comprehensive service certificates and bill to the respective Regional Office.
(b) Comprehensive AMC of existing equipment (Outside Warranty Period)- AMC of existing equipment shall be for a period of -1- years from 01/01 /2020 to 31/12/ 2020 extendable by -2- years based on the performance. The service provider will be required to make 4 quarterly visits. Payments will be made centrally by the Regional Office on half yearly basis.
After the post-warranty mandatory comprehensive AMC period, the supplier may continue the Annual Maintenance Contract at the price/charges as may be mutually agreed upon by the Bank and the supplier. If any of the peripherals, components etc, are not available or difficult to procure or if the procurement is likely to be delayed, the replacement shall be carried out with equipment of equivalent capacity or higher capacity at no additional charges to the Bank during the currency of warranty period and AMC period.
The comprehensive AMC would include all components and accessories which are
an integral part of the complete system required to operate the system satisfactorily including wiring, power supply etc.
However, following would not be covered under comprehensive AMC –
Seal & Signature of Bidder Page 15 of 43
(i) Batteries installed in Integrated Alarm System after expiry of their warranty
period of 2 years.
(ii) Damage caused to the system due to Fire, earthquake, floods etc. However this will not include damage due to high voltage as all security equipment should compulsorily be connected through branch UPS.
20. RETRIEVAL OF RECORDING ON CD/DVD
As per requirement of the Bank / Branch, if request is made by the Bank / Branch to the vendor for retrieving recording for a particular time period and preparing a CD/DVD of the same, the vendor would make arrangements to retrieve and provide such recording on CD/DVD within 24 Hours of the request made. The vendor will be paid by the Bank / Branch an amount of Rs 1000/- per such retrieval, which will be over and above the AMC charges. The CD/DVD would be provided by the vendor for the purpose.
21. Guidelines for the OEM -
(a) OEM should have online dedicated support center available and during working hours and a fully equipped repair and maintenance office in India. Document details to be submitted for the same for verification.
(b) The MAC address of the IP cameras must be registered in the name of OEM supplying the cameras.
(c) OEM should have an ISO 9001:2008 and ISO 14001:2004 for manufacturing Process. Documents needed to be attached along with the bid. (d) Documents of Manufacturing license/ Excise Registration of the OEM factory need
to be submitted for verification. (e) Product Certification copies to be attached as per the specifications.
(f) To evaluate the offered solution/products, POC will be conducted by technical committee. POC date(s) will be intimated separately after evaluation of Technical bids of prospective bidders.
(g) Vendor will be responsible for non-genuine products. Audit for Banks whether actual material is provided or not needs to be done by OEM, as and when required by Bank, without any additional cost, as a service support to Bank.
(h) OEM to have presence in India since Last 10 years.
22. Opening of Offers
Technical Bid Offers will be opened at 1100 Hrs on 10/12/2019 at 11:00am by Committee of Executives / Officers(TPC). The Bidders/ their representatives(s) may be present at the time of opening of the Technical Bid Offers. No separate intimation will be sent in this regard to the System Integrator for deputing their representatives. The Technical Bid offers will be opened at the time and date stipulated above irrespective of the number of bidders or their representatives present. Financial Bids will be opened of only those System Integrator who qualify technically.
23. Single Point of Contact & Direct Support
The bidder should provide the details of single point of contact and also Escalation matrix for support.
24. Set-off
a. Without prejudice to other rights and remedies available to BANK, BANK shall be entitled to set-off or adjust any amounts due to BANK under this project from the
Seal & Signature of Bidder Page 16 of 43
Service Provider against payments due and payable by Bank to the Service Provider for the services rendered.
b. The provisions of this Clause shall survive even after termination of the Agreement.
25. Covenants of the successful bidder:
1. The successful bidder shall deploy and engage suitably experienced and competent
personnel as may reasonably be required for the performance of the services. During the
currency of project , the successful bidder shall not substitute the key staff identified for
the services
2. The successful bidder shall forthwith withdraw or bar any of its employee/s from the
provision of the services if, in the opinion of BANK:
(i) The quality of services rendered by the said employee is not in accordance with the
quality specifications stipulated by BANK; or
(ii) The engagement or provision of the services by any particular employee is prejudicial to the interests of BANK.
3. All employees engaged by the successful bidder shall be in sole employment of the
successful bidder and the successful bidder shall be solely responsible for their salaries,
wages, statutory payments etc. That under no circumstances shall BANK be liable for any
payment or claim or compensation (including but not limited to compensation on account
of injury/death/termination) of any nature to the employees and personnel of the Service
Provider.
4. The successful bidder :
shall be responsible for all negotiations with personnel relating to salaries and benefits, and shall be responsible for assessments and monitoring of performance and for all disciplinary matters.
shall not knowingly engage any person with a criminal record/conviction and shall bar any such person from participating directly or indirectly in the provision of services under this Agreement.
shall at all times use all reasonable efforts to maintain discipline and good order amongst its personnel.
shall not exercise any lien on any of the assets, documents, instruments or material belonging to BANK and in the custody of the Service Provider for any amount due or claimed to be due by the Service Provider from BANK.
shall regularly provide updates to BANK with respect to the provision of the services and shall meet with the personnel designated by BANK to discuss and review its performance at such intervals as may be agreed between the Parties.
shall be responsible for compliance of all laws, rules, regulations and ordinances applicable in respect of its employees, sub-contractors and agents (including but not limited to Minimum Wages Act, Provident Fund laws, Workmen's Compensation Act) and shall establish and maintain all proper records including, but not limited to, accounting records required by any law, code, practice or corporate policy applicable to it from time to time, including records and returns as applicable under labour legislations.
Seal & Signature of Bidder Page 17 of 43
shall not violate any proprietary and intellectual property rights of BANK or any third party, including without limitation, confidential relationships, patent, trade secrets, copyright and any other proprietary rights in course of providing services hereunder.
shall ensure that the quality and standards of materials and services to be delivered or rendered hereunder, will be of the kind, quality and timeliness as designated by the BANK and communicated to the Service Provider from time to time.
shall not work in a manner which, in the reasonable opinion of BANK , may be detrimental to the interests of BANK and which may adversely affect the role, duties, functions and obligations of the successful bidder as contemplated by this RFP .
shall be liable to BANK for any and all losses of any nature whatsoever arisen directly or indirectly by negligence, dishonest, criminal or fraudulent act of any of the representatives and employees of the successful bidder while providing the services to the BANK.
shall itself perform the obligations under this RFP and shall not assign, transfer or sub-contract any of its rights and obligations under this Agreement except with prior written permission of BANK.
26. INDEMNITY
1. The successful bidder shall, at its own expense, indemnify, defend and hold harmless
BANK and its officers, directors, employees, representatives, agents respective directors,
and assigns from and against any and all losses and liability (including but not limited to
liabilities, judgments, damages, losses, claims, costs and expenses, including attorneys
fees and expenses) that may be occurring due to, arising from or relating to:
a) a breach, non-performance or inadequate performance by the successful bidder of any of the terms, conditions, covenants, representations, undertakings, obligations or warranties under this Agreement ; or
b) the acts, errors, representations, misrepresentations, willful misconduct or negligence of the successful bidder , its employees in performance of its obligations under this Agreement; or
c) any deficiency in the services of the successful bidder or
d) Violation of any applicable laws by the successful bidder, its agents, employees, representatives etc.
2. In the event of successful bidder not fulfilling its obligations under this clause within the
period specified in the notice issued by the Bank, Bank has the right to recover the
amounts due to it under this provision from any amount payable to the vendor under this
project.
3. The indemnities under this clause are in addition to and without prejudice to the
indemnities given elsewhere in this agreement.
27. Termination
1. Bank shall have the option to terminate this RFP and / or any subsequent agreement and
/ or any particular order, in whole or in part by giving Vendor at least 90 days prior notice
in writing. It is clarified that the Vendor shall not terminate this RFP & the subsequent
Agreement for convenience.
Seal & Signature of Bidder Page 18 of 43
2. However the Bank will be entitled to terminate this RFP and any subsequent agreement,
if Vendor breaches any of its obligations set forth in this RFP and any subsequent
agreement and
Such breach is not cured within thirty (30) Working Days after Bank gives written notice; or
if such breach is not of the type that could be cured within thirty (30) Working Days, failure by Vendor to provide Bank, within thirty (30) Working Days, with a reasonable plan to cure such breach, which is acceptable to the Bank. Or
3. This Tender and subsequent Agreement shall be deemed to have been terminated by
either Party one day prior to the happening of the following events of default:
The other Party becomes unable to pay its debt as they fall due or otherwise enters into any composition or arrangement with or for the benefit of its creditors or any class thereof;
A liquidator or a receiver is appointed over all or a substantial part of the undertaking, assets or revenues of the other Party and such appointment continues for a period of twenty one (21) days;
The other Party is subject of an effective resolution for its winding up other than a voluntary winding up for the purpose of reconstruction or amalgamation upon terms previously approved in writing by the other Party; or
The other Party becomes the subject of a court order for its winding up.
4. The Bank, by written notice of default sent to the Vendor, may terminate this Contract in whole or in part without prejudice to any other remedy for breach of Contract if the Vendor fails to deliver any or all of the Design, Goods, Works and Services, within the period(s) specified in the Contract or within any extension thereof granted by the Bank
5. Upon the termination or expiry of this Tender and subsequent Agreement the rights
granted to Vendor shall immediately terminate.
6. In the event the Bank terminates the Contract in whole or in part, the Bank may, among
other applicable remedies, procure Goods, Works or Services similar to those undelivered
upon such terms and in such manner as it deems appropriate, and hold the Vendor liable
to the Bank for any excess costs for such similar Goods, Works or Services. However, the
Vendor shall continue to perform the Contract to the extent not terminated.
28. Governing Laws
The subsequent contract shall be governed and construed and enforced in accordance
with the laws of India applicable to the contracts made and to be performed therein, and
both Parties shall agree that in respect of any dispute arising upon, over or in respect of
any of the terms of this Agreement, only the courts in Ahmedabad shall have exclusive
jurisdiction to try and adjudicate such disputes to the exclusion of all other courts.
I have read and accept, all terms/conditions/criteria other aspects mentioned in this document unconditionally.
Signature ………………….. (Authorized signatory/director of the Service Provider)
Seal & Signature of Bidder Page 19 of 43
Annexure-I
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE
(On company letter head) Ref No. Date: To General Manager Bank of Baroda Zonal Office ________________ Zone ________________ Dear Sir, With reference to the above tender notice, having examined and understood the instructions, terms and conditions forming part of the tender forms, we hereby enclose our offer for the supply of the security equipments as detailed in your above referred tender notice. We are applying for SITC and Maintenance of following security equipment in the branches and offices of your Zone.
Sr. No Security Equipments to be provided (Yes / No)
1. CCTV System
2. IP Based Hybrid Alarm System
We certify that we have carried out similar work of supply and maintenance of security equipment having executed cumulative order of following values during one financial year of last -5- years as on ____________.
Sr Security Equipment Value of work executed
1 CCTV
2 Alarm System
3 Fire Alarm System
4 IP Based Hybrid Alarm System
Copies of Invoices / Experience Certificate / Performance Certificate etc. to this effect are attached along with this letter. We confirm that our Annual Turnover for last three years is as under:-
SN Year Turnover
01 2016 -17
02 2017-18
03 2018-19 I/We am/are aware that the empanelment does not guarantee any work order. In the event of getting a contract, I/We agree to honor the obligation with due diligence and efficiency as required by the Bank of Baroda.
Seal & Signature of Bidder Page 20 of 43
In the event of getting a contract, I/We agree to honor the obligation with due diligence and efficiency as required by the Bank. We confirm that we have not been disqualified / blacklisted by any Govt. Deptt / RBI / PSU bank or any other organization for supply and maintenance of any security Systems. We also confirm that, in the past we have not been issued with any dissatisfactory letter by any of the Regions /Branch of ………………..Zone. We also agree that in case any poor performance is received from any of our clients our Bid will be rejected / disqualified. We further confirm that the offer is in conformity with the terms and conditions as mentioned in the tender form. We also confirm that the offer shall remain valid for 180 days from the last date for submission of the offer. We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has the right to reject the offer in full or in part without assigning any reason whatsoever. We certify that ……………………………………… (Name of System Integrator) is not owned or controlled by any Director or serving Officer/Employees of Bank of Baroda or their relatives having the same meaning as assigned under section 6 of the Companies Act, 1956. We agree to provide required performance guarantee at the Zone. We also confirm that the Zone has not issued any disqualification letter to our Agency in the past. I/We agree to all the terms and conditions of the notice. We enclose herewith a Demand Draft/Pay Order for Rs __________(Non –refundable) and Rs._________ (Refundable) favoring Bank of Baroda and payable at _________, towards tender fees and Earnest Money Deposit, details of the same are as under: Demand Draft/Pay Order No. : Date of Demand Draft/Pay Order : Name of Issuing Bank : We are offering bid for following products :-
S N
Product Make Remarks
01. CCTV System
02. Integrated Hybrid IP based Alarm System
We also confirm that the above products meet the Technical specifications/ features, as per the RFP. Yours faithfully,
Authorized Signatories (Name & Designation, seal of the firm) E-Mail address Contact No
Seal & Signature of Bidder Page 21 of 43
Annexure –II
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN _HYDERABAD ZONE
FORMAT OF THE APPLICATION FORM
PART - I SUPPLIER’S PROFILE
SN ITEM PARTICULARS Proof / details to be attached as (with proper Flags)
1 Name of the Company/ Firm/ Organization, Website, Email
Annexure A
2 Year of Establishment and Incorporation
Annexure B
3. Status of the firm whether Company/Firm/proprietary etc
Annexure C
a) Registered under the Companies Act, 1956. If so mention registration number and date.
b) Registered under the Societies Registration Act, 1860. If so mention registration number and date.
c) Registered under the Indian Trust Act, 1882. If so mention registration number and date.
d) Sole proprietorship firms whose proprietor is a resident in India as per the Income Tax Act, 1961. If so mention registration number and date.
e) Partnership firm registered in India. If so mention registration number and date.
4 Nature of Business. Whether OEM /System Integrator/Manufacturer/
Authorized dealer/supplier etc
Annexure D
5 Address of Registered Office with PIN Code.
Annexure E
Seal & Signature of Bidder Page 22 of 43
6 Correspondence Address Annexure F
7 Address of Manufacturing
Unit/R&D Site
Annexure G
8 Name of Directors/
Partners/Members etc
(a) (b)
Annexure H
9 a) Name of contact person(s) b) Mobile Numbers(s) c) Land Line
Annexure I
10 Name of person(s) authorized to conduct business along with Mobile, Tele, Fax and Email details
Annexure J
11 a) Has your company/firm been ever blacklisted in past 5 years. Give details if Yes.
Annexure K
b) If No, a certificate be submitted stating that the company/firm or its owner or any sister concern have not been so blacklisted by any institution of the Central or State Govt, PSU/PSBs in the past 5 years on any grounds whatsoever.
Annexure L
12 Any subsidiary company (Write Yes / No).
Give all details if yes
Annexure M
13 Furnish the names of three responsible persons who will be in a position to certify about the quality as well as past performance of your organization. Annexure N
Sr. No
NAME Address Contact Number
a)
b)
c)
Seal & Signature of Bidder Page 23 of 43
Annexure-III
PART II- FINANCIAL, REGISTERATION FOR TAXATION AND OTHER STATUTORY
REQUIREMENTS
Sr. NO
ITEM PARTICULARS Proof / details to be attached as (with proper Flags)
1 Whether registered for the following and having necessary certificates/ authority?
If so, mention registration number and date.
Enclose relevant certificate/
Application Documents
Annexure O
a) Income Tax PAN
b) TIN
c) ESIC
d) EPF
e) GST
2. Furnish copies of audited Balance Sheet and profit & loss account(audited) for the last 3 financial years
TURN OVER (CA certificate is mandatory & in original)
(CA
Profit after Tax (INR Lacs)
Annexure P
a) 2016-17-Turnover
b) 2017-18 –Turnover
c) 2018-19 –Turnover
3. Name and address of Bankers along with IFS Code
Bank Name Address IFSC Code
Annexure Q
Seal & Signature of Bidder Page 24 of 43
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN _HYDERABAD ZONE.
(Letter to the bank on the OEM’s Letterhead in Original)
To, The General Manager Bank of Baroda Zonal Office ________________ Zone ________________
Dear Sir, Subject: Authorization for Supply, Installation, Implementation, commissioning and Maintenance of CCTV Surveillance System / Hybrid IP Based Alarm System. We _____________________ registered office at ___________________ having joint venture / authorized dealer etc. with ________________, who are established and leading manufacturer of Digital Video Surveillance products, do hereby authorize M/s ____________________ having their registered office at____________________________________________________________________ to submit quote, negotiate, supply, install and provide after sales support for our range of under mentioned products quoted by them to meet the above mentioned tender:- Sr.No Product Company Model No. Remarks
01. CCTV System
02. Anti Burglary Alarm System with Integrated Auto Dialer
03. Fire Alarm System
04. Hybrid IP Based Alarm System
Our total installation for the security system in last -3- years are as under:- (upto 30June 2019)
SN Item No of Installations
01 CCTV
02 Alarm System
03 Fire Alarm System 04 Hybrid IP Based Alarm System
We also confirm that the above products meet the Technical specifications/ features as per the RFP.
We as OEM are responsible that the System Integrator uses genuine products. We will conduct Audit of the products being installed by the System Integrator, as and when required by the Bank without any extra cost, as a service support to the Bank.
Seal & Signature of Bidder Page 25 of 43
We hereby confirm to extend our back to back technical support and meet warranty terms of 2/3 years as the case may be. Also, we as an OEM assure that the quoted models are not end of life and necessary spares would be provided at cost to bidder for period of five years, as per OEM standards for this tender/project. We will submit a certificate annually on 31st March for the total number of installation of new security equipment for Bank of Baroda to the agency.
Thanking you,
Yours faithfully,
Authorised Signatories (Name & Designation, seal of the OEM) Contact No. E-Mail Address
Seal & Signature of Bidder Page 26 of 43
Annexure IV NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE.
WORK & BUSINESS EXPERIENCE AND PROPOSAL FOR EQUIPMENT FOR ENGAGEMENT
1 Existing Panel of BANK . Give names of Zones where providing services along with relevant performance certificates/Letters
a)
b)
c)
d)
DETAILS OF COMPLETED WORK IN LAST THREE YEARS (FROM 01/04/2016 TO 31/03/2019)
DETAILS OF ENGAGEMENT WITH FINANCIAL INSTITUTIONS (FIs)
Sr. No
Name of the FI Date Since
Empanelled
/ Providing
services
Security Equipment Being
Supplied
Satisfactory Completion certificate attached
(as Annexures)
1
2
3
NAME AND ADDRESS
OF THE FI
DATE OF
INSTALLATION NUMBER OF SECURITY SYSTEM
CCTV ALARM
SYSTEM
FIRE ALARM
SYSTEM IP Based Hybrid Alarm System
Total Systems Installed
Seal & Signature of Bidder Page 27 of 43
1. Enclose relevant documentary proof as annexure.
2. Following certificate/undertaking to be submitted with the application documents
CERTIFICATE
Certified that all the information given above and in all documents submitted for engagement with Bank of Baroda for Security Equipment is true to the best of my/our knowledge. It is understood that in case any claim/information is found to be incorrect the application shall be rejected or if found after engagement the bank may blacklist and take other legal action.
Date:
Place: Signature
Name :
Designation :
Stamp of the Company/Firm (Authorized representative)
Note: Please add rows where required. Where copies of Application Documents/certificates are
required to be furnished these are to be certified true copies
Seal & Signature of Bidder Page 28 of 43
Annexure – V
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN ________________ ZONE, HYDERABAD.
COMPLIANCE CONFIRMATION (Attach OEM’s Brochure)
TECHNICAL SPECIFICATION FOR 4/8/16 CHANNEL STAND ALONE PENTABRID CCTV SYSTEM (XVR)
Sr No
Parameters Specifications Compliance Yes / NO
Company
Model
1
Video compression
4-Channel 8- Channel 16 –Channel
H.265 Pro+/ H.265 + / H.265/
2 Analog and HD-TVI video input
4-Channel 8- Channel 16 –Channel
BNC interface (1.0Vp-p, 75 Ω)
3 Supported camera types
AHD, TVI,CVI, Existing Analog Camera, IP (ONVIF), /4 MP/3 MP/ 720P/25, 720P/30, 720P/50, 720P/60, 1080P/25, 1080P/30,
CVBS cameras,
4
IP video input
EXTRA 4-IPC Input (total upto 8 channel)
EXTRA 4 IPC Input (total upto 12 channel)
EXTRA 8 IPC Input (total upto 24
Channel)
Up to 6.0MP resolution
5 Audio compression
G.711u
6 Audio input / Two-way audio
in
4-Channel 8- Channel 16 –Channel
(2.0 Vp-p, 1 KΩ), 4 Audio inputs
7 HDMI / VGA output
1920 × 1080 / 60 Hz,1280 × 1024 / 60 Hz, 1280 × 720 / 60 Hz, 1024 × 768 / 60 Hz
8
Encoding resolution
Main stream: 1080P(non-real-time) / 720P / VGA / WD1 / 4CIF / CIF
Sub-stream: WD1 / 4CIF(real-time) / CIF / QCIF / QVGA
9
Frame rate
Main stream: 1/16 fps ~ Real time frame rate
Sub-stream: 1/16 fps ~ Real time frame rate
10 Video bitrate 32 Kbps-6 Mbps
11 Audio output 1-ch, RCA (Linear, 1KΩ)
12 Audio bitrate 64 Kbps
13 Dual-stream Support
14 Stream type Video, Video & Audio
15 Synchronous Playback
Resolution
4-Channel 8- Channel 16 –Channel
4MP/3MP/1080P / 720P / VGA / WD1 / 4CIF / CIF / QVGA / QCIF
16 Network protocols
TCP/IP, PPPoE, DHCP, EZVIZ Cloud P2P, DNS, DDNS, NTP, SADP, SMTP, SNMP, NFS, iSCSI, UPnP™, HTTPS
17 SATA 2 SATA interface (Each SATA to support upto 8 TB) for 4 Channel 4 SATA interface (Each SATA to support upto 8 TB) for 8 & 16
Channel
18 Capacity 4-Channel 8- Channel 16 –Channel
2 TB HDD 4 TB HDD 6 TB HDD
Seal & Signature of Bidder Page 29 of 43
19 E SATA 1 PORT for 8 & 16 Ch
20
Network 4-Channel 8- Channel 16 –Channel
interface
1; 10M / 100M self-adaptive Ethernet interface
1; 10M / 100M / 1000M self-
adaptive Ethernet interface
21 Serial interface 1; standard RS-232 serial interface, RS 485 half-duplex
22 USB port 2 × USB 2.0 Ports
23 Alarm in / out 4 INPUT / 1 OUTPUT 8 INPUT / 4 OUTPUT
16INPUT / 4 OUTPUT
24 Power supply 12V DC
25 Consumption (without hard
disks)
≤ 15W ≤ 20W ≤ 30W
26 Working temperature
-10 ºC ~+55 ºC (14 ºF ~ 131 ºF)
27 Working humidity 10% ~ 90%
28 Chassis 1U chassis 380mm 1U chassis
29 Certifications UL,CE,FCC , ROHS
30 Recording Resolution
4MP/3MP/1080p/ 720p/ VGA/ WD1/ 4CIF/ CIF/ QVGA/ QCIF
31 Record Rate- Main Stream
1080p/ 720p/ VGA/ WD1/ 4CIF/ CIF/ QVGA/ QCIF (1/16 fps to Real-time frame rate)
32 Record Rate- Extra Stream
WD1/ 4CIF/ CIF/ QCIF/ QVGA (1/16 fps to Real-time frame rate)
33 Record Mode Manual/ Schedule/ Motion detection
34 Privacy Masking Supported
35 OSD Camera Title, Time, Vide Loss, Recording, Motion Detection
36 Remote Yes, IR
37 Smart Function Video Content Analytics) events for both analog and smart IP cameras
38 Analytics Function Line crossing detection and intrusion detection By DVR
39 3rd Party Cloud Storage
Should Support the 3rd party cloud storage (Dropbox/Google
Drive/Microsoft OneDrive).
40 Accepted Make/Brand
Hikvision/ Dahua/LG/ Samsung / HONEYWELL or Equivalent
Seal & Signature of Bidder Page 30 of 43
VARIFOCAL HD True WDR IR BULLET CAMERA
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Image Sensor 2.0MP 1/3” CMOS Image Sensor
2 Effective Pixels 1920(H)*1080(V)
3 Min. Illumination 0.005 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 Lens 2.7mm - 13 mm @ F1.4
Motorized vari-focal lens
Angle of view: 97° - 30.4°
6 Lens Mount φ14
7 Angle Adjustment Pan: 0 - 360°, Tilt: 0 - 75°, Rotation: 0 - 360°
8 Day & Night Auto with IR CUT FILTER
9 Synchronization Internal synchronization
10 Video Frame Rate 720p@25fps/720p@30fps
11 HD Video Output 4 in 1 video output (switchable TVI/AHD/CVI/CVBS)
12 CVBS Output Can Connect to any existing or HD DVR
13 WDR (Wide Dynamic Range) >120dB
14 Working Temperature/Humidity
-40 °C to +60 °C(-40 F - 140 F)
Humidity 90% or less (non-condensing)
15 Power Supply 12V DC±15%
16 Power consumption 4.7 W maximum
17 Weather Proof Ratings IP67
18 Vandal Proof rating IK10
19 IR Range Minimum 60 meters
20 Certifications UL / CE / FCC, BIS
21 Accepted Make/Brand Hikvision/ Dahua/LG/ Samsung / HONEYWELL or Equivalent
Seal & Signature of Bidder Page 31 of 43
VARIFOCAL IP True WDR IR Outdoor Bullet CAMERA
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Video standards H.264 / MPEG4 / MJPEG
2 Sensor 1/3 or 1/2.8 inch Progressive scan CMOS
3 Scanning Progressive Scan system
4 System Compatibility ONVIF(Profile G,S), ISAPI
5 Resolution 1980x1080
6 Signal Stream Triple Stream
7
Frame Rate 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720)
8 Lens 2.8 ~ 12mm motorized Lens
9
Minimum Illumination 0.01 [email protected];
0 lux with IR
10 IR Cut Filter Yes
11 Wide Dynamic Range 120dB
12 Digital noise reduction 3D DNR
13 Day & night ICR
14 AGC Yes
15 BLC/HLC Yes, Zone Configurable
16 Iris control DC drive
17 Intelligent Video Functions
Alarm trigger for Video quality detection, line crossing, Intrusion detection, Face Detection , Region of Interest
18 Intelligent Video Functions Scene change detection, audio exception detection
19 IR Range Up to 40m
20 Protocols TCP/IP, HTTP, HTTPS, FTP, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, PPPoE,
NTP, UPnP, SMTP, SNMP, 802.1X,
IPv6, IPv4,NTP, UPnp, IGMP,Bonjour
21 Ethernet 1 RJ45 10M / 100M Ethernet port
22 Input voltage 12 VDC ± 10% or PoE, IEEE 802.3 af
23 General Function: One-key reset, Anti-Flicker, heartbeat, mirror, password protection, privacy mask, Watermark, IP address filtering
24 Operating Temp. -30°C ~ 60°C
25 Operating Humidity Humidity 95% or less (non-condensing)
26 Alarm trigger Motion detection, tampering alarm, network disconnect, IP address conflict, storage exception
27 Interface Audio : 1 input (line in/mic.in, 3.5 mm), 1 output (line out, 3.5 mm), mono sound
Alarm : 2 input,2 output (up to 12 VDC, 30 mA), terminal block
Video Output : 1Vp-p Composite Output(75Ω/BNC)
28 Security Watermark, User authentication, IP address
Filtering, anonymous access.
29 Housing & Mount IP67 outdoor standard
Seal & Signature of Bidder Page 32 of 43
30 Certification UL, FCC & CE
31 Required Make [any one make should be
specified]
Hikvision, Dahua Samsung, LG, Honeywell or Equivalent
FIXED HD True WDR IR DOME CAMERA Ultra low light
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Image Sensor 2.0MP 1/3” CMOS Image Sensor
2 Effective Pixels 1920(H)*1080(V)
3 Min. Illumination 0.005 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 Lens 2.8mm/ 3.6mm
Angle of view: 106°(2.8 mm), 82°(3.6 mm)
6 Lens Mount M12
7 Angle Adjustment Pan: 0 - 360°, Tilt: 0 - 75°, Rotation: 0 - 360°
8 Day & Night Auto with IR CUT FILTER
9 Synchronization Internal synchronization
10 Video Frame Rate 1080p@25fps
11 HD Video Output 4 in 1 video output (switchable TVI/AHD/CVI/CVBS)
12 CVBS Output Can Connect to any existing or HD DVR
13 WDR (Wide Dynamic Range) >120dB
14 Working Temperature/Humidity
-40 °C to +60 °C(-40 F - 140 F)
Humidity 90% or less (non-condensing)
15 Power Supply 12V DC±15%
16 Power consumption 4.6 W maximum
17 Weather Proof Ratings IP67
18 Vandal Proof rating IK10 Metal/Vandal proof Body only Accepted
19 IR Range Minimum 30 meters
20 Certifications UL / CE / FCC, BIS
21 Accepted Make/Brand Hikvision, Dahua, LG, Samsung , Honeywell or Equivalent
Seal & Signature of Bidder Page 33 of 43
FIXED IP True WDR IR DOME CAMERA WITH SD CARD SLOT
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Video standards H.264 / MPEG4 / MJPEG
2 Sensor 1/3 or 1/2.8 inch Progressive scan CMOS
3 Scanning Progressive Scan system
4 System Compatibility ONVIF(Profile G,S), ISAPI
5 Resolution 1980x1080
6 Signal Stream Triple Stream
7 Frame Rate 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720)
8 Lens 2.8 Lens
9 Minimum Illumination 0.01 [email protected]; 0 lux with IR
10 IR Cut Filter Yes
11 Wide Dynamic Range 120dB
12 Digital noise reduction 3D DNR
13 Day & night ICR
14 AGC Yes
15 BLC/HLC Yes, Zone Configurable
16 Iris control DC drive
17 Intelligent Video Functions Alarm trigger for Video quality detection, line crossing, Intrusion detection, Face Detection , Region of Interest and audio exception
detection
18 IR Range Up to 40m
19 Protocols TCP/IP, HTTP, HTTPS, FTP, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, PPPoE,
NTP, UPnP, SMTP, SNMP, 802.1X,
IPv6, IPv4,NTP, UPnp, IGMP,Bonjour
20 Ethernet 1 RJ45 10M / 100M Ethernet port
21 Input voltage 12 VDC ± 10% or PoE, IEEE 802.3 af
22 General Function: One-key reset, Anti-Flicker, heartbeat, mirror, password protection, privacy mask, Watermark, IP address filtering
23 Operating Temp. -30°C ~ 60°C
24 Operating Humidity Humidity 95% or less (non-condensing)
25 Local Storage Micro SD/SDXC card slot, up to 128GB Surveillance Grade
26 Alarm trigger Motion detection, tampering alarm, network disconnect, IP address conflict, storage exception
27 Security Watermark, User authentication, IP address
Filtering, anonymous access.
28 Housing & Mount IP67 outdoor standard
29 Certification UL, FCC & CE, BIS
30 Required Make [any one make should be specified]
Pelco, Bosch, Hikvision, Sony, Samsung, LG, Honeywell or Equivalent.
Seal & Signature of Bidder Page 34 of 43
TECHNICAL SPECIFICATIONS FOR 21.5” LED COLOUR MONITOR
Sr. No
Parameters Specifications Compliance (Yes/NO)
Company
Model
1 Screen TFT-LED Backlight
2 Screen Size 21.5” Monitor
3 Resolution 1920 X 1080 Full HD Display
4 Viewing Angle 170°(H)/160°(V)
5 Video Input Mode HDMI, VGA
6 On-Screen Display (OSD) Menu
True Colour and User Friendly operation Menu
7 Aspect Ratio Supports 16:9 or 4:3 aspect ratio selectable in OSD Menu
8 Audio Built-In Speaker and Audio Amplifier Adopt 3D Noise Reduction Technology
9 Mount VESA stand
10 Certification ISI / CE / UL / FCC Certificate or any other standard certificate in the field
11 Accepted Make/Brand Sony / LG / Samsung / Hikvision or Equivalent
Seal & Signature of Bidder Page 35 of 43
Annexure – VI
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF HYBRID IP BASED ALALRM SYSTEM AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE.
COMPLIANCE CONFIRMATION (Attach OEM’s Brochure)
TECHNICAL SPECIFICATION FOR HYBRID IP BASED ALARM SYSTEM:
Sl. No.
ITEM ITEM DESCRIPTION WITH REMARKS/ COMMENTS
Make/Model
Compliance
(Yes/No)
1 CONTROL PANEL with KEYPAD and Battery. The Hybrid Alarm Panel should have the following capabilities:-
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
Hybrid Security Alarm Panel (wired & wireless) with SMPS based power supply. Compatible with IP/PSTN communicators. With on board keypad
and support additional keypads if required.
A) Support at least inbuilt 8 wired inputs
onboard, expandable to 48/4 outputs onboard expandable to 48 /32, Should Support up to 40 wireless zones, PSTN Inbuilt keypads /32 keyfobs
/PSTN+Wired IP+GPRS (sufficient to meet Banks requirement) B) Should have 12V 7AH Battery enclosed. C) Tamper switch on Control Panel with SMPS. D) Should support 50 User Codes. E) Wired IP, multi alarm upload strategy, enhance system reliability. F) Arming/disarming by keypad, keyfob, and software, convenient and faster.
TCP/ IP communicator should enable two way Data Transmition ,communication between alarm
monitoring software & programming
1. Monitoring Alarms 2. Program by software, easy
installation and operation 3. Maintenance & Health Check
Should have minimum 500 event log to keep track of all events and Authority levels.
HW/ Wireless expansion–Anytime expansion with help of expansion module/ wireless receiver, seamless expansion.
1) Small Cabinet, tamper switch Phone line monitor – Alerts locally if PSTN is disconnected.
2) SMPS Power Supply SMPS based power supply suiting power conditions in India. Transformer Based Power Supply not accepted.
3) Key Pad LCD Keypad panic – Configurable panics for different situations, with duress & Dual custodian feature
Scheduling/ Auto stay Arming – Automatic arming at a specific time & other events.
Cross Zoning – False Alarm reduction, Supports arming and disarming by swiping cards, Supports displaying zone name on the LCD screen
Supports displaying the real-time zones status and events by LCD screen, Supports displaying the real-time system status by LED indicator
Seal & Signature of Bidder Page 36 of 43
System should be capable of minimum 4 partitioned/ configured to be independent systems to avoid interference of different
users, separate partition for - Branch, Strong Room, ATM site & critical area.
Wireless Expander
RS485, 433MHz Wireless Receiver, 8 Wireless inputs, 32 Wireless Keyfob
Hikvision/ Texecom/ Securico
or equivalent
2. Inbuilt Auto-dialler To be integrated/ mounted next to Control Panel. Should be able to call 10 Nos. with separate messages for Fire/ Intrusion/ Panic, any other emergency – fully customized. Password protected and Should be able Configure/Add/Delete Mobile Numbers remotely.
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
3 WIRED SENSORS
3(i) Wired - Vibration Sensor cum magnetic contact Wired vibration sensor cum magnetic contact to be installed on the Strong Room Door thus protecting from any shock based intrusion or opening of door.
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
Sensor should support Blue Wave Technology, also act as repeater, complete range adjustable vibration sensor.
3(ii) Wired Panic Switches At various critical locations [BM, ABM, Cash Cabin & Single Window]
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
3(iii) Wired Shutter contact For Heavy duty full metal alloy Rolling Shutter contact with 4 wire tamper, wire cut protection.
Texecom/GE/ Honeywell/ Securico/
Hikvision or
equivalent
3(iv) Wired – Optical Smoke Detectors For Banking Hall, Cabin, Record Room, ATM cabin
System Sensor/ Appolo/
Siemens/ Hikvision or equivalent
3(v) Wired – Heat Detector For UPS & Battery enclosure System Sensor/ Appolo/
Siemens/ Hikvision or equivalent
3(vi) Wired – Manual Call Point Banking Hall (staff area) System Sensor/ Ravelle/Agni/ Hikvision or equivalent
3(vii) Wired – Duel technology motion sensor Motion Sensor with Dual technology – Micro wave technology and Passive IR technology.
Texecom/GE/ Honeywell/ Securico/
Hikvision or
equivalent
Seal & Signature of Bidder Page 37 of 43
3(viii) Wired Metal Sounder & Flasher for Outside Bank 1. The sounder should be Triple
Tamper Detection - Inner Cover Tamper, Lid Tamper & Wall Tamper
2. The sounder should be IP65 rated for environmental protection.
3. The sounder should have 1.5mm Galvanized Steel Enclosure inside.
4. The sounder should be of 109dB volume.
5. The sounder should have inbuilt rechargeable Battery 7.2VDC, 320mAh
6. The sounder should be Wall, Lid and Screw tamper protected.
7. The sounder should have a built in battery backup.
8. The sounder should have battery monitoring with fault output.
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
3(ix) Wired Fire Sounder for Inside Bank 1. The sounder should be more than 105dB volume.
Klaxon/ Texecom/GE/
Honeywell Hikvision or equivalent
3(X) Vault Seismic Shock Sensor for Bank Vault 1. Multiple destruction methods to be
detected: impact drill, electric drill,
gas cutting, shock, explosion, etc.
2. high temperature resistance
3. Shock times range: 3 to 6
4. Low voltage alarm and tamper
alarm
Klaxon/ Texecom/GE/
Honeywell Hikvision or equivalent
4 WIRELESS SENSORS
4(i) Wireless Pet Immune Motion Sensors In front of strong room door/ATM.
Texecom/GE/ Honeywell/ Securico/
Hikvision or equivalent
Pet Immune Motion Sensor should support Bluewave Technology, 3 LED indicator, AES-128 encryption, Tamper protection: front, rear and bracket, Sensor should have tamper detection capability, digital temperature compensation, Sensor should have battery life of 2 – 3 years
4(ii) Wireless Panic Switch Wireless panic button to be installed at ATM site, AES-128 128 encryption, Singnal Strength Indicators(SSI) Texecom/GE/
Honeywell/ Securico/
Hikvision or equivalent
(Double push panic button with auto reset option)
Panic buttons should have various mounting option with auto reset.
Sensor should support Bluewave Technology, two way wireless, Tamper protection.
CONDUIT & CABLING
5 2 Core cable Multi strand 2 core cables for wired sensors & Hooters
Polycab/Finolex/ Havells or
equivalent
6 1.5 sq.mm FRLS cable Unarmoured cable for Fire Alarm
7 PVC conduit For casing capping – ISI Mark ISI Mark
CENTRAL MONITORING SOFTWARE
8 Central Monitoring Software CMS should facilitate central monitoring, remote maintenance, remote programming and wireless diagnostics.
The Security Alarm panel should have the capability to connect to software based alarm receiver interface.
The alarm system should be capable of being integrated with third party monitoring software.
Software should be able to take backup after 3 months as per the bank requirement.
Seal & Signature of Bidder Page 38 of 43
INSTALLATION & TESTING
9 Installation & Testing IP connectivity with CMS at Bank will be established by the vendor.
The CMS should give real time alerts of events in respect of all connected sensors. (wired/ wireless)
Report of all events generated on daily/ weekly basis
Report of branches closed/ open before scheduled time
In case of non-receipt of closing signal from alarm panel a pop should be available for CMS staff to call the branch & arm/ secure the alarm system.
Seal & Signature of Bidder Page 39 of 43
Annexure-VII COMMERCIAL OFFER
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE.
(Refer Annexure –V for Technical Specification)
A- Package Cost of CCTV (Exclusive of GST)
Sr No
Item Make/Brand Model
Unit Qty
Rates quoted per
Unit Total Cost
1 SITC of 8 channel XVR,
4 Nos. of HDD slot (4 SATA) including 4 TB x 2 Nos. = 8 TB HDD for
90 days storage of data as per technical specifications.
No. 1
2 SITC of 2.0 MP Fixed HD True WDR IR DOME CAMERA as per technical specifications Including power supply
Nos. 3
3 SITC of 2.0 MP Fixed IP True WDR IR DOME CAMERA WITH SD CARD SLOT as per technical specification Including power supply
Nos. 3
4 SITC of 2.0 MP VARIFOCAL HD True WDR IR BULLET CAMERA as per technical specifications Including power supply
Nos. 1
5 SITC of 2.0 MP VARIFOCAL IP True WDR IR Outdoor Bullet CAMERA as per technical specifications Including power supply
Nos. 1
6 SITC of 21" Full HD LED Monitor including HDMI Cable & Wall Mounting Stand as per technical specifications
No. 1
7 SITC of RG 59 Video Cable as per technical specifications
Mtrs. 75
8 SITC of Iron Rack (6U
Housing)for DVR
No. 1
Seal & Signature of Bidder Page 40 of 43
9 SITC of 2 Core x 1.5 sqmm Power Cable (ISI Mark), in 20 mm PVC Conduit as per technical specifications
Mtrs. 75
10 SITC of CAT -6 cable as per technical specifications
Mtrs. 75
11 Wireless Mouse No. 01
12 Visit charges during
warranty period
Per Quarter
Total including wiring, duties, levies, transport, transit insurance, loading-unloading, installation charges LAN connectivity etc. with inclusive of 3 years comprehensive warranty.
Total (exclusive of taxes)- Quoted Amount Rs.
(In Words ………………………………………………………………………………………………………….)
B: Cost of CAMC – Existing CCTV System
Sl. No. Year
Comprehensive AMC (Quarterly) Rates for existing System(Exclusive of GST)
CCTV System
1 1st Year
2 2nd Year
3 3rd Year
TOTAL
(In Words)
L-1 would be determined based on following:
GRAND TOTAL (A + B) Rs.
GRAND TOTAL IN WORDS (A + B): Rupees ………………………………………………………………………………………………………………….(Exclusive of Taxes)
Seal & Signature of Bidder Page 41 of 43
Annexure-VIII
COMMERCIAL OFFER
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS AT DIFFERENT BRANCHES/OFFICE/INSTITUTIONS OF BANK IN HYDERABAD ZONE.
(Refer Annexure –VI for Technical Specification)
A : Package Cost of Hybrid IP Based Alarm System (Exclusive of GST) Sl. No.
ITEM QTY MAKE MODEL UNIT PRICE (In ₹ )
TOTAL PRICE (In ₹ )
1. Hybrid Security Alarm Panel (wired & wireless) with Autodialer. Compatible with GSM/IP/PSTN communicators and on board LCD display with inbuilt SMPS, Enclosure and Battery (7ah)
1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
2. TCP/ IP Communicator for CMS and remote Configuration.
1 No. Texecom/GE/ Honeywell/ Hikvision/Securens or any equivalent.
3. Autodialer with LCD display and speech module
1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
4. Wired - Vibration Sensor cum magnetic contact/ Multi-function
1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
5. Wired Panic Switch 6 Nos. Texecom/GE/ Honeywell/
Hikvision/Securens or any equivalent.
6. Wired Magnetic Contact / Shutter 3 Nos. Texecom/GE/
Honeywell/ Hikvision/Securens or any equivalent.
7. Wired – Smoke Detector 5 Nos. Texecom/GE/ Honeywell/ Hikvision/Securens or any equivalent.
8. Wired – Heat Detector 1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
9. Wired – Manual Call Point 1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
10. Wired – Motion Detector with Dual Technology PIR and Microwave (outside SR)
1 No. Texecom/GE/ Honeywell/
Hikvision/Securens or any equivalent.
11. Wired Fire Electronic Hooter 105db Red. (Inside Branch)
1 No. Texecom/GE/ Honeywell/ Hikvision/Securens
or any equivalent.
12. Wired Metal Hooter with inbuilt battery 110db with wire cut and tamper alarm (Outside Branch)
1 No. Texecom/GE/ Honeywell/
Hikvision/Securens or any equivalent.
13. Central Monitoring Software Free
14. Visit charges during warranty period Per Quarter
Seal & Signature of Bidder Page 42 of 43
15. Total including wiring, duties, levies, GST, transport, transit insurance, loading-unloading, installation charges
etc. with 02 Year warranty. (exclusive of taxes)
B: Cost of CAMC – Post Warranty for Hybrid IP based Alarm System
Sl. No. Year
Comprehensive AMC (Quarterly) Rates for existing System(Exclusive of All GST)
1 1st Year
Total
C: Cost of CAMC – Existing Alarm System
Sl. No. Year
Comprehensive AMC (Quarterly) Rates for existing System(Exclusive of All GST)
(i) Security Alarm System (ii) Fire Alarm System
1 1st Year
2 2nd Year
3 3rd Year
TOTAL
GRAND TOTAL (i) + (ii)
(In words)
L-1 would be determined based on following:
GRAND TOTAL (A+B+C) Rs.
GRAND TOTAL IN WORDS (A + B+C): Rupees ………………………………………………………………………………………………………………….(Exclusive of Taxes)
Seal & Signature of Bidder Page 43 of 43
OPTIONAL ITEMS FOR WHICH RATE HAS TO BE QUOTED SEPARATELY. [Indicative Prices- Will not be reckoned for determine L – 1 vendor]
No. Description Quantity Unit Price
1 PENTABRID 1080P - 16 channel XVR, H.265 Compression D1 with Text overlay support HDD [4 SATA]
1 No.
2 PENTABRID 1080P - 4 channel XVR, H.264 Compression
D1 with Text overlay support HDD [2 SATA] 1 No.
3 High resolution [HR] IR Fixed Dome Camera 2 Megapixel 1 No.
4 HR IR fixed Dome Camera 2 Megapixel 1 No.
5 IR Outdoor fixed Bullet Camera 2 Megapixel 1 No.
6 High Resolution 2.0 MP IP Fixed Dome Camera with 64 GB SD card
1 No.
7 High Resolution Pin Hole Camera 1 No.
8 Monitor wall mounted 20” (LED Display) 1 No.
9 Wall mounting bracket for fixing of monitor 1 No.
10 HDD 2 TB (Make: Seagate) 1 No.
11 HDD 4 TB (Make: Seagate) 1 No.
12 SD Card 64 GB 1 No.
13 Coaxial Video Cable 1mtr
14 PVC Conduit 1” 1mtr
15 Power Cable 14/36 1mtr
16 CAT 6 Cable 1 mtr
17 Charges for re-locating/ re-positioning one camera
of the branch/ATM site; including laying cable &
electrical work
1
18 Charges for shifting Alarm System/DVR & related equipment from existing premises to new premises
or to another branch within the city.
(Shifting includes remove of installation from the
old premises & re-installation at new site) 1
19 Charges for shifting Alarm System/DVR & related
equipment from one branch to another location outside the city.
(Shifting includes remove of installation from the
old premises & re-installation at new site excluding
transportation) 1
20 Charges for Facility Management Services for
deploying 01 resource person at Bank’s Head Office
per month on 08hr shift duty.
(If the information in the above table are not provided, which the vendor is quoting for,
the tender would be rejected.)
[NOTE: The lowest rates quoted by the vendor during tendering for the above listed items, will be considered as L-1 rates for these items only.]