47
REQUEST FOR PROPOSAL CCTV Surveillance System SDSC SHAR 1 INVITATION OF BIDS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATION UNDER SDSC SHAR 1. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial part. 2. The scope of the work includes the “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATION OF SDSC SHAR” and other interfaces if any required. 3. The address and contact numbers for seeking clarifications regarding this RFP are given below – (a) Bids/queries to be addressed to Sr.Purchase & Stores Officer, SCF (b) Postal address for sending the Bids Tender Section Satish Dhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India, Sriharikota – 524124, SPSR Nellore Dist, Andhra Pradesh (c) Name/designation of the contact personnel Mr.Senthil Selvan (d) Telephone numbers of the contact personnel 08623-22 5174/5023 (e) e-mail ids of contact personnel [email protected] (f) Fax number 08623-22 5170 4. This RFP is divided into four Parts as follows: A. Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. and also Standard Conditions of RFP, which will form part of the Contract with the successful Bidder B. Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. C. Part III –.Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. D. Part V – Contains Evaluation Criteria and Annexures. 5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. 6. BID SUBMISSION The Tenders authorized online on or before the open authorization date and time only be considered

REQUEST FOR PROPOSAL - shar.eprocure.isro.gov.in · SDSC SHAR seeks response to the following questionnaire for assimilating ... automatic qualification for ... electrical cable laying

Embed Size (px)

Citation preview

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 1

INVITATION OF BIDS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATION UNDER SDSC SHAR

1. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial part.

2. The scope of the work includes the “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATION OF SDSC SHAR” and other interfaces if any required.

3. The address and contact numbers for seeking clarifications regarding this RFP are given below –

(a) Bids/queries to be addressed to Sr.Purchase & Stores Officer, SCF

(b) Postal address for sending the Bids Tender Section

Satish Dhawan Space Centre SHAR,

ISRO, Dept. of Space, Govt. of India, Sriharikota – 524124,

SPSR Nellore Dist, Andhra Pradesh

(c) Name/designation of the contact personnel

Mr.Senthil Selvan

(d) Telephone numbers of the contact personnel

08623-22 5174/5023

(e) e-mail ids of contact personnel [email protected]

(f) Fax number 08623-22 5170

4. This RFP is divided into four Parts as follows:

A. Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. and also Standard Conditions of RFP, which will form part of the Contract with the successful Bidder

B. Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

C. Part III –.Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

D. Part V – Contains Evaluation Criteria and Annexures.

5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

6. BID SUBMISSION

The Tenders authorized online on or before the open authorization date and time only be considered

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 2

as valid tenders. Physical copy of the tender will not be considered, even received before the bid submission date. Bids shall be submitted in the following manner.

6.1. PART – I : UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK

Complete Techno–commercial part of the bid shall be filled online in the “Vendor Specified Terms’ form of the e-tender. Any documents related (demand draft for tender fee & EMD ), technical literature, guarantee /warrantee certificates and any other document as per the tender shall be scanned and uploaded to the e-tender under ‘Documents solicited from Vendor’ form only in ISRO e-procurement portal ( https://eprocure.isro.gov.in ).

The techno-commercial bid should contain the following:

(a) Submission of bid letter along with one set of proposal document (RFQ) duly signed and stamped as token of acceptance.

(b) Bill of material with Make and Model no. of each item with commercial terms, GST, duties, exemption certificates.

(c) A Technical compliance statement for each item in Bill of Material as per the proforma attached along with technical data sheet/literature highlighting the compliance to specifications. Deviations, if any, shall be brought out clearly.

(d) Additional items, if any, required to realize this turn-key work shall be included in bill of material in the offer along with technical details and justifications. Technical compliance Statement shall be submitted for these items.

(e) Documentation (Product Brochures, leaflets, manuals & related technically supporting documents with respect to the products offered)

(f) Certificate from the Original Equipment Manufacturers (OEM) that the bidder is an authorized dealer / agent for the OEM and details of confirmation about 3 year onsite warranty support for the offered products.

(g) Copy of ISO certificate of the company, if any.

(h) Audited balance sheet including profit and loss account for last three financial years showing annual turnover.

(i) Last Three financial years IT returns.

(j) List of projects related to CCTV, during the last 3 financial years indicating the name of client, contact person, contract value, nature of work, work completed, work balance, month & year of commencement & completion and current status of the set up.

(k) Any other relevant document which strengthens supplier’s claim with respect to this bid.

(l) Any bids/offers with price details in Techno-Commercial Offer (Part –I) shall be rejected.

In case if the space is not adequate to upload, hard copy of the balance documents (without any price figures) shall be submitted before due date in envelope marked with following:

PART-I TECHNO-COMMERCIAL BID

Name of client : Satish Dhawan Space Centre SHAR

Indian Space Research Organisation

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 3

Title of the proposal : SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATION OF SDSC SHAR

Due date and time of the opening :

From (Name of the bidder with address) :

To: Sr.Head, Purchase & Stores Satish Dhawan Space Centre SHAR ISRO, Dept. of Space Govt. of India Sriharikota – 524124, SPSR Nellore Dist, Andhra Pradesh, India

The deviation statement and checklist shall be filled online, without which the bid will not be considered.

6.2. PART – II: PRICE PART OF THE BID FOR THE WORK

Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-procurement website https://eprocure.isro.gov.in . The cost of spares and other prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection.

a) Unit rate for each of the item shall be indicated separately. The rate quoted shall be on FOR DESTINATION BASIS. Even unloading of the material at our site shall be your responsibility at your cost. Thus transportation of material from your works to SDSC SHAR and unloading at our site shall be the responsibility of tenderers.

b) The taxes applicable for supply and erection/installation shall be indicated separately in terms of percentage in the unpriced techno commercial offer as well as price bid. If the offers submitted by the tenderers are silent on taxes, it will be presumed that quoted rates are inclusive of taxes & duties and no claim in this regard will be entertained later.

c) Supplier has to consider entire bill of material required for realization of fully system irrespective of their mention in the tender including the civil works.

d) Subsystem wise Split order shall be possible as described in the subsequent sections of RFP.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 4

e)

Vendor Evaluation Format

SDSC SHAR seeks response to the following questionnaire for assimilating data which would be used for evaluating the capability of the supplier for executing the referred work. Hence, the supplier is requested to provide only genuine data and any discrepancy found at a later point of time may result in rejection of the supplier from purchase process. Furnishing of data cannot be construed as automatic qualification for participation in the tender. Questionnaire should be signed by a responsible and authorized person of the Company / Agency.

S. No Description Supplier Response

1. Name of the Organization :

2. Type of the Organization

(Proprietary/Pvt. Ltd/Public Ltd/Joint Venture/Consortium)

:

3. Registration Number :

4. Year of Inception of the Organization :

5. Registered address :

6. Name & Address of the Office of the Chief Executive of the Organization

:

7. Contact person for this tender with name & address, email and contact number

:

8. Locations of the Branches of Organization (if any)

:

9. Current Annual turn-over of the Organization :

10. IT returns for the last 3 years :

11. Turnover

12. In Rs. Lakhs only 2014-15 2015-16 2016-17

Total assets (i)

Current assets (ii)

Total liabilities (iii)

Current liabilities (iv)

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 5

S. No Description Supplier Response

Net Worth (i-iii)

Working capital (ii-iv)

Turnover

Profit/Loss

13. Major customers where CCTV Surveillance system was installed and operational. (Enclose copies of the Purchase Orders)

:

14. Any customers feedback on the System supplied which is in writing (Pl. enclose copies)

:

15. Please submit the Manufacturer’s authorization certificate for supply, warranty and post warranty services. Technical compliance to the specifications shall be vetted by the Manufacturer (OEM).

:

16. Details of last three years’ experience of Tenderer in executing similar type of work which are completed

Sl.No

Full postal address of the

client with Contact Person

Description of the work

Value of the work (Rs. in Lakhs)

Completion Time as per

PO

Actual period of

completion

Reasons for delay

1

2

3

Note: In order to consider as valid experience, all the experience has to be supported with the completion certificate and purchase order

17. Details of present works being executed by the Tenderer

Sl.No Full postal address of the client with

Contact Person Description of the

work Value of the work

(Rs. in Lakhs)

1)

2)

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 6

Sl.No Full postal address of the client with

Contact Person Description of the

work Value of the work

(Rs. in Lakhs)

3)

4)

Note: copy of purchase orders may be enclosed.

Signature of Authorised Person with Seal

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 7

PART I – GENERAL INFORMATION & STANDARD CONDITIONS OF RFP

S.No Description Vendor

Compliance

1. Prices quoted should be on the basis of F.O.R. SDSC SHAR, Sriharikota, The purchaser will not pay separately for transit insurance. All risks in transit shall be exclusively of the contractor and the purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.

2. The quoted rate shall include for all associated minor civil works required to fix the Kiosk machines, electrical cable laying from nearby power socket etc.

3. LIQUIDATED DAMAGES: In the event of the Supplier failing to complete the work within the delivery period specified in the contract agreement or in extension agreed thereto, the Department shall reserve the right to recover from the Supplier as liquidated damages, a sum of 0.5 percentage per week or part thereof of the undelivered portion of the total contract price of equipment or work. The Total liquidated damages shall not exceed the 10.0 percentage of the total Contract.

4. OFFER VALIDITY: Bid shall remain valid for acceptance for a period of FOUR months from the due date of submission of the Bid. The Bidder shall not be entitled during the said period to revoke or revise his Bid or to vary the Bid except and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for extended period as required by SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood that validity is sought and provided without varying either the quoted price or any other terms and conditions of Bid finalized till that time.

5. CUSTOMS DUTY: SDSC-SHAR is eligible for Customs Duty exemption as per Notification No.05/2018 dated 25.01.2018. This may be taken into account while considering the import of items.

The list of imported components are to be enclosed.

6. High Sea Sales - Against High Sea Sale transactions:

a) Offers shall be on all inclusive basis including delivery up-to Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b) 100% payment will be made within 30 days after receipt and acceptance of the items at our site.

c) IGST is not applicable

d) Customs Duty Exemption Certificate and other relevant documents required for customs clearance will be provided.

High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 8

S.No Description Vendor

Compliance

SHAR.

7. GST (on Supply): Reduced GST @ 5% is applicable as per the Notification No.47/2017 and 07/2018. Please indicate the GST on supply items accordingly. If not indicated it will be presumed that GST @5% is inclusive of your quoted prices.

8. GST (on service/erection): GST @ 18% is applicable on services/erection related works. Please indicate the GST accordingly for services/erection works. If not indicated it will be presumed that GST @18% is inclusive of your quoted prices

9. INCOME TAX: Income tax at the prevailing rate and as applicable from time to time shall be deducted from the supplier's bills as per Income Tax Act. and a certificate will be issued (TDS Certificate).

10. DELIVERY SCHEDULE: The supply, installation and commissioning of the system shall be completed within 4 months from the date of placement of the order.

The time for the date of delivery of the stores stipulated in the purchase order shall be deemed to be the essence of the contract and delivery must be completed no later than the date(s) specified therein. Failure to do so, without adequate justification may involve cancellation of the contract at the discretion of purchaser.

11. RISK COVERAGE: The Supplier shall arrange comprehensive risk coverage at his own cost covering the value of equipment including transportation to the site from manufacturer’s works, storage at site, fabrication, erection, testing and commissioning at site. The period of such coverage shall be up to contractual completion period or any extension granted by Department thereof.

12. SERVICES/TRAINING DURING COMMISSIONING:

The vendor should provide the supporting services as detailed below.

a) The vendor has to provide complete configuration and operational training on CCTV to technical team at SDSC SHAR for at least three days.

b) During the implementation software developer shall be available for integration with VMS software as per SDSC SHAR requirements. .

13. WARRANTY SERVICES:

The bidder should provide three years warranty for the fully commissioned system from the date of acceptance. During warranty, Contractor shall maintain CCTV with adequate spares so that no device is down for a period of more than 48 hours. During the warranty period supplier should provide and adhere to the following:

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 9

S.No Description Vendor

Compliance

a. The supplier shall provide comprehensive warranty for all equipment, accessories and software against any manufacturing defects/bugs. They shall maintain the equipment and repair/replace all the defective components at the installed site at no additional cost.

b. There should be quarterly preventive maintenance visit by the technicians of the OEM/Supplier. During the preventive maintenance visit the systems supplied and installed by the supplier shall be thoroughly checked as per the checklist provided by the Engineer-in-Charge and same shall be certified.

c. All the breakdown maintenance calls shall be responded and completed within 48hrs.

d. The new releases/patches of the software shall be provided at free of cost.

e. In the event of the Supplier’s failure to supply & provide allied services within a reasonable period, the Department on its own will get the defects rectified through another agency at the risk and cost to the Supplier.

14. Operations & Maintenance Support: The contractor shall deploy one site engineers for day to day operations & maintenance of CCTV systems for 3 Years (warranty period) for Subsystem -1. The services of O&M Person are as follows:

a) Should have minimum qualification of Diploma in Electronics/Computers/Electronics & Communication and should have working experience in operations and maintenance of VMS and CCTVs

b) The normal working period is from 08:30 hrs to 18:00 hrs on all days and six day week. During these working hours he has to provide operational support to CISF and has to physically check the CCTVs and end equipment installed at the field.

c) He has to attend all the periodic and breakdown maintenance calls.

d) Break down maintenance should be responded within 2 Hours’ time and shall be completed within 48 Hours after respond.

e) The person should report to the concerned Engineer in Charge nominated for the purpose and receive instructions regarding the schedule of work for the day.

f) Department will not provide any transport.

g) The payment for the O&M person shall be made on quarterly basis against certification of Engr-in-Charge and approved by Competent Authority.

15. Earnest Money Deposit: Bidders are required to submit Earnest Money

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 10

S.No Description Vendor

Compliance

Deposit (EMD) for amount of Rs 5,00,000/- (Rupees Five lakhs only) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft, in favour of Accounts Officer, SDSC SHAR, payable at State Bank of India, Sriharikota.

EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC), MSME or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

16. SECURITY DEPOSIT

The supplier, whose tender is accepted, shall be required to furnish by way of Security Deposit for the due fulfillment of the contract such a sum as shall amount to 10 % of the contract price of the work awarded.

The security deposit (bearing no interest) shall be held by the Department as security till satisfactory completion, testing and handing over of all the system and for the due performance of all suppliers’ obligations under the contract as per delivery period or extension granted thereof by the Department.

The supplier within 10 days of Purchase Order or signing of Contract , deposit with the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes namely

i. By a crossed demand draft in favour of Accounts officer, Satish Dhawan Space Centre SHAR drawn on SBI and payable at Sriharikota.

ii. By an acceptable bank guarantee. The bank guarantee shall be from a nationalized bank & shall be valid for 90 days beyond completion period.

In case of breach of contract, the Security deposit shall be forfeited in addition to other relief available to the Department under this contract.

17. MODE OF PAYMENT

Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details for transferring the payments through ECS mode

18. TERMS OF PAYMENTS

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 11

S.No Description Vendor

Compliance

General guideline TERMS OF PAYMENTS are as indicted below. Any deviation to these payment terms to be brought out.

1.1. FOR SUPPLY OF EQUIPMENT / MATERIAL

a) 70% supply cost as prorata basis against receipt of material at SDSC SHAR.

b) 20% of supply cost on prorate basis of installation.

c) Balance 10% after successful commissioning & acceptance by Department of equipment and system covered under contract and against submission of 10% of the order value as Performance bank guarantee valid till warranty period with a grace period of 2 months.

1.2. FOR ERECTION, TESTING AND COMMISSIONING EQUIPMENTS / MATERIAL AT SITE:

a) 90% on prorate basis of installation.

b) Balance 10% after successful commissioning & acceptance by Department of equipment and system covered under contract and against submission of 10% of the order value as Performance bank guarantee valid till warranty period with a grace period of 2 months.

O&M Services: payment will be made on quarterly basis.

19. PERFORMANCE BANK GUARANTEE

a) The supplier shall guarantee for the performance of the contract by providing bank guarantee in favor of the Department for an amount equivalent to 10 % (ten percent) of the total value of this contract valid till the warranty period with a grace period of 2 months.

b) The performance bank guarantee shall be submitted by the supplier with in fifteen days from the date of accepting the equipment/material as per the CONTRACT. The format for the performance bank guarantee shall be obtained from the Department.

Department reserves right to forfeit the PBG in non-performance of the vendor.

20. Bidder shall note that the conditional discounts would not have edge in the evaluation process of tenders.

21. Non‐acceptance of any conditions where ever called for related to guarantee or warrantee, performance bank guarantee, liquidate damages are liable for disqualification of bids.

22. Wherever installation and commissioning is involved, the guarantee / warrantee period should recon only from the installation, commissioning and acceptance.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 12

S.No Description Vendor

Compliance

23. Where counter terms and conditions / printed or cyclostyle conditions of sale have been offered by the tenderer, the same shall not be deemed to have been accepted by the purchaser, unless the purchaser’s specific written acceptance thereof is obtained.

24. Quality and Workmanship: Materials used in the installation will be new and exclusively developed, produced and supplied to meet site requirements. Workmanship will be suitable for the purpose intended and in accordance with the highest standards and practices.

25. Safety: All equipment shall be complete with approved safety devices. Wherever a potential hazard to personnel exists, provisions shall be made for safe access of personnel to the equipment/sub-assemblies during erection, operation and maintenance.

26. Test Certificates, wherever necessary, should be forwarded along with supplies.

27. The tenderer shall at all times indemnify the Purchaser against all clams which may be made in respect of the stores for infringement of any right protected by the patent Registration of design or Trade Mark and shall take all risks of accidents or damage, which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all means used by him for the contract.

28. ARBITRATION: In the event of any question, dispute or difference arising under these conditions of any condition in the purchase order, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration approved by Director, SDSC SHAR. The arbitration shall be conducted within India as per the Arbitration and Conciliation Act, 1996 and the applicable language shall be English. The award of the Arbitrator shall be final and binding on the parties of this purchase order.

29. APPLICABLE LAW AND JURISDICTION

The laws of India shall govern this purchase order for the time being in force. The Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever arising out of the purchase order.

30. FORCE MAJEURE: Should a part or whole work covered under this purchase order be delayed due to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic, natural calamities and embargoes the completion period for work, equipment referred to in this agreement shall be extended by a period not in excess of the

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 13

S.No Description Vendor

Compliance

duration of such Force Majeure. The occurrence shall be notified within reasonable time.

31. PACKING & FORWARDING: The tenderer will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe arrival at the destination. The packing and Marking of packages shall be done by and at the expenses of the Contractor.

32. Site Visit: Bidder is advised to visit and examine the exiting CCTV cameras and shall collect all other information which may be required for preparing and submitting the Bid and entering into the contract. Claims and objections due to ignorance of existing conditions or inadequacy of information shall not be considered after submission of the Bid and during implementation.

33. SDSC will provide a power point nearby to this installation.

34. The firm will have to provide 02 sets of operational and maintenance manual in English language.

35. OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification.

36. Earliest Acceptable Year of Manufacture. Equipment needs to have been manufactured is not later than 2016.

37. Considering the reliability, previous performance and maintainability of the equipment, wherever possible preferred makes are indicated. If Vendor offers any other makes, the same will be evaluated for technical compatibility for accepting/approving the make/model.

38. The following information/documents are to be furnished online wherever applicable.

(a) Product literature

(b) Core banking account number

(c) PAN details in quotation and invoices

(d) GST Registration details.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 14

PART II

ESSENTIAL DETAILS OF ITEMS/ SERVICES REQUIRED

1. INTRODUCTION

This Tender for the Supply Installation and commissioning of CCTV surveillance cameras at different locations under SDSC SHAR at Sriharikota, Sullurpeta and Chennai Offices.

Total Work is broadly classified into Three Subsystems as tabulated below.

Sub System – 1: Supply & installation of CCTV Surveillance Cameras and Operational Maintenance support in facilities at Sriharikota.

Sub System – 2: Supply & installation of NVR based CCTV Surveillance Cameras and other Accessories in Sriharikota, Sullurpeta Schools & Hospital.

Sub System – 3: Supply & installation of NVR based CCTV Surveillance Cameras and other Accessories in Chennai Guest Houses.

S.No Description Qty Sub System -1

Sub System -2

Sub System -3

Total

1.

Supply & installation of Outdoor PTZ camera With all Accessories

Nos 130 130

2.

Supply & installation of Fixed Bullet Camera

Nos 38 30 18 86

3. Supply & installation Fixed Dome Camera

Nos 15 20 8 43

4. Supply & Installation 8 –channel NVR

Nos 5 1 6

5. Supply & Installation 16 –channel NVR

Nos 2 4 5

6. Supply & Installation of Display

Nos 3 2 5

7. Supply of 8 port Network POE

Nos 6 6

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 15

S.No Description Qty Sub System -1

Sub System -2

Sub System -3

Total

switch

8. Supply of 16 port Network POE switch

Nos 4 4

9. Supply & erection of GI Post

Nos 100 2 102

10. Supply & erection of All-weather Enclosure

Nos 80 80

11. Supply & Erection of 15U Rack

Nos 6 2 8

12. Supply & laying of 3 core armored power cable

mtrs 3000 3000

13. Supply & laying of CAT6 UTP cable boxes

Nos 30 10 10 50

14. Supply & laying of Fiber optic Cable

Mtrs 1000 1000 2000

15. Supply & installation of 1 KVA UPS

Nos 80 6 2 88

16. Surge Protector for network

Nos 130 130

17. Single mode Patch Cord 2M LC-LC duplex

Nos 4 6 10

18.

Supply and installation of required 12 Port LIU with 6 duplex Adapters, 12 Pigtails and Splice Kit

Nos 4 4 8

19. CAT6 RJ45 high quality Jack with

Nos 100 100 200

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 16

S.No Description Qty Sub System -1

Sub System -2

Sub System -3

Total

boot

20. CAT6 24 port fully loaded Jack panel

Nos 6 2 8

21. UTP patch cards Nos 50 50

22.

Operational Maintenance Support (as Mentioned in RFP Part 1 Point no13)

Yrs 3 3

Following are location and Subsystem wise camera requirement:

Subsystem LOCATION PTZ

Camera DOME

CAMERA BULLET CAMERA

Total

SUB SYSTEM -1

Facilities of SDSC SHAR

130 15 38 183

SUB SYSTEM -2

SHAR School 3 4 7

Kinder Garden School 3 4 7

KRP School 3 4 7

DOS School 3 4 7

DRDL School 2 3 5

KRP Chreche 2 3 5

SDMH Hospital 4 8 12

SUB SYSTEM -3

Pallavaram Guest House

4 12 16

Adayar Guest House 4 6 10

TOTAL 130 43 86 259

2. Scope of Work

The following section will describe about the scope of the work in Vendor’s scope and scope of the work under Department’s scope.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 17

2.1. Works under Department Scope

S.No Description Compliance

(Y/N)

For Sub System -1

2.1.1. Laying of the fiber optic cable and extending the network connectivity up to the camera. This shall include the fiber optic splicing, FO patch panel and Network switch.

2.1.2.

Providing the Video Management software and storage is scope of the Department.

However, supply and laying of the CAT6 cable from switch to the end equipment.

2.2. Works under Supplier/Vendor Scope

Supply, Installation, Testing and Commissioning of CCTV Cameras and Surveillance System in the above mentioned locations as per enclosed BOQ and adhering to the enclosed Technical specifications.

S.No Description Compliance

(Y/N)

For Sub System -1 :

2.2.1. Supply and installation of Outdoor Weather proof HD IP PTZ cameras adhering to the Technical Specifications mentioned in RFP

2.2.2. Integrating with Divitel Latitude VMS and to the SAN storage.

2.2.3. Supply and Laying of armored power cable includes tapping of power from nearest building with proper termination Using ELCBs& MDBS.

2.2.4. Supply and Erection of GI post adhering to Specifications mentioned in RFP

2.2.5.

Supply and Erection of enclosure, Sufficient to accommodate Network Switch, FO patch panel, UPS, Power Distribution board and other accessories. The enclosure shall be erected on a concrete pedestal adhering to Specifications mentioned in RFP.

2.2.6. Supply and Laying of CAT6 cable from enclosure to Camera through GI Post.

2.2.7. Providing Proper Earthing to each Camera.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 18

S.No Description Compliance

(Y/N)

Standard pipe earth with 3.75 m long, 38mm dia, medium class GI pipe, conforming to IS: 3043. Pipe earth used for earthing shall be without joints. The item includes interconnecting 10SWG copper wire also.

SUB SYSTEM -2 :

2.2.8. Supply and installation of Dome and Bullet cameras in Schools and Hospital adhering to the Technical Specifications mentioned in RFP.

2.2.9. Supply and Laying of CAT6 Cable inside PVC casing/cable management from Cameras to Network Switch.

2.2.10. Supply ,installation and configuration of Network Video Recorder

2.2.11. Supply, installation and configuration of POE network switches.

2.2.12. Supply and installation Network rack and UPS.

2.2.13. Supply and installation of LED Displays

SUB SYSTEM -3 :

2.2.14. Supply and installation of Dome and Bullet cameras in Pallavaram & Adayar ISRO Guest Houses in Chennai adhering to the Technical Specifications mentioned in RFP.

2.2.15. Supply and Laying of 8 core armoured fiber optic cable. Splicing and termination of Fiber cable.

2.2.16. Supply and configuration of Media converters

2.2.17. Supply ,installation and configuration of Network Video Recorder

2.2.18. Supply, installation and configuration of POE network switches.

2.2.19. Supply and installation Network rack and UPS.

2.2.20. Supply and installation of LED Displays

For All the Sub System :

2.2.21.

The Scope Shall include supply and installation of all the components cables, equipment and other accessories required to implement a fully functional CCTV system regardless of whether they are explicitly mentioned or not.

2.2.22. The bidder should complete the entire job (subsystem wise) in all respect as per tender documents, specifications, drawings,

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 19

S.No Description Compliance

(Y/N)

discussions and as per site requirements.

3. TECHNICAL SPECIFICATIONS

3.1. OUT DOOR HD PTZ CAMERA (With all accessories)

S.No Description Specifications Offered Specification

3.1.1. Preferred Makes AXIS/BOSCH/HONEYWELL/PANASONIC/ PELCO/SONY/VIDEOTEC/DIVITEL/FLIR/ INFINOVA/CISCO or equivalent make approved by Department.

3.1.2. Compatible standard and Protocol

ONVIF Profile S/Profile G supports .(It Shall be compatible with DIVITEL Latitude VMS)

3.1.3. Image Sensor 1/4" or 1/3” or 1/2.7” or 1/2.8” or 1/2.9” Progressive Scan CCD/CMOS (with IR cut filter)

3.1.4. Lens ≤6mm to ≥180 mm Motorized Focus Zoom lens or better

3.1.5. Digital Zoom 12x or better

3.1.6. Resolution The resolution should be 1080P (1920 x 1080) at 25fps or higher.

3.1.7. IP Rating IP67 rated or better

3.1.8. Crash rating IK10 or better

3.1.9. IR Inbuilt/External

3.1.10. IR range 175m or better

3.1.11. Movable External IR (in case no in-built IR in camera)

LED array / Laser illuminator technology with wavelength 850nm or better. Two nos illuminators with 60° - 180° coverage to give total 360° coverage and each to cover a minimum of 125m at narrow angle and 75m at wide angle or better with IP66 ingress rating. Operating temperature -10 deg to +50 deg Illumination should cover the entire area to be monitored. The kit should be mountable on PTZ body and should PAN and

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 20

S.No Description Specifications Offered Specification

TILT with camera main unit.Make: Raytec, Videotec.

3.1.12. Power supply for external IR

As per rating of IR illuminator DC power supply / PoE midspan

3.1.13. Streams Different configurable video streams should be 3 or more

3.1.14. Minimum illumination

0.007 lux or better to get color image; 0.0007 lux or better in B/W mode.

3.1.15. Tilt Range -10~90 degree (auto flip) or better

3.1.16. Number of Preset 50 or better

3.1.17. Intelligence Built-in hardware, intelligent motion detection. Auto tracking,

3.1.18. Security Should support User account and password protection HTTPS, IP Filter, IEEE 802.1x, Digest authentication, User access log

3.1.19. Protocol support Should support IPv4/v6, TCP/IP, UDP, RTP, RTSP, HTTP, HTTPS, SSL, ICMP, FTP, SMTP, DHCP, PPPoE, UPnP, IGMP, SNMP, Bonjour, DNS, DDNS, IEEE 802.1X, QoS, NTP, IP Filter, Multicast, ONVIF

3.1.20. Mounting Pole mounted

3.1.21. MicroSd card Should support edge recording @ 128 GB or more

3.1.22. AC Power supply 12VDC/ 24 VAC/High POE or long distance voltage drop free in-built power source.

3.1.23. Operating Temperature

0°C to + 50°C

3.1.24. Certifications BIS, UL/CE, FCC,EN

3.1.25. Accessories Power supply, other mountings and connector kits, Installation Guide with installation tools and User’s Manual, Installation, Management tools, Service manual and QC test report.

3.1.26. Open Platform Vendor to provide open API in case ISRO do any integration

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 21

3.2. Full HD Fixed Bullet Camera (With all accessories) :

S. No Description Specification Offered

Specifications

3.2.1. Make & Model To be specified by vendor

3.2.2. Compatible standard and Protocol

ONVIF Profile S / Profile G supports .(It Shall be compatible with DIVITEL Latitude VMS)

3.2.3. Image sensor 1/3” Progressive scan CMOS/CCD sensor (with IR cut filter ) or better

3.2.4. Resolution 1920 x1080p or better

3.2.5. Mega Pixel 2.1 Mega Pixel Full HD or better

3.2.6. Focus Motorized Vari focal (3mm–10.5 mm)

3.2.7. WDR

The camera shall be capable of manually setting the WDR values minimum 100 dB based on combination of frames and exposure settings.

3.2.8. Minimum Illumination

Colour : 0.5 Lux @30Ire, Black &White : 0.05Lux@30IRE and 0 Lux when IR illuminator is on.

3.2.9.

IR Illuminators IR LED with Wavelength 850nm or better with adjustable angle and intensity with coverage range upto 30mts

3.2.10. Compression Dual H.264 compression standards

3.2.11. Lens mount CS/C type. Ceiling / Wall mounts/Flush mount

3.2.12. Day/Night Camera Auto day/night configuration

3.2.13. FPS

Min 25 Frames per second for both the streams with Full HD @ 25FPS @ H.264 + D1 @ 25FPS @ H.264 on two streams respectively

3.2.14. Shutter speed 1 s to 1/10,000 or better

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 22

S. No Description Specification Offered

Specifications

3.2.15. Tamper Detection ON/OFF

3.2.16.

Streams Camera should have minimum dual stream and each stream can be individually configurable, and can able to choose stream for live and recording

3.2.17. Streaming Camera should support unicast and multicast streams

3.2.18. Web interface Camera should have web interface to configure and control

3.2.19. Text superimposing Super imposing the title and date &time on the video

3.2.20. Intelligence Built-in hardware motion detection,

Tamper Alarm, Audio detection

3.2.21. Alarm input 1 IN and 1 OUT

3.2.22. Ethernet, Network Protocols

10/100 Tx Auto sensing (Half/Full duplex),802.3af class 3PoE, IPv4/v6,Unicast, Multicast ,RTP, TCP, UDP, HTTP , IGMP,ICMP,DHCP,DNS,ONVIF

3.2.23. Discovery interface OEM interface to detect the cameras automatically and configure network settings.

3.2.24. Housing IP66 or above-rated casing (vendor to provide OEM certification for the casing to be used for the above requirement)

3.2.25. Power requirement

240 V AC / Suitable Power Adapter, POE

POE IEE 802.3af compliant (Both should be provided)

3.2.26. Operating Temperature

0 to 50 C Degrees

3.2.27. Operating Humidity 20 to 80 % non-condensing

3.2.28. Accessories Power supply, other outdoor mounting accessories and connector kits.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 23

S. No Description Specification Offered

Specifications

3.2.29. Local storage SD/SDHC/SDXC, support up to 64Gb

3.2.30. OPEN Platform Vendor to provide open API incase SDSC SHAR do any integration

3.2.31. Regulatory approvals

BIS, FCC, CE, RoHS, UL/EN

3.3. FULL HD FIXED DOME CAMERA (With all accessories) :

S. No Description Specification Offered

Specifications

3.3.1. Make & Model To be specified by vendor

3.3.2. Compatible standard and Protocol

ONVIF profile S /Profile G supports.(It Shall be compatible with DIVITEL Latitude VMS)

3.3.3. Image sensor 1/3”Progrrssive scan CMOS sensor with

WDR or better

3.3.4. Mega Pixel 2.1 Mega Pixel Full HD or better

3.3.5. Lens Vari focal , 3mm – 10.5 mm, F1.4 or better

(wide angel ) Motorized zoom lens

3.3.6. Resolution 1920 x1080 or better

3.3.7. Horizontal Angle of view

820–240

3.3.8. Illumination Colour : 0.5 Lux @30IRE, Black &White

:0.05Lux@30IRE and 0 Lux when IR Illuminator ON .

3.3.9. Signal to Noise Ratio

>=50db

3.3.10. IR Illuminators IR LED with Wavelength 850nm or better

with adjustable angle and intensity with coverage range upto 30mts

3.3.11. Compression Dual H.264 compression standards

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 24

S. No Description Specification Offered

Specifications

3.3.12. Lens mount Integrated

3.3.13. Day/Night Camera

Should have auto day/night configuration, with auto AGC.

3.3.14.

FPS Min 25 Frames per second for both the streams with Full HD @ 25FPS @ H.264 + D1 @ 25FPS @ H.264 on two streams respectively

3.3.15. Lens mount CS/C type. Ceiling / Wall mounts/Flush mount

3.3.16. Shutter speed 1 s to 1/10,000 or better

3.3.17.

Streams Camera should have minimum dual stream and each stream can be individually configurable, and can able to choose stream for live and recording

3.3.18. Streaming Camera should support unicast and

multicast streams.

3.3.19. Web interface Camera should have web interface to

configure and control

3.3.20. Intelligence Built-in hardware motion detection,

Tamper Alarm, Audio detection

3.3.21. Alarm input One Dry alarm input &output

3.3.22. Text superimposing

Camera should support the super imposing the title and date & time on the video

3.3.23. Ethernet, Network Protocols

10/100 Tx Auto sensing (Half/Full duplex), 802.3af, PoE, IPv4/v6, SNMP, IGMP DHCP.

3.3.24. Housing Vandal resistant enclosure with IP66, IK 7

or better indoor housing

3.3.25. Power requirement

240 V AC / Suitable Power Adapter, POE

POE IEE 802.3af compliant

3.3.26. Operating Temperature

0 to 50 C Degrees

3.3.27. Operating 20 to 80 % noncondensing

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 25

S. No Description Specification Offered

Specifications

Humidity

3.3.28. Regulatory approvals

BIS, FCC, CE, RoHS, UL/EN

3.3.29. Accessories: Power supply, other outdoor mounting

accessories and connector kits.

3.3.30. Local storage SD/SDHC/SDXC, support up to 64Gb

3.3.31. OPEN Platform Vendor to provide open API incase SDSC

SHAR do any integration

3.4. 8 Channel Network Video Recorder

S. No Description Specification Offered

Specifications

3.4.1. Make & Model To be specified by vendor

3.4.2. Main Processor Dual-core embedded processor or better

3.4.3. Operating System Embedded LINUX /Windows

3.4.4. IP Camera Input 8 channel

3.4.5. Internal HDD : ( Surveillance HDD- Western Digital)

Min 4 No of HDD drives option,

Populated with 4 Nos of 4TB 3.5" SATA Disks. (HDD to be preinstalled)

3.4.6. RAID 0, 1

3.4.7. Audio / Two-way Talk

1 channel Input, 1 channel Output, RCA

3.4.8. Interface 1 HDMI, 1 VGA

3.4.9. HDMI/VGA Resolution

1920x1080p @60Hz, 1920x1080p @50Hz, 1600x1200 @60Hz, 1280x1024 @60Hz, 1280x720 @60Hz, 1024x768 @60Hz

3.4.10. Display Split 1/4/8

3.4.11. OSD Camera title, Time, Video loss,

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 26

S. No Description Specification Offered

Specifications

Camera lock, Motion detection, Recording

3.4.12. Compression H.265,H.264

3.4.13. Resolution Upto 12MP

3.4.14. Bit Rate 48~ 8192kbps

3.4.15. Record Mode Manual, Schedule(Regular(Continuous), MD, Alarm), Stop

3.4.16. Record Interval 1~120 min (default: 60 min), Pre-record: 1~30 sec, Post-record: 10~300 sec

3.4.17. Trigger Events Recording, PTZ, Tour, Alarm, Video Push, Email, FTP, Snapshot, Buzzer & Screen tips

3.4.18. Video Detection Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

3.4.19. Alarm Input 4 channel

3.4.20. Relay Output 1 channel

3.4.21. Sync Playback 1/4/8

3.4.22. Max Decoding Capability

8ch 1080p or 4 ch/3MP/4MP/5MP

3.4.23. Search Mode Time/Date, Alarm, MD & Exact search (accurate to second), Smart search

3.4.24. Playback Function

Play, Pause, Stop, Rewind, Fast play, Slow play, Next file, Previous file, Next camera, Previous camera, Full screen, Repeat, Shuffle, Backup selection, Digital zoom

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 27

S. No Description Specification Offered

Specifications

3.4.25. Backup Mode USB Device/Network

3.4.26. Ethernet 1 RJ-45 port (10/100/1000Mbps)

3.4.27. Network Function

HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, DDNS, FTP, Alarm Server, IP Search

3.4.28. Input Bandwidth 80Mbps

3.4.29. Output Bandwidth 160Mbps

3.4.30. Max. User Access 128 users

3.4.31. Smart Phone iPhone, iPad, Android

3.4.32. USB 2 ports (1 Rear USB3.0, 1 Front USB2.0)

3.4.33. Power Supply DC12V/5A + DC48V/1.04A

3.4.34. Working Environment

0°C ~+55°C

3.4.35. Certifications UL, CE, FCC , EN

3.5. 16 Channel Network Video Recorder

S. No Description Specification Offered

Specifications

3.5.1. Make & Model To be specified by vendor

3.5.2. Main Processor Dual-core embedded processor or better

3.5.3. Operating System Embedded LINUX/Windows

3.5.4. IP Camera Input 16 channel

3.5.5. Internal HDD :( Surveillance HDD- Western Digital)

MIN 8 No of HD drives option , populated with 4 Nos of 8TB 3.5"SATA Disks (HDD to be

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 28

S. No Description Specification Offered

Specifications

preinstalled)

3.5.6. RAID 0, 1, 5, 6, 10

3.5.7. Audio / Two-way Talk

1 channel Input, 1 channel Output, RCA

3.5.8. Interface 1 HDMI, 1 VGA

3.5.9. HDMI/VGA Resolution

1920x1080p @60Hz, 1920x1080p @50Hz, 1600x1200 @60Hz, 1280x1024 @60Hz, 1280x720 @60Hz, 1024x768 @60Hz

3.5.10. Display Split 1/4/8/9/16

3.5.11. OSD Camera title, Time, Video loss, Camera lock, Motion detection, Recording

3.5.12. Compression H.264/MJPEG

3.5.13. Resolution Upto 12MP

3.5.14. Record Rate 320Mbps

3.5.15. Bit Rate 48~ 8192kbps

3.5.16. Record Mode Manual, Schedule(Regular(Continuous), MD, Alarm), Stop

3.5.17. Record Interval 1~120 min (default: 60 min), Pre-record: 1~30 sec, Post-record: 10~300 sec

3.5.18. Trigger Events Recording, PTZ, Tour, Alarm, Video Push, Email, FTP, Snapshot, Buzzer & Screen tips

3.5.19. Video Detection Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

3.5.20. Alarm Input 4 channel

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 29

S. No Description Specification Offered

Specifications

3.5.21. Relay Output 1 channel

3.5.22. Sync Playback 1/4/9/16

3.5.23. Max Decoding Capability :

16ch 1080p or 8 ch/3MP/4MP/5MP

3.5.24. Search Mode Time/Date, Alarm, MD & Exact search (accurate to second), Smart search

3.5.25. Playback Function

Play, Pause, Stop, Rewind, Fast play, Slow play, Next file, Previous file, Next camera, Previous camera, Full screen, Repeat, Shuffle, Backup selection, Digital zoom

3.5.26. Backup Mode USB Device/Network

3.5.27. Ethernet 1 RJ-45 port (10/100/1000Mbps)

3.5.28. Network Function

HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, DDNS, FTP, Alarm Server, IP Search

3.5.29. Input Bandwidth 160Mbps

3.5.30. Output Bandwidth 320Mbps

3.5.31. Max. User Access 128 users

3.5.32. Smart Phone iPhone, iPad, Android

3.5.33. USB 2 ports (1 Rear USB3.0, 1 Front USB2.0)

3.5.34. Power Supply Single, AC 100~240V, 50/60 Hz

3.5.35. Working Environment

0°C ~+55°C

3.5.36. Certifications: UL, CE, FCC , EN

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 30

3.6. 8 Port POE Network Switch along with Fiber module

S. No Description Specification Offered

Specifications

3.6.1. Make Alcatel / Allied Telesis / Brocade / CISCO / Extreme /D- Link

3.6.2. Type Layer 2 Manageable switch with Rack mountable fittings

3.6.3. No of Ports

Minimum 8 interfaces of 1G PoE+ ports

Minimum 1 interface of 1G SFP(SFP module need to be supplied along with switch)

Ports in non-blocking mode for Server & uplink connectivity

3.6.4. Switching capacity

It should have non-blocking wire-speed architecture, Should support IEEE 802.3af & IEEE 802.3at standards., It should be architected to support real time applications like voice, video, data by having distributed architecture

3.6.5. L2 Features Supports minimum 1K VLANs, VLAN Double Tagging

3.6.6. Power supply 230 V/ ac 50Hz Internal power supply

3.6.7. Security

a. Private VLANs, providing security and port isolation of multiple customers using the same VLAN

b. 803.x support

c. Web-based Authentication

d. STP

3.6.8. Management

a. GUI

b. Command-Line Interface for configuration

c. Out of band 10/100/1000 Ethernet management port and console management port, both on the front panel (for ease of access) are preferred.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 31

S. No Description Specification Offered

Specifications

d. management

3.6.9. Safety Certification: UL, TUV

3.6.10. Accessories Mounting hardware including connecting cables with Indian Standard plug tops.

3.7. 16 Port POE Network Switch along with Fiber module

S. No Description Specification Offered

Specifications

3.7.1. Make Alcatel / Allied Telesis / Brocade / CISCO / Extreme /D- Link

3.7.2. Type Layer 2 Manageable switch with Rack mountable fittings

3.7.3. No of Ports

Minimum 16 interfaces of 1G PoE+ ports

Minimum 1 interface of 1G SFP (SFP module need to be supplied along with switch)

Ports in non-blocking mode for Server & uplink connectivity

3.7.4. Switching capacity

It should have non-blocking wire-speed architecture, Should support IEEE 802.3af & IEEE 802.3at standards., It should be architected to support real time applications like voice, video, data by having distributed architecture

3.7.5. L2 Features Supports minimum 1K VLANs, VLAN Double Tagging

3.7.6. Power supply 230 V/ ac 50Hz Internal power supply

3.7.7. Security

e. Private VLANs, providing security and port isolation of multiple customers using the same VLAN

f. 803.x support

g. Web-based Authentication

h. STP

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 32

S. No Description Specification Offered

Specifications

3.7.8. Management

e. GUI

f. Command-Line Interface for configuration

g. Out of band 10/100/1000 Ethernet management port and console management port, both on the front panel (for ease of access) are preferred.

h. management

3.7.9. Safety Certification: UL, TUV

3.7.10. Accessories Mounting hardware including connecting cables with Indian Standard plug tops.

3.8. 49’’ LED Display :

S.No Parameter Dept Specs. Offered Specs

3.8.1. Preferred Make (s)

Samsung/LG/SONY/Barco/Christie/ or Equivalent approved make

3.8.2. Screen Size 49”

3.8.3. Bezel Width (mm)

<3.5 mm or better

3.8.4. Type Backlit LED

3.8.5. Resolution Full HD , 1920 x 1080

3.8.6. Aspect Ratio 16:9

3.8.7. Brightness 450cd/m2 or more

3.8.8. RGB inputs Analog D-sub, DVI-D

3.8.9. Video input HDMI 1, HDMI2,Componennt (D-sub 15pin), Composite

3.8.10. Audio input RCA (L/R), stereo mini jack

3.8.11. Audio output stereo mini jack

3.8.12. USB 2.0 1 no

3.8.13. Power Supply 230 VAC 50 Hz/60 Hz

3.8.14. Accessories Wall mount kit

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 33

S.No Parameter Dept Specs. Offered Specs

Remote control with batteries

Power cable

3.9. Enclosure

Supplier has to determine the size of enclosure based on the housing details provided in table. Scope deemed to include supply and erection of weatherproof enclosure to protect the electronics such as, Ethernet switch, media converter, UPS, Battery and extension box, etc. Metallic extension box shall be used inside the enclosure power extending the normal power to all the electronics. Inside the enclosure there shall be provision for lamp for night time maintenance activity. Enclosure shall have blower/fan for heat dissipation and inside temperature of the enclosure shall not exceed 450C. Proper care should be taken for rain water not to splash inside the enclosure.

Enclosure shall be erected over a suitable concrete pedestal. The height of the pedestal shall be 400 mm below ground with PCC 1:3:6 and shall be above 3ft from above ground level.

Description Dimension (LxWxH) Qty to house

Make Rittal/HENSEL/NetRack Enclosures/or

equivalent approved make by Department

Switch (19” 1U) 19” x 45mm x 400mm 1

FO Patch Panel 19” x 45mm x 400mm 1

Extension box Standard size 1

UPS Based on make 1

3nos of 26AH battery Based on make 1

3.10. 1 KVA UPS

S. No Description Specification

Offered Specifications

3.10.1. UPS Make APC, Numeric, Dubas, Console, Emerson, HDC, PCI or equivalent approved make by Department

3.10.2. Battery Make Exide, Amco, Standard, Amaraja, Pace setter or equivalent approved make by Department

3.10.3. Battery Type Sealed Maintenance Free Batteries

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 34

S. No Description Specification

Offered Specifications

3.10.4. Capacity 1000 VA at 0.8pf

3.10.5. Nominal output voltage

230VAC @ 50Hz

3.10.6. Output Voltage Distortion

Less than 5% at full load

3.10.7. Output Frequency

47 - 53 Hz for 50 Hz nominal

3.10.8. Crest Factor Up to 5 : 1, Waveform type: Sine wave

3.10.9. Bypass Internal bypass (Automatic & Manual)

3.10.10. Input voltage 176 – 282 V AC

3.10.11. Battery Capacity

26AH

3.10.12. Number OF Batteries

Min 3 Nos

3.10.13. Battery back-up

Backup time one hour at full load

3.10.14. Certifications

RoHS , CE Certifications

3.11. 15U Rack

Supply of HCL/ Rittal/ NetRack make 19” single section wall mount Network rack with 600Wx15Ux630D size, front sheet steel glass door, top & bottom cover with cable entry provision, integrated side walls, one pair of 19” angles with wall mounting provision, captive hardware (pack of 20), 1U Cable Manager and 19” rack mountable power socket strip with 6 nos. of 5A universal sockets with 2mts long power cord, 1U Cantilever shelves and Cooling fan tray with 2 fans

3.12. Supply and Laying of Power Cables & ELCBs

Design, supply and laying of suitable size power cable is in the scope of supplier. The power cable shall be designed by considering the power requirement of energizer, flood light, controller cabinet, camera, siren and the any other power supply if required, is in the scope of supplier. However, the total length of the power cable required is approximately 5 Km

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 35

Description Requirement Offered Specs

Power Cable 3 core copper conductor (multistrand), PVC insulated, wire armored and overall PVC sheathed power cable confirming to IS 1554.

Power cables Make HVPL, Gloster, INCAB, Polycab, Universal, Finolex, CCCI, RPG, Torrent, Nicco, Havells, Lapp Kabel, Rallison or equivalent approved make by Department

Earth leakage circuit breakers (ELCBs)

Sensitivity of 100ma. ELCBs shall be used both at the power source end and termination end

ELCBs Make Legrand (MDS), GUTS, Prok-DVS, Siemens, HPL, Havells, GE, Indo-Kopp, Datar, HH Elcon, Schneider, ABB, Standard, North-West or equivalent approved make by Department

All power cable as required for powering the complete equipment is in the scope of work of vender. Power shall be tapped from the nearest building using ELCBs with sensitivity of 100ma. ELCBs shall be used both at the power source end and termination end.

While laying power cables, all water pipes, sewage lines or other structures, which become exposed by excavation should be properly supported and protected from injury until the filling has been rammed solidly in places under and around them. Any telephone or other cables coming on the way are to be properly shielded.

The power cable should be buried from controller to power source as identified during erection phase. Cables should be laid 3ft below ground level with bricks on sides and on top (per meter 19 bricks). Any jungle clearance, excavation, refilling with sand are in the scope of supplier.

Where cables cross one another, the cable of higher voltage should be laid at a lower level than the cable of lower voltage. Power and communication cables should be as far as possible cross at right angles. Where power cables are laid in proximity to communication cables the horizontal and vertical clearances should not be less than 60 cm normally.

3.13. GI Post

Supply and erection of fabricated GI post to house camera with proper enclosed opening at bottom for drawing power cables, Cat 5/6 cable, etc., The post height shall be 5 m above the ground level. The party should suitable design and fabricate the GI post along with fittings. A proper PCC 1:3:6 grouting shall be done to erect the structural post. The specification of GI post and PCC grout are furnished below.

S. No Description Specification Offered

Specifications

3.13.1. Material GI

3.13.2. Post Diameter >150 mm

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 36

S. No Description Specification Offered

Specifications

3.13.3. Thickness >5.0 mm

3.13.4. Height 6.0 M (5 M above the ground level)

3.13.5. Galvanization 610g/m2 should confirm to IS 4759 –1996 (Specification for Hot dipped galvanization) when tested as per IS6745-1972.

3.13.6. Red Oxide Paint 1 Coat

3.13.7. Synthetic Enamel Paint

2 Coats

3.13.8. PCC grout for Post 600 x 600 x 1000 mm

3.13.9. Make Jindal/TISCO/ESSAR/SAIL/VSP

3.13.10. Test Certificate A copy of the test certificate from the manufacturer regarding the Hot dip galvanization shall be provided.

3.14. CAT 5/6 Cable (Patch Cord)

All CAT 5/6 cable required for establishing IP connectivity shall be included in the scope of work. All CAT5/6 cable shall be drawn inside C-Channel PVC conduits casing capping as per the positional demands.

3.15. Single Mode Outdoor Fiber Cable(12 core)

S. No Description Specification Offered

Specifications

3.15.1. Make AMP / Clipsal / Belden / HFCL / Krone

12-core outdoor armoured cable, direct burial type, single Mode, Armored Loose-Tube Gel Filled Single mode 9/125 250 microns, primary coated buffers Armour Corrugated Steel Tape Armor Multi-tube construction

3.15.2. Attenuation @1550nm ≤ 0.34 dB/Km

3.15.3. Attenuation @ 1550nm (max)

≤0.22db/km

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 37

S. No Description Specification Offered

Specifications

3.15.4. Tensile rating: 1200N

3.15.5. Cable Type Unitube Cable with Corrugated Steel Armour

3.15.6. Fibre Type Single Mode, 9/125 micron primary coated buffers

3.15.7. No. of cores 12

3.15.8. Armour

Corrugated Steel Tape Armour Outer Sheath (HDPE) Water Blocking Gel.

3.15.9. Cable Construction Type

BELLCORE GR 20 / IEC 794-1

3.15.10. Diameter 3+0.2

3.15.11. Jacketing Material HDPE

3.15.12. Clad Diameter (um) 125

3.15.13. Overall Diameter (normal)

10mm

3.15.14. Nominal Thickness 2.1mm

3.15.15. Strength Members Water Blocking E-Glass

3.15.16. Armouring MS Tape Thickness

> 0.15

3.15.17. Minimum Installation Bend Radius

200mm

3.15.18. Minimum Service Bend Radius

160mm

3.15.19. Maximum Crush resistance:

3000N

3.15.20. Operating Temperature deg C 20 to +70

3.15.21. Cable Weight (Nominal) 100 Kg/Km

3.15.22. Cable Diameter 9.0 + - 0.5 mm

3.15.23. ROHS compliant: Yes

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 38

3.16. Surge Protector for network (Camera End)

S. No Description Specification Offered

Specifications

3.16.1. Make Schneider/Atlantic Scientific /MTL/APC OBO-bettermann/ Emersion/

3.16.2. Type Cat6 / POE

3.16.3. Operating voltage 58V Dc

3.16.4. Maximum operating current

1A

3.16.5. Peak surge current 7kA

3.16.6. Frequency Range 0-500 MHz

3.16.7. Insertion loss ˂ 1 dB at 500 MHz

3.16.8. SPD Technology Silicon avalanche diode (SAD)

3.16.9. Connection type RJ45 Jackets

3.16.10. Operating temperature: 10 degree C to +60 C outdoor protection : should be IP66 compliance

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 39

PART III

EVALUATION CRITERIA & ANNEXURES

A. Minimum Qualification Criteria:

S.No Qualification Criteria Vendor Remarks (with

supporting documents)

1.1. The bidder should have prior experience in executing similar projects. They should have supplied CCTV surveillance system at private/public organizations in the last three years. At least one of these installations should have more than 100 cameras and the order value should be more than Rs.100 Lakhs. The documentary evidence(s) like Purchase Order copies, acceptance/completion report and user satisfaction certificate(s) with user contact details should be submitted along with the technical proposal.

1.2. The bidder/firm should have a turn-over of not less that Rs.500 Lakhs during the last three financial years.

1.3. As per the audited financial results, the bidder/firm should have earned profit continuously during the last three years.

1.4. Latest solvency certificate from any Nationalized/Scheduled bank shall be submitted for a value of minimum Rs.100 lakhs. The solvency certificate must have issued after March 2017.

1.5. Vendor should have backend support from OEM during warranty and post warranty period. Vendor’s association with OEM should be clearly brought out with documentary evidences.

1.6. The vendor with ISO 9001:2008 certification is preferred. Copy of ISO certificate is to be enclosed.

1.7. The bidder must be in existence for a minimum of Four years prior to date of issue of this tender, with experience as mentioned above.

1.8. Technical proposal of the bidder, which is not able to substantiate/satisfy the claims made by it with respect to the technical requirements laid down in this RFP, is liable to be rejected

1.9. Technical compliance to the specifications of CCTV shall be vetted by the Manufacturer (OEM).

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 40

(Authorised Signatory of Company)

1.10. The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt./Department /PSU and they have not been black listed by any Govt. Department/PSU.

1.11. Offers of those bidders taking Subsystem wise full scope of the work (supply, commissioning and all the optional items) as per the requirements indicated in the RFP only will be considered.

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 41

Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

S.No Description Vendor Compliance

1.0 In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Department with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

2.0 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents. If required department will visit the installation of bidder where similar CCTV surveillance system are installed and operational.

3.0 Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

4.0 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

5.0 SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

6.0 Department reserve rights to include or not to include optional items in the purchase order.

7.0 Subsystem wise Split order shall be possible (Sub system details are mentioned in Part-II of the RFP & in Bill of material).

8.0 Subsystem wise total price inclusive of all taxes, duties, and optional items, if any, will be considered for arriving L1 and awarding the contract as per the procedures.

9.0 If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

10.0 In order to qualify, the Vendor must give a technical demo of the proposed CCTV cameras and NVR. Vendor should demonstrate ONVIF integration of CCTV cameras with DIVITEL Latitude VMS. The demo should be arranged within ONE WEEK after getting communication from SDSC SHAR.

(Authorised Signatory of Company

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 42

Annexure -I

NAME OF THE WORK : ________________________________________

________________________________________

NAME OF BIDDER : ________________________________________

EXCEPTIONS AND DEVIATIONS

In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.

SL.NO

Reference in Specification

Dept. Specification Offered Specification

DEVIATION

PAGE

NO CLAUSE NO

NOTE :

Any deviations taken by the Bidder to the stipulations of the Proposal document shall be brought out strictly as per this format and enclosed along with the bid.

Any deviations not brought out as per this Proforma and written elsewhere in the Proposal document shall not be recognized and the same is treated as null and void.

Any willful attempt by the Bidders to camouflage the deviations by giving them in the covering letter or in any other documents that are enclosed may render the Bid itself non-responsive.

(Authorised Signatory of Company

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 43

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -II

ACCEPTANCE OF TERMS AND CONDITIONS BY THE VENDOR

We hereby agree to all the terms and conditions as given in Tender Notice No. ______________________________ dated:_________________ for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT DIFFERENT LOCATIONS OF SDSC SHAR.

Company Seal (Authorised Signatory of Company)

Place : ________________

Date : ________________

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 44

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -V

CERTIFICATE TO BE FURNISHED BY THE VENDOR

1. The equipment once delivered will be subjected to an inspection by the Department CLIP at the given consignee location. The specifications of the equipment will be in conformity with the details provided by the user and as per given specifications. The date of completion of commissioning would be deemed to be date on which the warranty will commence.

2. We shall provide onsite comprehensive warranty of three years for the items being supplied, installed and commissioned.

3. We guarantee to provide 100% uptime for the equipment during guarantee/warranty.

4. We confirm that we abide by the delivery schedule as laid out in tender enquiry.

5. We certify that any cost incurred on additional items/systems/components /accessories required would be borne by us.

Company Seal (Authorised Signatory of Company)

Place :________________

Date : _________________

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 45

Annexure -IV

SATISH DHAWAN SPACE CENTRE SHAR

BILL OF MATERIAL

S.No Description Qty Sub System -

1

Sub System -

2

Sub System -

3

Total Vendor Compliance/

Offered make & model

1.

Supply & installation of Outdoor PTZ camera With all Accessories

Nos 130 130

2. Supply & installation of Fixed Bullet Camera

Nos 38 30 18 86

3. Supply & installation Fixed Dome Camera

Nos 15 20 8 43

4. Supply & Installation 8 –channel NVR

Nos 5 1 6

5. Supply & Installation 16 –channel NVR

Nos 2 4 5

6. Supply & Installation of Display

Nos 3 2 5

7. Supply of 8 port Network POE switch

Nos 6 6

8. Supply of 16 port Network POE switch

Nos 4 4

9. Supply & erection of GI Post

Nos 100 2 102

10. Supply & erection of All-weather Enclosure

Nos 80 80

11. Supply & Erection of 15 U Rack

Nos 6 2 8

12. Supply & laying of 3 core armored power cable

mtrs 3000 3000

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 46

S.No Description Qty Sub System -

1

Sub System -

2

Sub System -

3

Total Vendor Compliance/

Offered make & model

13. Supply & laying of CAT6 UTP cable boxes

Nos 30 10 10 50

14. Supply & laying of Fiber optic Cable

Mtrs 1000 1000 2000

15. Supply & installation of 1 KVA UPS

Nos 80 6 2 88

16. Surge Protector for network

Nos 130 130

17. Single mode Patch Cord 2M LC-LC duplex

Nos 4 6 10

18.

Supply and installation of required 12 Port LIU with 6 duplex Adapters, 12 Pigtails and Splice Kit

Nos 4 4 8

19. CAT6 RJ45 high quality Jack with boot

Nos 100 100 200

20. CAT6 24 port fully loaded Jack panel

Nos 6 2 8

21. UTP patch cards (1mtr)

Nos 50 50

22.

Operational Maintenance Support (as Mentioned in RFP Part 1 Point no13)

Yrs 3 3

Signature of Authorised Person with Seal

REQUEST FOR PROPOSAL CCTV Surveillance System

SDSC SHAR 47

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -VI

CHECK LIST

S.No Description Compliance

1. The detailed scope of work and technical specifications are under stood and price was quoted accordingly.

Yes / No

2. Demand Draft towards the EMD (indicate the DD number__________________ & Date:___________).

Yes / No

3. Validity of Offer is 4 months Yes / No

4. Supporting documents is attached for Minimum Evaluation Criteria Yes / No

5. Vendor Evaluation Format is attached Yes / No

6. GST to be indicated in % if not mentioned it shall be assumed that the price quoted are inclusive of taxes

Yes / No

7. CUSTOMS DUTY / EXCISE DUTY to be indicated. if not mentioned it shall be assumed that the price quoted are inclusive of duties

Yes / No

8. Delivery Schedule is acceptable Yes / No

9. Accepted the Department Payment Terms Yes / No

10. Warranty for the fully commissioned and accepted system is 36 months. Yes / No

11. 10 % of the Order Value shall be submitted as Security Deposit for the performance of the contract, valid till acceptance of the system.

Yes / No

12. 10 % of the Order Value shall be submitted as Performance Bank Guarantee. Yes / No

13. Liquidated Damages clause acceptable Yes / No

14. Last three years audited financial results are enclosed Yes / No

15. Latest income tax certificate is enclosed Yes / No

16. Latest solvency certificate Yes / No

17. Registration certificate of the company is enclosed Yes / No

Signature of Authorised Person with Seal